Professional Documents
Culture Documents
E-TENDER DOCUMENTS
FOR
DEVELOPMENT OF INTEGRATED CHECK POST
AT DAWKI MEGHALAYA ALONG
INDO-BANGLADESH BORDER
PART-1
TECHNICIAL BID
June 2016
Consultants
RITES LTD.
E-TENDER AND CONTRACT DOCUMENT
CONTENTS
i.
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SECTION 1
1.0 GENERAL
1.1 Tender Notice
Tenders are invited through E-Tendering system by RITES Ltd., a Public Sector
Enterprise under the Ministry of Railways, acting for and on behalf of Land Ports
Authority of India (Employer) as an Agent / Power of Attorney Holder, from working
contractors (including contractors who have executed works within the last five years
reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES,
DOT, RITES, State PWD or any other Central / State Government Department,
Central / State Government Undertaking or their subsidiaries, Municipal Body,
Autonomous Body of Central / State Governments or Public Ltd., Companies listed on
Stock Exchange in India or Abroad or subsidiaries of such companies for the work of
Development of Integrated Check Post at Dawki (Meghalaya) along Indo-
Bangladesh Border.
(Note: Throughout these bidding documents, the terms bid and tender and their
derivatives are synonymous).
ICP Dawki project site is located along the Indo-Bangladesh Border in the North
Eastern Region. It is situated at the foothills in the South Eastern corner of the Jaintia
Hills District of Meghalaya State. The site is connected with Shillong by NH-40 and
Jowai, the district Headquarters of Jaintia Hills district by NH-44 (extension). Jaintia
hills are a component of Meghalaya Plateau. This tender package is a part of overall
Integrated Check-Post (ICP) development plan. The work will be carried out as
explained in various documents of the bidding documents, all read in conjunction.
The bidders should satisfy themselves before bidding about the accessibility of the
site. Any access road need to be constructed for carriage of men/machinery/material
etc. to the project site shall be sole responsibility of the contractor and nothing extra
shall be payable on this account. Bidders are encouraged to ascertain the local
conditions before Pre-bid meeting/ submission of bids.
Generally following facilities / works are included in this tender package. Construction
of Integrated check post consisting of buildings, sheds, internal / external services,
roads, parking, special systems, interior, signages, etc.
The facilities are broadly listed hereunder but the list is however indicative only:
1
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.6 Deadline for submission of bids: 11:00 Hrs on 06.07.2016. The Employer may extend
the deadline for submission of Tenders by issuing an amendment in writing in
accordance with Clause 6.3 in which case all rights and obligations of the Employer
and the Tenderer previously subject to the original deadline will be subject to new
deadline.
1.8 Pre-bid Clarification Start time & date: 10:00 Hrs on 16.06.2016
2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether
Normal or Large. Normal Works are those costing above Rs. 3.00 crores and upto and
including Rs.100 Crores each and Large Works are those costing more than Rs.100
Crores. The work for which the Tender is being invited falls under the category of
Normal works.
3
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in
Normal area or Difficult area. Difficult area includes North East States, Jammu &
Kashmir, Andaman & Nicobar Islands and the 60 districts requiring Integrated Action
Plan of Government of India (List available at Annexure X). Normal area covers all
areas other than Difficult area. The work for which this Tender has been invited falls
under *Difficult Area.
2.5 The documents to be furnished by the Bidder to prove that he is satisfying the
Qualification Criteria laid down should all be in the Bidders name, except in cases
where though the name has changed, the owners continued to remain the same and in
cases of amalgamation of entities.
4.2 Part - 3, General Conditions of Contract 2015 (Compilation of Sections 7 to 11) as also
correction slips to GCC are available on RITES website <www.rites.com> under the
link
Tenders.
4.3 Part 3 of the tender, i.e. General Conditions of Contract (Compilation of Sections 7 to
11) is not uploaded as a part of this tender document because as stated in sub-clause
4.2 above, the same is separately ion RIITES website and can be seen / downloaded
from there. The Bidder need not submit / upload Part-3 of the tender as a part of his
offer but he must, nevertheless, read the same. It shall be presumed that the bidder
has read the contents of General Conditions of Contract and upto date Correction Slips
thereto and the same will be binding upon him. The successful bidder will be required
4
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
to sign the complete tender document i.e., Part-1, Part-2, Part-3 and correction slips, if
any thereto.
(c) It is mandatory for all bidders to have class - III Digital Signature Certificate (DSC)
in the name of the person who will sign the bid from any of licensed Certifying
Agency (CA). Bidders can see the list of licensed CAs from the link
http://www.cca.gov.in.
(d) Bidders can view / download Part-1 and Part-2 of bid documents from RITES E-
Procurement portal https://rites.eproc.in or RITES website http://www.rites.com
and Part-3 of the bid documents from RITES website.
(e) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and
safety of the same.
(g) If the firm is already registered with E-procurement portal of RITES and validity of
registration has not expired, the firm is not required for fresh registration.
Request for clarifications including request for Extension of Time for submission of Bid,
if any, must be received not later than 10 (ten) days prior to the deadline for submission
of tenders. Details of such questions raised and clarifications furnished will be
uploaded in RITES website without identifying the names of the Bidders who had
raised the questions. Any modification of the Tender Document arising out of such
clarifications will also be uploaded on RITES website.
5
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
stipulated.
6.3 To give prospective Tenderers reasonable time in which to take the addenda/
corrigenda into account in preparing their tenders, extension of the deadline for
submission of tenders may be given as considered necessary by RITES.
c) Bidders must ensure that all the pages of the documents mentioned in Clause 28
must be signed & stamped by authorised signatory and serially numbered.
d) The bids shall be submitted online following the instructions appearing on the
screen. Bidders may insert their eToken/SmartCard in their computer and Log onto
E- procurement portal using the User-Id and Password chosen during registration.
Then they may enter the password of the eToken/SmartCard to access the DSC.
e) Prior to bid submission, bidder should get ready with the documents to be
uploaded as part of the bid as indicated in the tender document/schedule.
Generally they can be in Excel/PDF/ZIP formats. No other format is accepted. If
there is more than one PDF document, then they can be clubbed together in a ZIP
file for uploading. Maximum Single file size permitted for uploading is 20 MB. One
can upload multiple of such files in case information to be uploaded in single file
exceeds 20MB.
6
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Upload scanned copy of acceptable instruments for EMD and cost of Tender
document in different files (Either in PDF or zip format) during on-line submission of
Bid. These documents shall be deposited in ORIGINAL in a sealed envelope
within a week from the date of opening to :
SDGM (AP), RITES Ltd., Airports Division, Plot No.-144, Sector 44, Gurgaon
122 003 (Haryana)
Failing which the bid shall be rejected and the bidder shall be debarred from
tendering in RITES Ltd. for a period of 02 (two) years, unless the lapse is
condoned by the Accepting Authority at the request of the bidder for valid
reasons. The envelope should bear the tender details (tender no., tender name
etc.).
g) The bid both technical & financial (i.e, Part-1 and Part-2) should be submitted
online in the prescribed format. No other mode of submission is accepted.
h) Bid shall be digitally signed by the Authorized Signatory of the bidder and
submitted on-line. No hard copy of the documents (except those specifically
asked for in the tender document) are required to be submitted.
i) The bidders will have to accept unconditionally the online user portal agreement
which contains the Terms and Conditions of NIT including General and Special
Terms & Conditions and other conditions, if any, along with on-line undertaking in
support of the authenticity regarding the facts, figures, information and documents
furnished by the Bidder on-line in order to become an eligible bidder.
j) The bidder has to digitally sign and upload the required bid documents one by one
as indicated. Bidders to note that the very act of using DSC for downloading the
bids and uploading their offers shall be deemed to be a confirmation that they have
read all sections and pages of the tender/bid document including terms and
conditions without any exception and have understood the entire document and
are clear about tender requirements.
k) The bidders are requested to submit the bids through online e-tendering system
before the deadline for submission of bids (as per Server System Clock displayed
on the portal). RITES will not be held responsible for any sort of delay or the
difficulties faced during online submission of bids by the bidders at the eleventh
hour.
l) The bidder may seek clarification online only within the specified period. The
identity of bidder will not be disclosed by the system. RITES Ltd. will clarify the
relevant queries of bidders as far as possible. The clarifications given will be visible
to all the bidders intending to participate in that tender. The clarifications may be
asked from the day of Pre Bid Clarification Start Date and Time till Pre Bid
Clarification End Date and Time.
7
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to
the expiry of the original time limit for Tender Validity, the Employer may request that
the Tenderers may extend the period of validity unconditionally for a specified
additional period. The request and the tenderers response shall be made in writing/
e-mail. A Tenderer may refuse the request without forfeiting his Earnest Money. A
Tenderer agreeing to the request will not be permitted to modify his Bid but will be
required to extend the validity of the Earnest Money for the period of the extension.
9.2 Any Tender not accompanied by scanned copies of the instruments for payment of
Earnest Money and cost of tender document in an acceptable form shall be rejected by
the Employer as non-responsive.
8
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
10.2 The bidder can modify, substitute, re-submit or withdraw its E-bid after submission but
prior to the deadline for submission of bids. No Bid shall be modified, substituted or
withdrawn by the bidder on or after the deadline for submission of bids. Withdrawal of
bid after the deadline for submission of bids would result in the forfeiture of EMD.
10.3 Any modification in the Bid or additional information supplied subsequently to the
deadline for submission of bids, unless the same has been explicitly sought for by
RITES, shall be disregarded.
10.4 For modification of E-bid (Technical Bid), bidder has to detach its old bid from E-
procurement portal and upload / re-submit digitally signed modified bid.
10.5 For withdrawal of bid, bidder has to click on withdrawal icon at E-procurement portal
and can withdraw its E-bid.
10.6 After the bid submission on the portal, an acknowledgement number will be generated
by the system which should be printed by the bidder and kept as a record of evidence
for online submission of bid for the particular tender and will also act as an entry pass
to participate in the bid opening.
10.7 The time settings fixed in the server side & displayed at the top of the tender site, will be
valid for bid submission, in the e-tender system. The bidders should follow this time
during bid submission.
10.8 All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not be viewable by
unauthorized persons during bid submission & will not be viewable by any one until the
date & time specified for bid opening.
10.9 The bidder should logout of the tendering system using the normal logout option
available in the portal and not by selecting the (X) exit option in the browser.
b) If the applicant is a proprietary firm, the Proprietor should sign above his full type
written name and the full name of his firm with its current address.
c) If the applicant is a firm in partnership, the Documents should be signed by all the
partners of the firm above their full type written names and current addresses.
Alternatively the Documents should be signed by the person holding Power of
Attorney for the firm in the Format at Annexure III.
9
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
In the event of the specified date of the opening being declared a holiday by the
Employer, the Tenders will be opened at the appointed time and location on the next
working day.
12.2 Opening of bids will be done through online process. RITES reserves the right to
postpone or cancel a scheduled bid opening at any time prior to its opening.
Information of the same will be displayed at RITES E-procurement portal.
10
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
12.3 Bid opening committee will open the bids online in the presence of bidders or their
authorized representatives who choose to attend on opening date and time. Also the
bidders can participate online during the bid opening process from their remote end
through their dashboard. The bidders representatives, who are present, shall sign in
an attendance register. RITES shall subsequently examine and evaluate the bids in
accordance with the provision set out in the tender document.
12.4 It will be the bidders responsibility to check the status of their Bid on-line regularly after
the opening of bid till award of work. Additionally, information shall also be sent by
system generated e-mail to bidder regarding deficiencies in the documents, if any and
also request for clarification from the bidder. A system generated SMS alert will also be
sent to the bidder. No separate communication will be sent in this regard. Non-receipt
of email and SMS will not be accepted as a reason of non-submission of deficient
documents or confirmatory documents within prescribed time.
12.5 The bids will be evaluated for qualifying criteria as mentioned in Clause 2 hereinbefore.
RITES shall not be responsible for any postal delay in receipt of all original documents
including the cost of tender document and EMD. In case of non-receipt of these
documents in original within the aforesaid period, the bid will be treated as
nonresponsive.
11
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
(ii) The competent authority on behalf of the Employer does not bind himself to accept
the lowest or any other Tender and reserves to himself the authority to reject any or
all the Tenders received without the assignment of any reason. All Tenders in
which any of the prescribed conditions is not fulfilled or any condition is put forth by
the Tenderer shall be summarily rejected.
12
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials
Secret Act 1923, for maintaining secrecy of the tender documents drawings or other
records connected with the work given to them. The unsuccessful Tenderers shall
return all the drawings given to them.
17.3 In the case of any Item rate tender where unit rate of any item/items appears
unrealistic, such tender will be considered as unbalanced and in case the Tenderer is
unable to provide satisfactory explanation, such a tender is liable to be disqualified and
rejected.
17.4 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess
on material, labour and Works in respect of this Contract shall be payable by the
Contractor and the Employer will not entertain any claim whatsoever in respect of the
same.
However, in respect of Service Tax, same shall be paid by the Contractor to the
concerned department on demand and it will be reimbursed to him by the
Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the
Contractor.
17.5 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a
Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited
Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has
submitted a Bid for a work, shall not be a witness for any other Bidder for the same
work. Failure to observe the above stipulations would render all such Tenders
submitted as a Bidder and / or as a witness, liable to summary rejection.
17.6 The Contractor shall be fully responsible for all matters arising out of the Performance
of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/
orders/ regulations/ obligations whatsoever of the Government of India, State
Government, Local Body and any Statutory Authority.
17.7 In case the bidder does not quote his rate for any item(s), it will be presumed that the
bidder has included the cost of that/those item(s) in the rates of other items and the
rate for such item(s) shall be considered as Zero and the tender will be evaluated by
the Employer accordingly and the work executed by the successful bidder accordingly.
The Letter of Acceptance will be sent to the Contractor in two copies one of which he
should return promptly, duly signed and stamped. The Letter of Acceptance will be a
binding Contract between the Employer and the Contractor till the formal Contract
Agreement is executed.
18.2 Within the period as specified in Clause 1 of Clause of Contract, of the date of issue of
Letter of Acceptance, the successful Tenderer shall deliver to the Employer,
Performance Guarantee and Additional Performance Guarantee (where applicable) in
the format prescribed.
18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp
13
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of
the date of issue of Letter of Acceptance.
18.4 At the same time the Employer notifies the successful Tenderer that his Tender has
been accepted, the Employer will direct him to attend the Employers office within 28
days of issue of Letter of Acceptance for signing the Agreement in the performa at
Annexure V. The Agreement will however be signed only after the Contractor
furnishes Performance Guarantee and Additional Performance Guarantee (where
applicable) and hence, where justified, the period of 28 days stipulated above will be
extended suitably.
S. NIT Name of Cost of Estimated Earnest Period Last Date & time Time & Date
No. No. work & Tender Cost put to Money of of submission of of opening of
Location Document bid Completion bid, EMD, cost of bid
tender document
and other
Documents as
specified in the
press notice
1 2 3 4 5 6 7 8
1 RITES/ Developme Rs.15,000/ Rs.71.71 Rs. 25.00 24 months 06.07.2016 06.07.2016
AP/IC nt of - crores lakhs at 11:00 hrs at 11:30 hrs
P/DA Integrated
WKI Check Post
/TEND at Dawki
ER/20 (Meghalaya
16/01 ) along
Indo-Bangla
desh Border
21.0 The bid document consisting of tender drawings, specifications, the schedule of
quantities of various types of items to be executed and the set of terms and conditions
of the contract to be complied with and other necessary documents can be seen on
website www.rites.com free of cost.
22.0 After submission of the bid the bidder can re-submit revised bid any number of times
but before last time and date of submission of bid as notified.
23.0 While submitting the revised / modified Financial bid, the bidder can revise / modify the
rate of one or more item(s) any number of times (he need not re-enter rate of all the
items) but before last time and date of submission of bid as notified.
14
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
24.0 The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents (including service tax registration/
VAT registration/ Sales Tax registration) as stipulated in the bid document
including the undertaking about deposition of physical EMD of the scanned copy of
EMD uploaded.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in
the office of bid opening authority.
(iv) The bidder does not deposit physical instruments of EMD within a week of opening
of technical bid.
25.0 Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.
26.0 The intending bidder must have valid Class-III digital signature to submit the bid.
27.0 On opening date, the bidder can login and see the bid opening process. After opening
of bids he will receive the competitor bid sheets.
28.0 List of Documents to be scanned and uploaded within the period of bid
submission:-
1. Bankers Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in
accordance with Clause 7.0 (f) hereinbefore
OR
Document in support of exemption from payment of cost of Tender Document
2. Bankers Cheque/ Pay Order/ Demand Draft and Bank Guarantee in format given
at Annexure VIII towards Earnest Money Deposit (EMD) in accordance with
Clause 9 hereinbefore
OR
Document in support of exemption from payment of EMD
3. Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format given at
Annexure III / Annexure IV as applicable.
4. Documents in support of meeting the criterion of Annual Financial Turnover in
accordance with Para 1 of Annexure I.
5. Certificates in support of meeting the criterion of Similar Work Experience in
accordance with Para 2(a) of Annexure I.
6. Details of Similar works completed in the format given at Performa 1 in Annexure I.
7. Certificates in support of meeting the criterion of Construction Experience in key
activities / specified components in accordance with Para 2(b) of Annexure I.
8. Solvency Certificate in accordance with Para 3(i) of Annexure I.
9. Documents (Audited Balance Sheets, Profit & Loss Statements and Auditors
Reports) in support of meeting the Profitability criterion in accordance with Para 4
of Annexure I.
10. Documents in support of meeting the criterion of Net Worth in accordance with
Para 5 of Annexure I.
11. Declaration by the Bidder in the format given in Performa 3 of Annexure I.
12. Integrity Pact as per Annexure VI including Annexure A thereof.
13. RTGS/NEFT details as per Annexure- VII
14. Annexure IX duly filled in.
15. Self-attested copy of a certificate, confirming that the applicant is working
contractor or has executed any work within the last five years reckoned from the
date of opening of tender, issued by Railways, CPWD, MES, DOT, RITES, State
15
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause
12.4 & Clause 12.6 (c) shall be submitted by the bidder.
30.0 RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation,
whether mentioned in the documents submitted by bidders or not, to verify the
credentials and general reputation of the bidder and where JV is allowed the
credentials and general reputation of lead member & each Member of Joint Venture
16
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Annexure-I
Notes:
The financial turnover will be taken as given under the head Income in audited
Profit and Loss Account and excluding non-recurring income, income from other
sources and stock. It is clarified that the Financial Turnover means relevant
revenue as recorded in the Income side of Profit and Loss Account. It does not
mean Profit.
Closing stocks in whatsoever manner should not form part of turnover.
Weightage of 7% (compounded annually) shall be given for equating the financial
turnover of the previous years to the current year.
For considering the Financial Years, for example for a work for which the Tender is
being opened in Financial Year 2014-15, the last three Financial Years will be
2013-14, 2012-13 and 2011-12. For a Tender opened on (say) 05.09.14 (F.Y.
2014-15), with weightage of 7% compounded annually, the weightages to be
applied on the Turnover of the previous three Financial Years will be : F.Y. 2013-14
= 1.070; F.Y. 2012-13 = 1.145; F.Y. 2011- 12= 1.225.
The Bidder should furnish Annual Financial Turnover for each of the last 3
Financial Years in tabular form and give reference of the document (with page no.)
relied upon in support of meeting the Qualification Criterion.
The Bidder should submit self attested copy of Auditors Report along with Balance
Sheet and Profit and Loss Statement along with Schedules for the relevant
Financial Year in which the minimum criterion is met. Provisional audit reports or
certified statements will not be accepted.
If the Audited Balance Sheet for the immediately preceding year is not available in
case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss
Statements and other financial statements of the three Financial Years
immediately preceding the previous Financial Year may be adopted for evaluating
the credentials of the Bidder.
2. WORK EXPERIENCE
a) Similar Works Experience
(i) For works in difficult areas (refer clause 2.3)
The Bidder should have satisfactorily completed in his own name or
proportionate share as a member of a Joint Venture, at least one similar work
of minimum value of Rs. 35.86 crores OR at least two similar works each of
minimum value of Rs. 28.69 crores during the last 5 (five) years prior to the
last stipulated date for submission of the Bid. Works completed prior to the
cutoff date shall not be considered.
Similar Works
A Similar Work shall mean the work of the following carried out in India carried
out in India.
i) Pavement works of National Highway / State Highway projects / Airports /
Ports etc.
OR
ii) Construction of Check Posts / Inland Container Depots / Buildings /
Warehouses / Industrial complexes / Institutional buildings projects.
17
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Client certificates for experience should show the nature of work done,
the Value of work, date of start, date of completion as per agreement,
actual date of completion and satisfactory completion of work.
Notes:
A weightage of 7% (compounded annually from the date of completion of
the work to the submission of the Bid) shall be given for equating the value
of works of the previous years to the current year.
Only such works shall be considered where physical completion of entire
work is over or commissioning of work has been done, whichever is earlier.
The Bidder should submit the details of such similar completed works as
per the format at Proforma-1 enclosed.
Works carried out by another Contractor on behalf of the Bidder on a back
to back basis will not be considered for satisfaction of the Qualification
Criterion by the Bidder.
Credential certificates issued by Govt. Organizations / Semi Govt.
Organizations of Central or State Government; or by Public Sector
Undertakings/ Autonomous bodies of Central or State Governments; or by
Public Ltd. Companies listed in Stock Exchange in India or Abroad or by
subsidiaries of Public Sector Undertakings / Public Limited Companies
listed in Stock Exchange in India or Abroad shall only be accepted for
assessing the eligibility of a Tenderer. In case the credential certificate is
issued by a subsidiary of Public Sector Undertaking / Public Limited
Company listed in Stock Exchange in India or Abroad, the same shall be
accompanied by a certificate by a Key Managerial Personnel of each such
company to the effect that the subsidiary concerned is a subsidiary of
Public Sector Undertaking / Public Limited Company listed in Stock
Exchange in India or Abroad.
The cut- off date shall be calculated backwards from the last stipulated
date for submission/ opening of Tender i.e. for a Tender which is being
opened on 06.08.2014, the cut -off date shall be 07.08.09.
Notes:
Certificates regarding construction experience in key activities / specified
components issued by Govt. Organizations / Semi Govt. Organizations of
Central or State Government; or by Public Sector Undertakings/
Autonomous bodies of Central or State Government or their subsidiaries
or; by Public Ltd. Companies listed in Stock Exchange in India shall only be
accepted for assessing the eligibility of a tenderer.
When key activity / specified components are expressed / specified in
monitory terms, a weightage of 7% (compounded annually from the date of
18
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
completion of the work to the submission of the bid) shall be given for
equating the value of works of the previous years to the current year.
The work satisfying the criterion for a particular key activity may be different
from a work satisfying the criterion for another key activity.
The Bidder should furnish with his Bid a tabular statement giving
contract-wise quantities of key activities / specialised components
executed in the last 5 years which meet the Qualification Criterion along
with documentary proof in support thereof (indicating page nos.).
Even if a work has not been completed but if the specified quantity of the
key activity has been completed, the same shall be taken into
consideration for the purpose of this criterion.
Any work executed by the Bidder as a member of a Joint Venture will be
accepted provided there is documentary proof in support of the same either
in the MOU/ Agreement of the JV or in a declaration by the other Members
of that JV or the Client confirming that the specialized work was actually
executed by the Bidder.
Notes:
The certificate so produced by the Bidder may be got verified from the issuing
Bank.
(ii) The bidder should furnish a declaration that he has not failed to service the
principal amount or interest or both of a loan amount / credit limit from any
Bank or Financial Institution during a period of one year prior to the deadline for
submission of bids.
Notes:
In case a bidder has defaulted in servicing his loan / credit limit during past one
year, he shall be disqualified.
The declaration may be included in the Declaration to be submitted in
Performa 3 to this Annexure.
4. PROFITABILITY
The Bidder should be a profit (net) making firm and should have made profit during any
two of the past 3 Financial Years immediately preceding the deadline for submission of
bids. If the audited Balance Sheet for the immediately preceding year is not available
in case of tenders opened before 30th September, Audited Balance Sheets of the three
financial Years immediately preceding the previous Financial Year shall be
considered.
The Bidder should furnish figures of net profit of last 3 years in a tabular form and
submit attested copies of Auditors Reports along with audited Balance Sheets and
Profit and Loss Statements for the last three Financial Years. Specific reference with
page no. of document which proves satisfaction of this Qualifying Criterion should be
indicated in the tabular statement.
5. NET WORTH
The Bidder should have positive Net Worth of at least Rs. 10.76 crores.
19
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Notes:
- Net Worth shall be computed from the bidders audited balance sheet of the last
financial year ending on a date not prior to 18 months from the due date of
submission of the tender (or, if the date is extended, such extended date of
submission).
b) Records of any contract awarded to them, having been determined during the past
three years prior to the dead line for submission of bids.
d) Not submitted all the supporting documents or not furnished the relevant details as
per the prescribed format.
20
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Performa no. 1
S. Client's Name of Scope of Agreement Contract Value Date of start Date of Reasons Ref. of
No. Name the Work & work / Letter of Completion for delay in document
and Location carried Award No. completion (with page
Address out by and date Awarded Actual on As per Actual if any no.) in
the completion LOA/ support of
Bidder Agreement meeting
Qualification
Criterion
3. In case of a Certificate from a Public Limited Company the Bidder should also submit
documentary proof that the Public Ltd. Company was listed in Stock Exchange in India or
Abroad when the work was executed for it.
4. Information must be furnished for works carried out by the Bidder in his own name or
proportionate share as member of a Joint Venture. In the latter case details of contract
value including extent of financial participation by partners in that work should be
furnished.
5. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the
Bidder cannot include such a work for his satisfying the Qualification Criterion even if the
Client has issued a Completion Certificate in favour of that Bidder.
21
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
7. Only similar works completed during the last 5 years prior to the last stipulated date for
submission of Bid, which meet the Qualification Criterion need be included in this list.
22
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Performa no. 2
This is to certify that to the best of our knowledge and information, M/s ,
having their registered office at ., a customer of our Bank, is a
reputed company with a good financial standing and can be treated as solvent to the extent of
Rs. ..
This certificate is issued without any guarantee or risk and responsibility on the Bank or any of
its officers.
Note:
Bankers Certificate should be on letter head of the Bank.
23
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Performa no. 3
24
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE II
DRAFT MEMORANDUM OF UNDERSTANDING
EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE
(On each firms Letter Head)
From
------------------------
-------------------------
To
RITES Ltd
-------------------------
Dear Sir,
We wish to conform that our company / firm (delete as appropriate) has formed a Consortium
with (insert names of all other members of the group) for purposes associated with your
Tender No._________________
(Members who are not the Lead Member of the Consortium should add the following
paragraph) *
* The Consortium is led by .(insert name of the Lead Member) whom we
hereby authorize to act as leader on our behalf for the purposes of submission of Bid for
..(name of work) and to incur liabilities and receive
instructions for and on behalf of any and all the partners of the Joint Venture/Members of the
Consortium. For this purpose we have executed a Power of Attorney in favour of (name of
the Lead Member) (Member who is the Lead Member of the Consortium should add the
following paragraph)**
** In this Consortium we act as Lead Member and for the purposes of bidding for the work,
represent the Consortium.
Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees
to the Employer on behalf of the Joint Venture, which shall be legally binding on all the
partners of the Joint Venture.
In the event of our Consortium being awarded the contract we agree to be jointly
with--------------- (insert names of all other members of the Consortium) and severally liable to
RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities
arising from or imposed by the contract subsequently entered into between RITES and our
Consortium.
The precise responsibility of the Lead Member and other Members of the Consortium in
respect of planning, design, construction equipment, key personnel, work execution and
financing of the Work including Percentage of financial participation by each Member will be
as indicated in the Annexure. These shall not be varied/ modified subsequently without your
prior approval.
We further agree that entire execution of the contract shall be carried out exclusively through
the Lead Member.
In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions
will be executed within 15 days of receipt of Letter of Acceptance from you and shall be
registered at the place where the Agreement will be signed, so as to be legally valid and
binding on all Members of the Consortium.
We agree that the Joint Venture Agreement shall be valid during the entire currency of the
25
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Contract including the period of extension if any, and the maintenance period after the work is
completed.
We further confirm that we shall open a Bank Account in the name of JV and all payments due
to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions
such as towards Income Tax and VAT made from the amounts due to us against our bills,
being credited to the concerned Government departments, we shall obtain PAN/TIN number
etc. as required and advise you the details before claiming our first on-account bill.
We affirm that the Integrity Pact with the Employer in the format at Annexure VI (if applicable)
shall be signed by the Lead Member duly witnessed, on behalf of the Joint
Venture/Consortium. All Members including the Lead Member shall comply with the provision
in the Integrity Pact and any violation of the Integrity Pact by any Member shall be construed
as violation by the Joint Venture/Consortium.
Encl: Annexure.
Yours faithfully,
Signature __________________
Seal
Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
Note :
1. To be executed by each Member of the Consortium individually.
26
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE III
We, M/s. _____________ (name of the firm/company with address of the registered office)
hereby constitute, appoint and authorise Mr./Ms (Name and residential address)
who is presently employed with us and holding the position of and whose signature is
given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or
things necessary or incidental to our bid for the work ..(name of
work), including signing and submission of application / proposal, participating in the
meetings, responding to queries, submission of information / documents and generally to
represent us in all the dealings with RITES or any other Government Agency or any person, in
connection with the works until culmination of the process of bidding, till the Contract
Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
Attorney shall always be deemed to have been done by us.
(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for
the Company)
(* Strike out whichever is not applicable)
Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
Notes:
In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory has
to be the one employed by the Lead Member.
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
27
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE IV
Whereas------------RITES Ltd. has invited bids for------------(Name of work) for and on behalf of
_______________ as an Agent /Power of Attorney Holder.
Whereas, it is necessary for the members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do, for and on behalf of the
Consortium, all acts, deeds and things as may be necessary in connection with the
Consortiums bid for the work.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
Attorney shall and shall always be deemed to have been done by us/Consortium.
Dated this the ________________day of _______ 20 (Signature and Name in Block letters of
*All the Partners of the firm / * Authorised Signatory for the Company)
(* Strike out whichever is not applicable) Seal of firm / Company
Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
Notes:
To be executed by all the members individually, in case of a Consortium.
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
28
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE IV A
(FORM OF LETTER OF ACCEPTANCE)
(By REGD POST / ACK.DUE)
(On the letter head of LPAI )
NO. : Dated :
To
Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance
Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an
Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The
Guarantee Bonds aggregating for an amount of Rs.______________ are required to be
submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by
the following Banks will not be acceptable _____________________ (Names of Banks
_________)
The time of ________months allowed for execution of the work will be reckoned from the date
of start as defined in Schedule F or from the first day of the handing over of the site, whichever
is later, in accordance with phasing, if any, indicated in tender document.
You are requested to contact _________ (complete designation and address of the Project
Coordinator) for carrying out the contract.
You are also requested to attend this office within Twenty Eight days from the date of issue of
this letter for execution of the formal agreement. It may be noted that no payment shall be
made for any work carried out by you till the Agreement is executed and till such time the
Performance Guarantee and Additional Performance Guarantee (where applicable) has/have
been submitted by you.
This Letter of Acceptance is being sent to you in duplicate and you are requested to return
without delay one copy of the letter duly signed and stamped, as a token of your
acknowledgement.
Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between
us pending execution of formal Agreement.
Your letters as well as this office letters referred to above shall form part of the Contract.
Yours faithfully,
Land Ports Authority of India
Ministry of Home Affaitrs,
Government of India
Copy to :
1. RITES Ltd.
29
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE V
FORM OF AGREEMENT
(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
WHEREAS the Employer is desirous that certain works should be executed viz. (brief
description of the work) and has by Letter of Acceptance dated . accepted a tender
submitted by the Contractor for the execution, completion, remedying of any defects therein
and maintenance of such works at a total Contract Price of Rs..
(Rupees .only)
4. The Employer hereby covenants to pay to the Contractor in consideration of the execution,
completion, remedying of any defects therein and maintenance of the works, the contract
30
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
price or such other sum as may become payable under the provisions of the contract at the
time and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused their respective common seals to be
hereinto affixed (or have herewith set their respective hands and seals) the day and year first
above written.
1. 1.
2. 2.
31
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE VI
INTEGRITY PACT
Between
RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of
Land Ports Authority of India, Department of Border Management, Ministry of Home
Affairs, Government of India hereinafter called the Employer AND
.hereinafter referred to as "The Bidder/Contractor"
Preamble
The Employer intends to award, under laid down organizational procedures, contract/s for
.... The
Employer values full compliance with all relevant laws and regulations, and economic use of
resources, and of fairness and transparency in his relations with the Bidder/s and/or
contractor/s.
In order to achieve these goals, the Employer will appoint an Independent External Monitor
(IEM) who will monitor the Tender process and execution of the contract for compliance with
the principles mentioned above.
(1) The Employer commits himself to take all measures necessary to prevent corruption and
to observe the following principles:-
1. No employee of the Employer, personally or through family members, will in
connection with the tender or for the execution of the contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the
person is not legally entitled to.
2. The Employer will, during the tender process, treat all Bidders with equity and reason.
The Employer will in particular, before and during the tender process, provide to all
Bidders the same information and will not provide to any Bidder confidential/additional
information through which the Bidder could obtain an advantage in relation to the
tender process or the contract execution.
3. The Employer will exclude from the process all known prejudiced persons.
(2) If the Employer obtains information on the conduct of any of his employees which is a
criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or
if there be a substantive suspicion in this regard, the Employer will inform its Chief
Vigilance Officer and in addition can initiate disciplinary action.
(1) The Bidder/Contractor commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation
in the tender process and during the contract execution.
1. The Bidder/Contractor will not directly or through any other person or firm, offer,
promise or give to any of the Employers employees involved in the tender process or
the execution of the contract or to any third person any material or other benefit which
he is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
2. The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or
non-submission of bids or any other actions, to restrict competitiveness or to introduce
32
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
(1) If the Bidder/Contractor, before award or during execution has committed a transgression
through a violation of Section 2 above, or in any other form such as to put his reliability or
credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the
tender process or take action as per the procedure mentioned in the "Guideline on banning
of business dealing" annexed and marked as Annexure A".
(1) If the Employer has disqualified in terms of the provisions in Section 3, the
Bidder/Contractor from the tender process prior to the award of contract, the Employer is
entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid
Security.
(2) If the Employer has terminated the contract during execution in terms of the provisions
under Section 3, the Employer shall be entitled to demand and recover from the Contractor
the damages equivalent to Earnest Money Deposit, Security Deposits already recovered
and Performance Guarantee, which shall be absolutely at the disposal of the Employer.
(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years
with any other Company in any country conforming to the Anti-Corruption approach or with
any other Public Sector Enterprise in India that could justify his exclusion from the tender
process.
(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified
from the tender process or action can be taken as per the procedure mentioned in
"Guideline on banning of business dealing".
33
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
(1) The Employer shall appoint competent and credible Independent External Monitor for this
Pact. The task of the Monitor is to review independently and objectively, whether and to
what extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and will
perform his functions neutrally and independently. He will report to the MD/RITES Ltd.
(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction
to all Project documentation of the Employer including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to
treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor
with confidentiality.
(4) The Employer will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Employer and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by
the Employer or the Bidder/ Contractor, has taken place, he will request the Party
concerned to discontinue or take corrective action , or to take any other relevant action.
The Monitor can in this regard submit non-binding recommendations. Beyond this, the
Monitor has no right to demand from the parties that they act in a specific manner or refrain
from action or tolerate action.
(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from the
date of reference or intimation to him by the Employer and should the occasion arise,
submit proposal for correcting problematic situations.
(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an offence
under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken
visible action to proceed against such offender or reported it to the Chief Vigilance Officer,
the Monitor may also transmit this information directly to the Central Vigilance
Commissioner.
(8) The word Monitor would include both singular and plural.
(1) This pact begins when both parties have legally signed it. It expires for the Contractor
when his
(2) Security Deposit is released on completion of the Maintenance Period and for all other
Tenderers six months after the Contract has been awarded.
(3) If any claim is made/lodged during this time the same shall be binding and continue to be
valid despite the lapse of this pact specified above, unless it is discharged/determined by
MD/RITES Ltd.
Section 10 - Other Provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as
stated in the Contract Agreement.
34
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by the
Partner in charge/ Lead Member nominated as being incharge and who holds the Power of
Attorney signed by legally authorised signatories of all the partners/Members. The
Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to
the effect that all Members of the Consortium will comply with the provisions in the Integrity
Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of
Section 2 above by any of the Partners/Members will be construed as a violation by the
consortium leading to possible Termination of Contract in terms of Section 3
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.
RITES Ltd.
Agent / Power of Attorney Holder
(For & on behalf of the Employer) (For the Bidder/Contractor)
(Office Seal) (Office Seal)
Place:__ ............... ____
Date: __________
Witness 1:
(Name & Address)________________________
______________________
______________________
Witness 2:
(Name & Address)________________________
______________________
______________________
35
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEX-A
1. Introduction
1.1 RITES, being a Public Sector Enterprise and State, within the meaning of Article 12 of
Constitution of India, has to ensure preservation of rights enshrined in Chapter III of
the Constitution. RITES has also to safeguard its commercial interests. It is not in the
interest of RITES to deal with Agencies who commit deception, fraud or other
misconduct in the execution of contracts awarded / orders issued to them. In order to
ensure compliance with the constitutional mandate, it is incumbent on RITES to
observe principles of natural justice before banning the business dealings with any
Agency.
1.2 Since banning of business dealings involves civil consequences for an Agency
concerned, it is incumbent that adequate opportunity of hearing is provided and the
explanation, if tendered, is considered before passing any order in this regard keeping
in view the facts and circumstances of the case.
2. Scope
2.1 The procedure of (i) Suspensionand(ii) Banning of BusinessDealing with Agencies,
has
been laid down in these guidelines.
2.2 It is clarified that these guidelines do not deal with the decision of the Management not
to entertain any particular Agency due to its poor / inadequate performance or for any
other reason.
2.3 The banningshall be withprospective effect, i.e., future businessdealings.
3. Definitions
In these Guidelines, unless the context otherwise requires:
i) 'Bidder / Contractor / Supplier' in the context of these guidelines is indicated as
Agency.
ii) Competent Authority and Appellate Authority shall mean the following:
a) The Director shall be the Competent Authority for the purpose of these
guidelines. CMD, RITES shall be the Appellate Authority in respect of such
cases.
b) CMD, RITES shall have overall power to take suo-moto action on any
information available or received by him and pass such order(s) as he may
think appropriate, including modifying the order(s) passed by any authority
under these guidelines.
iii) Investigating Department shall mean any Department, Division or Unit
investigating into the conduct of the Agency and shall include the Vigilance
Department, Central Bureau of Investigation, the State Police or any other
department set up by the Central or State Government having powers to
investigate.
iv) Banning Committee shall mean a Committee constituted for the purpose of
these guidelines by the competent authority. The members of this Committee
shall not, at any stage, be connected with the tendering process under reference.
36
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
37
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
8. Show-cause Notice
8.1 In case where the Competent Authority decides that action against an Agency is called
for, a show-cause notice has to be issued to the Agency. Statement containing the
imputation of misconduct or mis- behaviour may be appended to the show-cause
notice and the Agency should be asked to submit within 30 days a written statement in
its defence. If no reply is received, the decision may be taken ex-parte.
8.2 If the Agency requests for inspection of any relevant document in possession of
RITES, necessary facility for inspection of documents may be provided.
8.3 On receipt of the reply of the Agency, or in case no reply is received within the
prescribed time, the Competent Authority shall refer the case along with relevant
details to the Banning Committee, which shall examine the reply of the Agency and
other facts and circumstances of the case and submit its final recommendation to the
Competent Authority for banning or otherwise. A final decision for Company-wide
banning shall be taken by the Competent Authority. The Competent Authority may
consider and pass an appropriate speaking order:
For exonerating the Agency; or
For banning the business dealing with the Agency.
8.4 The decision should be communicated to the Agency concerned along with a reasoned
order. If it decided to ban business dealings, the period for which the ban would be
operative may be mentioned.
11. Circulation of the names of Agencies with whom Business Dealings have been
banned.
11.1 Depending upon the gravity of misconduct established, the Competent Authority of
RITES may circulate the names of Agency with whom business dealings have been
banned, to the Ministry of Railways and PSUs of Railways, for such action as they
deem appropriate.
11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more
information about the Agency with whom business dealings have been banned a copy
of the report of Inquiring Authority together with a copy of the order of the Competent
Authority/ Appellate Authority may be supplied.
38
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
12. Restoration
12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the
banning order shall be considered as "withdrawn".
12.2 In case any agency applies for restoration of business prior to the expiry of the ban
order, depending upon merits of each case, the Competent Authority which had
passed the original banning orders may consider revocation of order of suspension of
business/lifting the ban on business dealings at an appropriate time. Copies of the
restoration orders shall be sent to all those offices where copies of Ban Orders had
been sent.
39
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE VII
MANDATE FORM
To
RITES
________
________
Dear Sir,
40
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE VIII
Form of Earnest Money Deposit- Not Applicable
Bank Guarantee Bond
--DELETED--
41
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE IX
Pre-Qualification Performa
Name of Work
Tender No.
Details of Cost of Tender Name & Address Amount Date of Issue Instrument
Profitability
S. No. Financial Years Profit with (+) sign Documents Remarks
or Loss with (-) sign Placed at:
(In Lacs)
2014-15
1
2013-14
2
3 2012-13
42
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2
3
Net Worth
S.No. Financial Years Networth in Rs. Documents Remarks
Placed at:
2014-15
1
Solvency Certificate
Sl No. Name & Date of Document Remarks
Address of Solvency Issuance Placed at:
Issuing Bank Amount in Rs.
1.
43
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
44
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE-X
LIST OF 60 DISTRICTS COVERED UNDER IAP
45
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
46
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
47
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
48
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SECTION 2
--DELETED--
49
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SECTION 3
SPECIAL CONDITIONS
GENERAL:
The following Special Conditions shall be read in conjunction with Conditions of Contract and
amendments/corrections thereto. If there are any provisions in these Special Conditions which
are at variance with the provisions in the above mentioned documents, the Provisions in these
Special Conditions shall take precedence.
1.1 The successful bidder will have to open a new dedicated account in any scheduled
bank for ICP Dawki with new CIF number. All the payment related to ICP Dawki project
shall be released only in new dedicated account opened by the successful bidder. No
payment shall be released till the new dedicated account has been opened by the
successful bidder. Bidder shall be under obligation to utilise all the payments released
in this new dedicated account for the works related to ICP Dawki tender only he shall
not divert any funds from this account for any other purpose till the completion of the
project.
All payment towards Running Account Bills and Final Bill to the Contractor will be
made only through RTGS/NEFT to the new dedicated account to be opened by the
contractor for this purpose. All required information and documents shall be provided
by the Contractor in this regard. Necessary bank charges towards the same shall be
borne by the Contractor.
2.0 MATERIALS
Materials to be provided by the Contractor
(Clause No.10A of GCC)
2.1.1 The materials and manufactured goods shall be the best of their respective kinds and
as described in the specifications, drawings and Bill of Quantities. The Contractor
shall submit for the approval of the Engineer-in-Charge, within a reasonable time after
receipt of the order to commence the Works, a list of the names and addresses of the
manufacturers, the trademarks and types of all materials and articles he proposes to
employ together with all specifications and descriptions and samples that may be
required in this connection before any orders are placed. Within a reasonable time, the
Engineer-in-Charge shall issue written decision on the Contractors proposals. If any of
the manufacturers, materials, etc. have been rejected, then the Contractor must
propose acceptable alternatives within one week of such rejection. The
Engineer-in-Charges decision shall be final and binding on the Contractor.
2.1.2 The Contractor shall submit to the Engineer copies of all orders for materials.
50
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
other equal and approved product shall be permitted in use subject to downward price
adjustment if called for. Upward price adjustment in such cases will not be accepted.
2.1.4 If, during the course of the Contract, certain materials required for use in the Works
should be unobtainable despite the best efforts of the Contractor, then the Contractor
may offer substitute materials for the approval of the Engineer-in-Charge. These
substitute materials, although not complying fully with the specifications, must
nevertheless be suitable and appropriate for use in the Works. Acceptance or refusal
of such substitute materials shall be at the sole discretion of the Engineer-in-Charge.
In the event of acceptance of the substitute materials a suitable price reduction shall be
made in respect of decrease in quality or value but no price addition shall be made in
respect of increase in quality or value. In the event of refusal of the substitute
materials, the Contractor shall not be relieved of any of his obligations under the
Contract and shall be solely liable for any delay or loss occasioned by his failure to
provide materials as specified.
2.1.5 Samples
The Contractor shall furnish for approval, with reasonable promptness, samples of all
materials and workmanship. The Engineer shall check and confirm approval of such
samples with reasonable promptness if they conform with the design concept of the
Works and with the requirement given in the contract documents. The work shall be in
accordance with approved samples. The procedure for submission and approval of
samples shall be as follows:
(a) All material samples in duplicate shall be delivered to the Engineers office at the
Contractors cost. Samples shall be properly labeled with
Name of Project
Name of Contractor
Name of Product
Name of Manufacturer
Reference No. of BOQ
Date of Submission
Date of Fabrication/ Casting if applicable
(b) Samples shall be accompanied by technical specification/ manufacturers
catalogue
(c) In case the Contractor intends to keep an approved sample in his possession he
shall submit additional samples for the Engineers approval.
(d) Samples shall be furnished well in advance to give the Engineer reasonable time
for his consideration.
2.1.6 The Contractor shall procure all the materials well in advance so that there is sufficient
time for testing of the materials and clearance of the same before incorporation in the
work.
2.1.7 All the materials to be used in and on every part of the works shall be subjected to
Mandatory tests from time to time as prescribed in the MoSRT&H/CPWD or other
specifications as stipulated. These Mandatory tests / norms are the minimum
requirement and the Engineer may supplement these with additional tests / checks
according to the site condition. Materials for such extra tests shall made available by
the Contractor free of cost. In the case of Non-Mandatory or Extra tests, if the test
results show that the Material / workmanship is not to the required standard, the cost of
test shall be borne by the Contractor. If the test result is satisfactory, the cost of test will
be borne by the Employer, except that the cost of sample will always be borne by the
51
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Contractor. The samples for tests shall be in all cases selected by the Engineer and
supplied by the Contractor as part of the Contract. If at any time, any material so tested,
fails to meet the acceptance criteria, the same shall be removed from the site of works
and other materials substituted there for. In the absence of any specified test /
acceptance criteria, the decision of the Engineer shall be final and binding as to
whether the said material or materials shall be used on the works, or forthwith removed
and other materials substituted.
2.1.8 The Contractor shall produce on demand from the Engineer the manufacturing
certificates certifying that the materials conform to the technical specifications.
2.1.9 The Contractor has to establish at his own cost, a testing laboratory/ field laboratory
with equipments and instruments as given in Annexure H" enclosed with Special
Conditions of Contract in addition to the equipment mentioned at Annexure B-1
to conduct regular and routine tests on materials, measurements of temperature and
any other tests stipulated in the technical specifications of the items to be executed in
the Contract. On completion of works, the site laboratory shall be dismantled and site
cleared unless the Employer directs otherwise. The Site laboratory shall be manned by
Technically competent staff to be appointed and paid by the Contractor at his cost.
2.1.10 The Contractor shall permit the Engineer or his authorized representative to be present
during any or all the tests. Before issuing the notification to the Engineer in charge that
the work has been completed, the Contractor shall make under the direction and in the
presence of Engineer such tests and inspections as have been specified or as the
Engineer shall consider necessary to determine whether or not in the Works the full
intent of requirements of the plans and specifications has been fulfilled. In case the
work does not meet the full intent of the specifications it shall be rectified by the
Contractor at no extra cost and the Contractor shall bear all the expenses for any
further tests considered necessary.
2.1.11 For any tests as directed by the Engineer that have to be carried out at an outside
laboratory, the cost of such tests, materials, transport etc. shall be borne by the
Contractor/ Employer as stipulated in Para 3.1.7 above.
2.1.12 List of Mandatory Tests to be carried and other details of Mandatory Tests to be carried
out have been stipulated in MoSRT&H specifications (for pavement works) & CPWD
specifications (for culverts, dismantling works and drainage works).
DELETED
52
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4.1.2 The Contract shall be executed in triplicate and the Employer, the Engineer and the
Contractor shall be entitled to one executed copy each for his use. The Contractor on
the signing thereof shall be furnished by the Engineer-in-charge, copies of Drawings as
mentioned in Para 5.1.1 above.
4.1.3 The Contractor shall keep one copy of all Drawings at the works site and the Employer.
Engineer-in-charge/ Engineer shall at all reasonable time have access to the same.
Before the issue of the final certificate to the Contractor, he shall forthwith return to the
Engineer all Drawings and other documents issued.
5.1 The first paragraph under the heading Deviation, Substituted Items, Pricing shall be
read as under :
In the case of substituted items, the rate for the agreement item (to be
substituted) and substituted item shall also be determined in the manner as
mentioned in the following para.
Nothing extra shall be payable for any extra lead involved in stacking the materials at
a reasonable distance away from the work place, on account of operational
requirements and runway lights installations etc.
53
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
during the execution of the works. The damage to work shall be made good by the
contractor at his own cost and no claim on this account shall be entertained.
8.0 The contractor shall adjust his labour, staff, plant, machinery etc., according to the
requirement of work from time to time and no claim shall be entertained on account
of idle labour, plant, machinery, etc., due to any reason whatsoever.
10.0 TESTS
All tools, instruments, plants and labour/operating personnel for the test shall be
provided by the contractor at his own cost. For any tests as directed by the
Engineer-in-charge, that have to be carried out at an outside laboratory, the cost of
such tests, materials, transport etc., shall be borne by the contractor.
b) Court Jurisdiction
The Courts in the City of New Delhi alone shall have the jurisdiction to
entertain any application or other proceedings in respect of anything arising
under this Agreement and any award or awards made by the Arbitrator
hereunder shall be filed in the concerned Courts in the aforesaid City only.
a) Contractor will have to install his hot mix plant of capacity 60-90 TPH for
production of bituminous mix and Batch mix plant for production of cement
concrete, at site approved by Engineer-in-Charge in case the land is provided
by the Employer.
b) The contractor shall stack materials at the site of work strictly as per
instructions of Engineer-in-Charge.
The contractor shall be responsible for routine maintenance of T&P and any damage
and delay due to breakdown shall be responsible of the contractor.
Nothing extra shall be payable for any extra lead involved in stacking the materials at a
reasonable distance away from the work place on account of operational
requirements and runway lights installations etc.
54
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The contractor shall be responsible for all incidental & non-incidental expenses on
the supplies & services procured under this contract.
The Tenderer shall be responsible for the safe custody of the materials during the
validity of this contract and shall make his own arrangements for the same.
The Tenderer shall provide a replacement guarantee of TWENTY FOUR
MONTHS, in the form of a certificate, from the certified date of completion of the
work, for the quality of supplied items against manufacturing defects and for
stability of the works executed against failure due to any defective workmanship or
usage of defective material or equipments for the work.
The payment schedule for the Electrical items will be as under:
1. On supply of items in good condition at site (which comply with the
specifications & conditions/special conditions of the contract) : 70% of the BOQ
rate.
2. On Installation : 20% of the BOQ rate.
3. On Testing & Commissioning : 10% of the BOQ rate
55
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SECTION 4
PROFORMA OF SCHEDULES
SCHEDULE A
Schedule of quantities (As per Bill of Quantities attached) (BOQ to be attached with
Financial Bid)
SCHEDULE B -
Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)
S.No Description of items Quantity Rates in Figures & words at Place of Issue
which the material will be
charged to the contractor
1 2 3 4 5
- Not Applicable -
SCHEDULE C -
Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).
S.No Description Hire charges per day Place of Issue
1 2 3 4
- Not Applicable -
SCHEDULE D
Extra schedule for specific requirements/documents for the work, if any.
- Not Applicable
SCHEDULE E -
Schedule of components of Cement, Steel, other materials, POL, Labour etc .for price
escalation. (Refer Clause 10CC of Clauses of Contract).
(To be worked out and filled by NIT approving authority. The Components and their
percentages may be modified depending on the nature of work)
CLAUSE 10 CC
Component of expressed as percent of total value of work
Cement (Xc) 09.00% (Nine percent)
Steel (Xs) 05.00% (Five percent)
Other Material (Xm) (except cement & steel) 68.00% (Sixty Eight percent)
Labour (Y) 15.00% (Fifteen percent)
P.O.L (Z) 03.00% (Three percent)
Total 100.00%
56
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SCHEDULE F
Reference to General Conditions of Contract
CONDITIONS OF CONTRACT
Definitions
2 (iv) Employer Land Ports Authority of India
2(x) Standard Schedule of Rates CPWD DSR 2014 (to be modified as per
requirement and as applicable)
CPWD DSR SOR(E&M) 2014
2(xiii) Date of commencement of work 15 days from the date of issue of LOA or
the first date of handing over of site
whichever is later
CLAUSES OF CONTRACT
Clause 1
1 (i) Time allowed for submission of
P.G. from the date of issue of
Letter of Acceptance, subject 15 days.
to maximum of 15 days
57
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Clause 2
Authority for fixing compensation under
Clause 2 Chairman, Land Ports Authority of India
Clause 2A
Whether Clause 2A shall be applicable YES / NO
5.1 (a) Time allowed for execution of work 24 months (Twenty-Four Months)
from the date of start
1 1/8th (of the whole work) 1/4th (of the whole work) In the event of not achieving the
2 3/8th (of the whole work) 1/2 (of the whole work) necessary progress as assessed from
3 3/4th (of the whole work) 3/4th (of the whole work) the running payments, 1% of the
4 Full Full tendered value of work will be withheld
for failure of each milestone.
Clause 7
Gross work to be done together with net
payment/ adjustment of advances for
material collected, if any, since the last
such payment for being Rs. 250.00 lakhs
eligible to interim payment
Clause 10A
i) Whether Material Testing Laboratory
is to be provided at site. YES / NO
ii) If YES list of equipments
to be provided Refer Annexure H
Clause 10 B
Whether Clause 10 B (ii), (iv) & (v) applicable YES / NO
Clause 10 CC
Whether Clause 10CC applicable YES / NO
58
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Clause 11
Specifications to be followed for For CPWD DSR Items:-
execution of work CIVIL WORKS
CPWD Specifications 2009 Vol. I & II
CPWD General Specifications
Part I Internal 2013
Part II External 2013
Part III Lifts & Escalators 2003
Part IV Substations 2013
Part V Wet Riser
Sprinkler System 2006
Part VI Heating, Ventilation &
Air Conditioning Works 2004
Part VII DG Sets 2013
Clause 12
Clause 12.2 Deviation Limit beyond which i) For Non-foundation items.
12.3 & 12.5 Clauses 12.2,12.3 & 12.5 shall Plus 25%
apply Minus No limit
ii) For Foundation Items
Plus 100%
Minus No limit
Note: For Earthwork, individual classification quantity can vary to any extent but overall
Deviation Limits will be as above.
Clause 16
Competent Authority for
Deciding reduced rates Chairman, Land Ports Authority of India
Clause 17
Maintenance Period 24 months (Twenty-Four Months)
Clause 18
List of mandatory machinery, tools & plants to be deployed by the Contractor at site:-
1. Concrete batching plant
Clause 25
25 (i) Appellate Authority Executive Director (B&A), RITES Ltd.
Clause 31A / 32
Whether Clause 31A or 32 is applicable 31A* / 32*
*(Strike out whichever is not applicable)
59
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Clause 42
i) (a) Schedule/statement for determining DSR 2014
theoretical quantity of cement & bitumen
on the basis of Delhi Schedule of Rates
printed by CPWD
ii) Variations permissible on theoretical quantities
a) Cement for works with estimated cost 3% plus / minus
put to tender not more than Rs.5 lakhs
60
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Clause 46
Clause 46.10
Details of temporary accommodation
including number of rooms and their sizes Two rooms of total area 50sqm
with toilet and pantry as well as
furniture to be made available by
the Contractor for seating for 4
officers.
Clause 46.17
City of Jurisdiction of Court New Delhi
Clause 47.2.1
Sum for which Third Party Insurance Rs. 5.00 Lakhs per occurrence
to be obtained with the number of occurrences
limited to four
Clause 55
Whether clause 55 shall be applicable YES / NO
61
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SECTION 5
TECHNICAL SPECIFICATIONS
CPWD Specification 2009 Vol. I & II with upto date correction slips. These
Specifications have replaced CPWD Specifications 1996 along with Correction Slips
issued on them. These Specifications cover all types of Building Works. The
specifications are available as a printed document issued by CPWD and also in soft
copy PDF Format in CPWD website.
The above documents are available as Priced Document issued by CPWD and in soft
copy PDF Format in CPWD website.
Specifications for Road and Bridge works (Fifth Revision) April 2013 have been
published by Indian Road Congress as a priced document. These Specification cover
exhaustively various Road and Bridge works.
Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised
that they have approved issue of Indian Railways Unified Standard Specifications or
Materials and works with corresponding Indian Railways Unified Standard Schedule of
items (for rates of Materials and works). These documents are to be published by
Northern Railway on behalf of Railway Board after the Zonal Railways have made out
Schedule of Rates as applicable to them based on Standard Analysis of Rates of
items. These Specification however cover only Building and Road works generally on
the lines of CPWD and Ministry of Surface Transport. They do not cover Track works
which are governed by Manuals and RDSO/Indian Railway Specifications. Pending
publication of Unified Standard Specifications, the specifications issued by the zonal
Railways will be applicable.
62
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The works will be executed as indicated in the nomenclature of each item, general
specification as contained in section-5 and Particular specifications as given in this
section. Particular specification contained herein shall apply to following works :
i) Particular specifications for Plumbing works and Sewerage Treatment
Plant
ii) Particular specifications for Pre Engineered Steel Buildings / Sheds
iii) Particular specifications for pre fabricated structures for porta cabins.
iv) Particular specifications for Non Schedule Internal and External
Electrification Items
In addition, the abbreviations CPWD, IS, IRC, MoRTH, BS, ASTM, AASHTO shall be
considered to have the following meaning :
All the codes of practice, Standards and specification applicable shall be the latest
editions with all correction slips etc. or as directed by the Engineer-in-charge.
63
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PART 1
SPECIFICATIONS FOR PLUMBING WORKS AND SEWERAGE TREATMENT PLANT
1.1.2 Work under this contract shall consist of furnishing all labour, materials, equipment and
appliances necessary and required. The Contractor is required to completely furnish
all the Plumbing and other specialized services as described hereinafter and as
specified in the Schedule of Quantities and/or shown on the Plumbing Drawings.
1.1.3 Without restricting to the generally of the foregoing, the sanitary installations shall
include the following:-
A. Plumbing Works
i) Sanitary Fixtures.
ii) Soil, Waste & Vent and Rain Water Pipes and fittings.
iii) Water Supply System
iv) Sewerage & Storm water drainage system
v) Garden Irrigation System
vi) Water Supply Pumps & Water treatment Equipments
vii) Sewage Treatment Plant.
1.1.4 Services rendered under this section shall be done without any extra charge.
1.2 Specifications
1.2.1 Work under this contract shall be carried out strictly in accordance with Specifications
attached with the tender.
1.2.2 Items not covered under these Specifications due to any ambiguity or misprints, or
additional works, the work shall be carried out as per Specifications of the latest
Central Public Works Department with upto date amendments as applicable in the
contract and or as per the requirement of the client or its representative.
1.2.3 Works not covered above in para 1.2.1 and 1.2.2 shall be carried out as per relevant
Indian Standards and in case of its absence as per British Standard Code of Practice.
1.3.1 The Contractor should visit and examine the site of work and satisfy himself as to the
nature of the existing roads and other means of communication and other details
pertaining to the work and local conditions and facilities for obtaining his own
information on all matters affecting the execution of work. No extra charge made in
consequence of any misunderstanding, incorrect information on any of these points or
on ground of insufficient description will be allowed.
1.3.2 The work shall be carried out in conformity with the Plumbing drawings and within the
requirements of Architectural, Fire fighting, HVAC, Electrical, Structural and Other
specialized services drawings.
64
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.3.3 The Contractor shall cooperate with all trades and agencies working on the site. He
shall make provision for hangers, sleeves, structural openings and other requirements
well in advance to prevent hold up of progress of the construction schedule.
1.3.4 On award of the work, Contractor shall submit a schedule of construction in the form of
a PERT Chart or BAR Chart for approval of the Project Manager / Architect /
Consultant. All dates and time schedule agreed upon should be strictly adhered to,
within the stipulated time of completion/commissioning along with the specified
phasing, if any.
1.4 Drawings
1.4.1 Plumbing drawings are diagrammatic but shall be followed as closely as actual
construction permits. Any deviations made shall be in conformity with the Architectural
and other services drawings.
1.4.2 Architectural drawings shall take precedence over Plumbing or other services
drawings as to all dimensions.
1.4.3 Contractor shall verify all dimensions at site and bring to the notice of the Project
Manager all discrepancies or deviations noticed. Decision of the Project Manager
shall be final.
1.4.4 Large size details and manufacturers dimensions for materials to be incorporated shall
take precedence over small scale drawings.
1.4.5 All drawings issued by the Architects/Consultant for the work are the property of the
Architects/Consultant and shall not be lent, reproduced or used on any works other
than intended without the written permission of the Architects/Consultant.
1.5.2 For examination and testing of materials and works at the site Contractor shall provide
all Testing and Gauging Equipment necessary but not limited to the followings:-
1.5.3 All such equipment shall be tested for calibration at any approved laboratory, if
required by the Project Manager.
1.5.4 All Testing Equipment shall be preferably located in a special room meant for the
purpose.
65
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.5.5 Samples of all materials shall be got approved before placing order and the approved
samples shall be deposited with the Architects or kept at site in a sample room as
prepared by the owners. Any materials declared defective by Project Manager /
Architect /Consultant shall be removed from the site within 48 hours.
1.6.1 All dimensions and sizes of materials and equipment given in the tender document are
commercial metric sizes.
1.6.2 Any weights, or sizes given in the tender having changed due to metric conversion, the
nearest equivalent sizes accepted by Indian Standards shall be acceptable without
any additional cost.
1.7.1 Contractor shall provide permanent Bench Marks, Flag Tops and other reference
points for the proper execution of work and these shall be preserved till the end of the
work.
1.7.2 All such reference points shall be in relation to the levels and locations given in the
Architectural and Plumbing drawings.
1.8.1 The Contractor shall maintain one set of all drawings issued to him as reference
drawings. These shall not be used on site. All important drawings shall be mounted on
boards and placed in racks indexed. No drawings shall be rolled.
1.8.2 All corrections, deviations and changes made on the site shall be shown on these
reference drawings for final incorporation in the completion drawings. All changes to
be made shall be initialed by the Project Manager or Architects.
1.9.1 The Contractor shall submit to the Project Manager three copies of the shop drawings.
1.9.3 The Contractor shall submit two copies of catalogues, manufacturers drawings,
equipment characteristics data or performance charts as required by the Project
Manager.
1.10.1 On completion of work, Contractor shall submit one complete set of original tracings
and two prints of as built drawings to the Project Manager. These drawings shall have
the following information.
66
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
a) Run of all piping, diameters on all floors, vertical stacks and location of external
services.
b) Ground and invert levels of all drainage pipes together with location of all manholes
and connections upto outfall.
c) Run of all water supply lines with diameters, locations of control valves, access
panels.
No completion certificate shall be issued unless the above drawings are submitted.
1.10.2 Contractor shall provide two sets of catalogues, service manuals manufacturers
drawings, performance data and list of spare parts together with the name and address
of the manufacturer for all electrical and mechanical equipment provided by him.
1.10.3 All
Warranty Cards given by the manufacturers shall be handed over to the Project
Manager.
1.11.1 Rates quoted in this tender shall be inclusive of cost of materials, labour, supervision,
erection, tools, plant, scaffolding, service connections, transport to site, taxes, octroi
and levies, breakage, wastage and all such expenses as may be necessary and
required to completely do all the items of work and put them in a working condition.
1.11.2 Rates quoted are for all heights and depths and in all positions as may be required for
this work.
1.11.3 All rates quoted must be for complete items inclusive of all such accessories, Fixtures
and fixing arrangements, nuts, bolts, hangers as are a standard part of the particular
item except where specially mentioned otherwise.
1.11.4 All rates quoted are inclusive of cutting holes and chases in walls and floors and
making good the same with cement mortar/concrete/water proofing of appropriate mix
and strength as directed by Project Manager. Contractor shall provide holes, sleeves
and recesses in the concrete and masonry work as the work proceeds.
1.11.5 The Contractor shall furnish the Architects with vouchers and test certificates, on
request, to prove that the materials as specified and to indicate that the rates at which
the materials are purchased in order to work out the rate analysis of non tendered
items which he may be called upon to be carried out.
1.12 Testing
1.12.1 Piping and drainage works shall be tested as specified under the relevant clause(s) of
the specifications.
1.12.2 Tests shall be performed in the presence of the Project Manager/ Consultant.
1.12.3 All materials and equipment found defective shall be replaced and whole work tested
to meet the requirements of the specifications.
67
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.12.4 Contractor shall perform all such tests as may be necessary and required by the local
authorities to meet Municipal or other bye-laws in force.
1.12.5 Contractor shall provide all labour, equipment and materials for the performance of the
tests.
1.13.1 The Contractor shall, from time to time clear away all debris and excess materials
accumulated at the site.
1.13.2 After the Fixtures, equipment and appliances have been installed and commissioned,
Contractor shall clean-up the same and remove all plaster, paints stains, stickers and
other foreign matter of discoloration leaving the same in a ready to use condition.
1.13.3 On completion of all works, Contractor shall demolish all stores, remove all surplus
materials and leave the site in a broom clean condition, failing which the same shall be
done at Contractors risk and cost.
1.14.1 Contractor must keep constant liaison with the Municipal/statutory authority and obtain
all approval of all drainage, water supply and other works carried out by him.
1.14.2 Contractor shall obtain, from the Municipal and other authoritys necessary completion
certificate(s) with respect to his work as required for occupation of the building.
Contractor shall obtain permanent water supply and drainage connections from
authorities concerned. Employer shall pay all fees/deposits as required to be paid to
the authorities towards connection charges.
1.15.1 If any materials issued to the Contractor free of cost, are damaged or pilfered, the cost
of the same shall be recovered from the Contractor on the basis of actual cost to owner
which shall include all freight and transportation, excise duty, sales tax, octroi, import
duty etc. plus 100%. The decision on the actual cost given by the Employer shall be
final and binding on the Contractor.
No walls, terraces shall be cut for making and opening after water proofing has been
done without written approval of Project Manager/Architects. Cutting of water proofing
membrane shall be done very carefully to ensure that other portion(s) of water proofing
is (are) not damaged. On completion of work at such place the water proofing
membrane shall be made good and ensured that the opening/cutting is made fully
water proof as per specifications and details of water proofing approved by Architects.
No structural member shall be chased or cut without the written permission of the
Project Manager.
1.18.1 The Contractor shall verify that all materials supplied by the Employer confirm to the
68
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
specifications of the relevant item in the tender. Any discrepancy found shall be
brought to the notice of the Project Manager.
1.19 Materials
1.19.1 Unless otherwise specified and expressly approved in writing by the Project Manager,
only materials of makes and specifications mentioned in the list of approved makes
attached with the specifications shall be used.
1.19.2 If required, the Contractor shall submit samples of materials proposed to be used in the
works. Approved samples shall be kept in the office of the Project Manager and
returned to the Contractor at the appropriate time.
PART 2
1. BASIS OF DESIGN : PLUMBING WORKS
The Plumbing, Sanitary & Drainage System for the project is designed keeping in view
the following:
1.1 Requirement of adequate and equal pressure availability of cold water lines in Toilets,
Pantry/Kitchen and irrigation water supply etc.
1.2 Adequate storage of water in under ground raw + treated domestic water tanks.
The execution of works and materials used shall be as per the latest relevant I.S.
specifications.
The extension of work shall in stick compliance to the Environmental Clearance granted
by MoEF, Govt. of India & license issued by local municipal Department.
Wherever reference has been made to Indian Standard or any other specifications, the
same shall mean to refer to the latest specification irrespective of any particular edition of
such specification being mentioned in the specifications below or Schedule of
Quantities.
2.1 Water Treatment System for meeting the domestic water quality requirement with
chemical parameters in acceptable limits as per SP:35(S & T) 1987 which is considered
safe for human consumption, and other standards.
2.2 Domestic water supply through Gravity System for making water available at the residual
pressure 1.5 to 2.0 kg / sq.cm.
2.3 Sewage and Sullage collection system based on IS:1742 and applicable standards for
domestic drainage.
2.4 Sewage / Effluent Treatment Plant comprising of SBR treatment for recycling of the
effluent. The treated effluent shall be used for make-up to the cooling tower of DG sets &
69
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2.5 Storm / Rain water drainage system from various levels of the building and disposal to
available municipal storm water disposal.
The water requirement for the project is proposed to be based on the provisions of
IS:1172 and prevalent practice. The estimated requirement of water per day for the
Complex is based on the number of users and other services.
It is expected that daily domestic water requirement for the Complex shall be through
adequate number of tube wells.
Adequate storage is planned to meet the peak demand of water in the complex.
Domestic Water Requirement: The total domestic water shall be passed through
basic water treatment plant and further specialized treatment shall be done based on
the water analysis report and requirement. The basic water treatment plant shall
comprise of MG filter, Softener and Hypo dosing.
Recycled Water from STP: Water recovered from tertiary sewage treatment plant
shall be used for external landscape irrigation.
The water distribution for cold water supply for the Complex shall be designed on
principle of gravity to ensure availability of adequate residual head at user outlet.
Water transfer pumping system shall be provided with level controllers for cut-in and
cut-out the pumps in case of water level is low and high in centralized OH water tank
respectively.
3.6 Appurtenant
Following components shall be included in the water supply system for efficient
functioning:
70
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The soil and waste shall be carried down in separate independently vented pipes. Two
pipe drainage systems shall be adopted as per NBC (Part-IX). Provision of maxi vent
shall also be made for hygiene, safety consideration and to avoid foul smell entering
through trapped gully in WC. Provision of grease trap shall be made for waste water
from Kitchen.
5. WORKMANSHIP
The workmanship shall be best of its kind and shall conform to the specifications, as
below or Indian Standard Specifications in every respect or latest trade practices and
shall be subject to approval of the Owners Site Representative. All materials and/or
Workmanship which in the opinion of the Owners Site Representative / Architect /
Consultant is defective or unsuitable shall be removed immediately from the site and
shall be substituted with proper materials and/or workmanship forthwith.
6. MATERIALS
All materials shall be best of their kind and shall conform to the latest Indian Standards.
All materials shall be of approved quality as per samples and origins approved by the
Owners Site Representative / Architect / Consultants.
As and when required by the Owners Site Representative / Consultant, the contractor
shall arrange to test the materials and/or portions of works at his own cost to prove
their soundness and efficiency. If after tests any materials, work or portions or work are
found defective or unsound by the Owners Site Representative / Consultant, the
contractor shall remove the defective material from the site, pull down and re-execute
the works at his own cost to the satisfaction of the Owners Site Representative /
Consultant. To prove that the materials used are as specified the contractor shall
furnish the Owners Site Representative with original vouchers on demand.
PART 3
1. Scope of Work : SANITARY FIXTURES & CP FITTINGS
1.1 Work under this section shall consist of furnishing all materials and labour as
necessary and required to completely install all Sanitary Fixtures, chromium plated
fittings and accessories as required by the drawings and specified hereinafter or given
in the Schedule of Quantities.
1.2 Without restricting to the generally of the foregoing the sanitary fixtures shall include
the following:-
71
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
a) Sanitary fixtures
b) Chromium plated fittings
c) Porcelain or stainless steel sinks
d) Accessories e.g. toilet paper holders, soap dispensers, hand dryers etc.
1.3 Whether specifically mentioned or not all fixtures and appliances shall be provided with
all fixing devices, nuts, bolts, screws, hangers as required.
1.4 All exposed pipes within toilets and near fixtures shall be chromium plated brass or
copper unless otherwise specified.
2. General Requirements
2.1 Sanitary fixtures shall be of best quality approved by the Project Manager. Wherever
particular makes are mentioned, the choice of selection shall remain with the Project
Manager.
2.2 All fixtures and fittings shall be provided with all such accessories as are required to
complete the item in working condition whether specifically mentioned or not in the
Schedule of Quantities, specifications, drawings accessories shall include proper
fixing arrangement, brackets, nuts, bolts, screws and required connection pieces.
2.3 Fixing screws shall be half round head Chromium Plated brass screws with C.P.
washers where necessary.
2.4 Contractor shall furnish without cost of all such accessories and fixing devices that are
necessary and required but not supplied along with the Plumbing Fixtures and C.P
fittings by the manufactures as a part of the original standard supply.
2.5 All Fittings and Fixtures shall be fixed in a neat workmanlike manner true to levels and
heights shown on the drawings and in accordance with the manufacturers
recommendations. Care shall be taken to fix all Inlet and Outlet pipes at correct
positions. Faulty locations shall be made good and any damage to the finished floor,
tiling or terrace shall be made good at Contractors cost.
2.6 Contractor seal fixtures fixed near wall, marble and edges. With an approved type of
poly-sulphide sealant appropriate for its application.
3. European W.C
3.1 European W.C. shall be wash down or syphonic type floor or wall mounted set flushed
by means of porcelain flushing cistern, exposed or concealed type flush valve or by
imported type plastic flushing systems which will be an integral part of the wall system.
Framework, walling and finishing will form a part of the Contractors work. Where ever
applicable flush pipe/bend shall be connected to the W.C. by means of a suitable
rubber adapter. Wall hung W.C. shall be supported by a floor mounted chair.
3.2 Each W.C. set shall be provided with a plastic seat shall be with rubber buffers and
chromium plated hinges.
3.3 Plastic seat shall be so fixed that it remains absolutely stationery in vertical position
without falling down on the W.C.
72
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
polyethylene float and overflow pipe. Any frame work required for fixing cistern has to
be provided by the Contractor. Each W.C shall be suitable for flushing in low volume of
water 5-6 liters.
4. Urinals
4.1 Urinals shall be white glazed Vitreous China of size, shape and type specified in the
Schedule of Quantities.
4.2 Half stall Urinals shall be provided with 15 mm dia C.P. spreader, 32 mm dia stainless
steel domical waste and C.P. cast brass / PTMT bottle trap with pipe and wall flange,
and shall be fixed to wall by one C.I. bracket and two C.I. wall clips as recommended
by manufacturers complete as directed by Project Manager.
4.3 Half stall urinals shall be fixed with C.P. Brass screws and shall be provided with 32
mm dia domical waste leading to urinals trap.
4.4 Flush pipe shall be PP pipes concealed in wall chase but with chromium plated bends
at inlet and outlet or as given in Schedule of Quantities.
4.5 Urinals shall be flushed by means of fully automatically no-touch flush valve with
solenoid valves.
4.6 Waste pipes for urinals shall be G.I. to IS standards. Waste pipes may be exposed on
wall or concealed in chase as directed by the Specifications for waste pipes shall be
same as given in Section 3.
5. Lavatory Basin
5.1 Lavatory basins shall be white glazed vitreous china of size, shape and type specified
in the Schedule of Quantities.
5.2 Each Basin shall be provided with brackets and clips of approved and securely fixed.
Placing of Basins over the brackets without secure fixing shall not be accepted.
5.3 Each Basin shall be provided with a 32mm dia waste with overflow, pop-up waste or
rubber plug and chain as specified in the Schedule of Quantities, 32mm dia CP brass /
PTMT bottle trap with pipe to wall and flange.
5.4 Each basin shall be provided with a single 15 mm C.P. brass pillar tap as specified in
the Schedule of Quantities.
5.5 Basins shall be fixed at proper heights as shown on drawings. If height is not specified,
the rim level shall be 79 cms or as directed by Project Manager.
6. Sinks
6.1 Sinks shall be white glazed fireclay or vitreous china or stainless steel or any other
material as specified in the Schedule of Quantities.
6.2 Each sink shall be provided with brackets of approved and securely fixed. Counter top
sinks shall be fixed with suitable brackets or clips as recommended by the
manufacturer. Each sink shall be provided with 40 mm dia C.P. waste with chain and
plug as given in the Schedule of Quantities. Fixing shall be done as directed by Project
Manager.
73
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
6.3 Supply fittings for sinks shall be mixing fittings or C.P. taps as specified in the Schedule
of Quantities.
7. Hand Drier
7.1 The hand drier shall be no touch operating type with solid waste time delay to allow
user to keep hand in any position.
7.2 The hand drier shall be fully hygienic, rated for continuous repeat use.
7.3 The rating of hand drier shall be such that time required to dry a pair of hands upto
wrists is approximately 30 seconds.
7.4 The hand drier shall be wall mounting type suitable for 230 volts, single phase, 50 Hz,
A.C power supply.
8.2 Stainless Steel grab bars of required size suitable for concealed or exposed mounting
and non-stop gripping surface shall be provided in all washrooms to be used by
physically handicapped as directed by the Project Manager.
9. Accessories
9.1 Contractor shall install all Chromium Plated and porcelain accessories as shown on
the drawings or directed by Project Manager.
9.2 All C.P. Accessories shall be fixed with C.P. brass half round head screws and cup
washers in wall with rawl plugs or nylon sleeves and shall include cutting and making
good as required or directed by Project Manager.
9.3 Recessed porcelain accessories shall be fixed in walls and set in cement mortar 1:2 (1
cement: 2 coarse sand) and fixed in relation to the tiling work as per Interior Designers
drawings.
10.1 Urinal partitions shall be white glazed vitreous china, marble, granite or any other
material selected by the same shall be fixed by contractor executing the finishing work.
The exact location shall however be co-oriented by the Plumbing Contractor.
10.2 Urinal partitions shall be fixed at proper heights with C.P. brass bolts, anchor fasteners
and M.S. clips as recommended by the manufacturer and directed by Project
Manager.
11. Measurement
11.1 Sanitary fixtures and accessories shall be measured by numbers in the unit given in
the Schedule of Quantities.
11.2 Rates for all items shall be inclusive of cutting holes and chases and making good the
same, C.P brass screws, nuts, bolts and any fixing arrangements required and
recommended by manufacturers, testing and commissioning.
74
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PART 4
1. Scope of Work : SOIL, WASTE, VENT & RAINWATER PIPES & FITTINGS
1.1 Work under this section shall consist of furnishing all labour, materials, equipments
and appliances necessary and required to completely install all soil, waste, vent and
rainwater pipes and fittings as required by the drawings, and given in the Schedule of
Quantities.
1.2 Without restricting to the generally of the foregoing, the soil, waste, vent pipes system
shall include the followings:-
Vertical and horizontal soil, waste and vent Pipes, and fittings, joints, clamps,
connections to fixtures.
Connection of pipes to sewer lines as shown on the drawings at ground floor levels.
Floor and urinal traps, cleanout plugs, inlet fittings and rainwater heads /Khurras.
2. General Requirements
2.1 All materials shall be new of the best quality conforming to specifications and subject to
the approval of Project Manager.
2.2 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workmanlike manner.
2.3 Pipes shall be fixed in a manner as to provide easy accessibility for repair and
maintenance and shall not cause obstruction in shafts, passages etc.
2.4 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals
specified.
2.5 Access doors for fittings and cleanouts shall be so located that they are easily
accessible for repair and maintenance. Any access panel required in the Civil
structure, false ceiling or marble cladding etc. shall be clearly reported to the Owner in
the form of shop drawings so that other agencies are instructed to provide the same.
3. Piping System
a) The soil and waste pipe system above ground has been planned as a Two pipe
system having separate pipes for waste for janitor sinks, wash basins, drains and
floor drains and soil from the WCs and Urinals, and or a Single stack system
where all waste and soil pipes are connected to the same stack. Necessary venting
shall be done by using Air Admittance valves, to be installed based on
manufacturers recommendations.
b) Vertical soil and waste stacks shall be connected to a separate horizontal drain /
single horizontal drain at basement ceiling/ground floor generally as shown on the
drawings.
c) Toilet layouts have been so arranged that the W.C outlets shall be with
P trap
above ground level.
75
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
b) Rainwater down takes are separate and independent of the soil and waste
system and will discharge into the underground storm water drainage system
of the complex.
d) Any dry weather flow from waste appliances e.g. Parking and Drainage Sumps
shall connected to the Storm Water Network and Sewerage Sumps will be
connected to the Sewerage System.
All vertical/horizontal soil, waste & rain water piping works shall be carried out in
Centrifugally cast (spun) iron socketed pipe as per IS: 3989.
The pipes shall be round and shall be supplied in straight lengths with socketed ends.
The internal and external surfaces of pipes shall be smooth, clean, free from groovings
and other defects. The ends shall be cleanly cut and square with the axis of the pipe.
The pipes shall be designed by external diameter and shall conform to IS:3989.
FITTINGS
Fittings shall be of the same make as that of pipes, injection moulded and shall
conform to Indian Standard.
The piping system must be clamped properly using rubber padded (internally) flat U
clamps, pipes passing through walls, beams, slabs, columns should pass through
sleeves which are padded with insulation material.
The supports shall allow the repeated movements to take place without abrasion.
Jointing for CI pipes shall be made by means of solvent cement for horizontal lines and
O rubber ring for vertical line. The type of joint shall be used as per site conditions /
direction of the Owners site representative. Where CI pipes are to be used for rain
water pipes, the pipe shall be finished with GI adopter for insertion in the RCC slab for
a water proof joint complete as directed by Owners site representative.
3.5 Traps
Floor traps where specified shall be siphon type full bore CI, having a minimum 50 mm
deep seal. All traps are under slung from the slab and shall be adequately supported.
Urinal traps shall be siphon type full bore CI having a minimum 50 mm deep seal. All
76
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
traps are under slung from the slab and shall be adequately supported.
Bath room traps and connections shall ensure free and silent flow of discharging water.
Where specified, Contractor shall provide a special type of floor or manhole inlet fitting
fabricated from CI without, with one, two or three inlet sockets welded on side to
connect the waste pipe or joint between waste and inlet socket shall be with sealant
compound/push-fit as per requirement of the system. Inlet shall be connected to a P or
S trap, floor trap inlet and the traps shall be set in cement concrete blocks where varied
in floors as specified without extra charge.
Clean out plug for soil, waste or rain water pipes laid under floors shall be provided
near pipe junctions bends, tees, Ys and on straight runs at such intervals as required
as per site conditions. Clean out plugs shall terminate flush with the floor levels. They
shall be cast brass suitable for the pipe dia. With screwed to a GI socket. The socket
shall be joined to the pipe with drip seal/pipe seal.
Encasing of pipes is required to provide stability to the line and prevent its damage
during construction.
Pipes laid in sunken slabs and in wall chases (when cut specially for the pipe) shall be
encased in cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone
aggregate 12mm size) 75mm in bed and all round. When pipes are running well above
the structural slab, the encased pipes shall be supported with suitable cement
concrete pillars of required height at intervals of 1.8m. All drainage pipes except when
fixed above ground or in exposed locations shall be encased in cement concrete as
specified above for soil and waste pipes. The bed and encasing thickness shall
however be 150mm in bed and all round as shown on the drawing/specified in the
BOQ.
Contractor shall provide all holes cut outs and chases in structural members necessary
and required for the pipe work as building work proceeds. Wherever cut outs, holes are
left in the original construction, they shall be made good with cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 stone aggregate 20mm nominal size) or cement mortar 1:2
( 1 cement : 2 coarse sand) and the surface restored as in original condition.
3.8 Sleeves/Cutouts
Contractor shall utilize all cutout and sleeves provided during construction to prevent
breaking. The annular space between the pipe and the sleeve shall be filled up with
approved type of fire hydrant sealant. When sleeves are misplaced or inaccurately
located contractor shall make the holes in the wall or structural members at his own
cost but only with the prior permission of the Project Manager.
77
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
3.9 Testing
Entire drainage system shall be tested for water tightness and smoke tightness during
and after completion of the installation. No portion of the system shall remain untested.
Contractor must have adequate number of expandable rubber bellow plugs,
manometers, smoke testing machines, pipe and fitting work test benches and any
other equipment necessary and required to conduct the tests.
All materials obtained and used on site must have manufacturers hydraulic test
certificate for each batch of materials used on the site.
3.10 Measurements
3.10.1 General
Rates quoted for all items quoted shall be inclusive of all work and items given in the
specifications and Schedule of Quantities
3.10.2 Rates are inclusive of cutting holes and chases in masonry work/RCC Slabs by core
cutting method and making good the same.
3.10.3 Rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning of the works.
3.10.5 Soil, waste, vent, anti syphonage, rain water pipes, and drainage pipes shall be
measured net when fixed correct to a centimeter including all fittings along its finished
length.
3.10.6 Cement concrete around pipes shall be measured along the center of the pipe line
measured per linear meter and include any Masonry Supports, Shuttering and
Centering Cutting complete as described in the relevant specifications.
3.10.7 Slotted angles/channels shall be measured per linear meter of finished length
and shall include support bolts and nuts embedded in masonry walls with cement
concrete blocks and nothing extra will be paid for making good the same.
Urinal traps, trap gratings, hoppers, cleanout plugs shall be measured by number per
piece and shall include all items described in the relevant specifications and Schedule
of Quantities.
No extra payment shall be admissible with respect to excavation, refilling and disposal
of surplus earth for pipes laid below ground, in sunken/filledup slabs.
PART 5
1.1 Scope of Work : WATER SUPPLY SYSTEM
1.1.1 Work under this section consists of furnishing all labour, materials equipment and
appliances necessary and required to completely install the water supply system as
required by the drawings, specified hereinafter and given in the Schedule of
78
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Quantities.
1.1.2 Without restricting to the generality of the foregoing, the water supply system shall
include the following:-
a) Distribution system from main supply headers to all fixtures and appliances for
cold/hot water.
b) Cold water supply lines from tube-wells to fire and underground water tanks.
1.2.1 All materials shall be new of the best quality conforming to specifications. All works
executed shall be to the satisfaction of the Project Manager.
1.2.2 Pipes and Fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workmanlike manner.
1.2.3 Short or Long bends shall be used on all main pipe lines as far as possible. Use of
Elbows shall be restricted for short connections.
1.2.4 Pipes shall be fixed in a manner so as to provide easy accessibility for repair and
maintenance and shall not cause obstruction in shafts, passages etc.
1.2.5 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals
specified.
1.2.6 Clamps, hangers and supports on RCC walls, columns and slabs shall be fixed only by
means of approved made of expandable metal fasteners inserted by use of power
drills.
1.2.7 All pipe clamps, supports, nuts, bolts, washers shall be galvanized MS steel
throughout the building. Painted MS clamps & MS nuts, bolts and washers shall not be
accepted.
1.2.8 Valves and other appurtenances shall be so located as to provide easy accessibility for
operations, maintenance and repairs.
1.3.1 Contractor should study the site plan and water supply system diagram for an overview
of the system.
1.3.2 Source
Water supply will be acquired from captive tube-wells within the site and collected in
79
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
All water supply work in side toilets in wall chase and on toilet ceiling shall be carried
out in CPVC (Class-SDR11) pipes and fittings.
All water supply piping works in shafts and in exposed location upto 50 mm diameter
shall be carried out in CPVC (Class-Schedule-40) pipes and fittings.
All water supply piping works above 50mm dia and in pump room shall be carried out in
GI Heavy class pipes and fittings.
The pipes shall be CPVC (Chlorinated Poly Vinyl Chloride) material for hot & cold
water supply piping system using solvent welded CPVC fittings i.e. Tees, Elbows,
Couples, Unions, Reducers, Brushing etc. including transition fittings (connection
between CPVC & Metal pipes / GI) i.e. Brass adapters (both Male & Female threaded
and all conforming to ASTM D-2846 with only CPVC solvent cement conforming to IS
standards with clamps / structural metal supports as required /directed at site including
cutting chases & fitting the same with cement concrete / cement mortar as required,
including painting of the exposed pipes with one coat of desired shade of enamel paint.
All termination points for installation of faucets shall have brass termination fittings.
Installation shall be to the satisfaction of manufacturer & Project Manager.
a. Cutting:
Pipes shall be cut either with a wheel type plastic pipe cutting or hacksaw blade
and care shall be taken to make a square cut which provides optimal bonding
area within a joint.
b. Deburring / Beveling:
Burrs and fittings should be removed from the outside and inside of pipe with a
pocket knife or file otherwise burrs and fittings may prevent proper contact
between pipe and fittings during assembly.
c. Fitting preparation:
A clean dry rag/cloth should be used to wipe dirt and moisture from the fitting
sockets and tubing end. The tubing should make contact with the socket wall
1/3 or 2/3 of the way into the fitting socket.
80
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
e. Assembly:
After applying the solvent cement on both pipe and fitting socket, pipe should
be inserted into the fitting socket within 30 seconds, and rotating the pipe to
turn while inserting so as to ensure even distribution of solvent cement with
the joint. The assembled system should be held for 10 seconds (
approximately) in order to allow the joint to set up.
An even bead of cement should be evident around the joint and if this bead is
not continues remake the joint to avoid potential leaks.
Solvent cement set and cure times shall be strictly adhered to as per the below
mentioned table.
f. Testing
Threaded Sealants
Solvent Cement
Only CPVC solvent cement conforming to ASTMF 493 should be used for
joining pipe with fittings and valves. Flow guard CPVC cement solvent has a
minimum shelf life of 1 year. Aged cement solvent will often change colour or
81
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
being to thicken and become gelatinous or jelly like and when this happens, the
cement should not be used. The cement solvent should be used within 30 days
after opening the companys seal and tightly close the seal after using in order
to avoid its freezing. The freezed cement solvent should be discarded
immediately and fresh one should be used. The CPVC solvent cement usage
should be adhered to as given in table below
Diameter of pipe in 1 1
inch(flow guard) 2
Approx. nos. of joints 200 No. 150 No. 130 No. 100 No.
which can be made per 180 No. 70 No
litre of solvent cement.
For Horizontal runs, support should be given at 3 foot ( 90 cm) intervals for
diameters of one inch and below and at 4 foot (1.2m) intervals for larger sizes.
Hangers should not have rough or sharp edges which come in contact with the
tubing.
1.4.2 G.I. Pipes ,Fittings & Valves (In Plant rooms and for Equipments)
All pipes inside the buildings and where specified, outside the building shall be
galvanized steel tubes conforming to I.S. 1239 of medium/ heavy class as specified in
the BOQ.
Fittings shall be malleable iron with a reinforcing ring over the threaded ends upto
50mm dia and without reinforcing rings for sizes 65mm dia and above. Each fitting
shall have manufacturers trade mark stamped on it. Fittings for G.I. pipes shall
include Couplings, Bends, Tees, Reducers, Nipples, Unions, and Bushes. Fittings
82
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Pipes and fittings shall be jointed with screwed joints. Care shall be taken to remove
burr from the end of the pipe after reaming with a proper time.
Pipe threaded joints will be made by applying suitable grade of TEFLON tape used for
drinking water supply.
All pipes shall be fixed in accordance with layout and alignment shown on the
drawings. Care shall be taken to avoid air pockets. G.I. pipes inside toilets shall be
fixed in wall chases well above the floor. No pipes shall be run inside a sunken floor as
far as possible. Pipes may be run under the ceiling or floors and other as shown on
drawings.
Pipe Supports
All pipes clamps, supports, hangers, rods, pipe supports, nuts and washers shall be
factory made galvanized MS steel or alternatively galvanized after fabrication to suit
site requirements.
G.I pipes in shafts and other locations shall be supported by galvanized M.S clamps of
design approved by pipes in wall chases shall be anchored by G.I hooks, pipes at
ceiling level shall be supported on structural clamps fabricated from M.S structural
steel. Pipes in typical shafts shall be supported on Galvanised slotted angles/channels
as specified elsewhere.
Clamps
G.I. pipes in shafts and other locations shall be supported by M.S. clamps of design
approved by Project Manager. Pipes in wall chases shall be anchored by iron hooks,
Pipes at ceiling level shall be supported on structural clamps fabricated from M.S.
structural steel as described above. Pipes in typical shafts shall be supported on
slotted angles/channels as specified.
Anchor Fasteners
All pipe supports, hangers and clamps to be fixed on RCC walls, beams, columns,
slabs and masonry walls 230mm thick and above by means of galvanised expandable
anchor fasteners in drilled holes of correct size and model to carry the weight of pipes.
Drilling shall be made only by approved type of power drill as recommend and
approved by manufacturer of the anchor fasteners. Failure of any fastening devices
shall be the entire responsibility and contractor shall redo or provide additional
supports at his own cost. He shall also compensate the owner for any damage that
may be caused by such failures.
Unions
Contractor shall provide adequate number of unions on all pipes to enable easy
dismantling later when required. Unions shall be provided near each gunmetal valve,
stop cock, or check valve and on straight runs as necessary at appropriate locations as
required and/or directed by Project Manager.
Flanges
83
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.5 Valves
Ball Valves
Valves upto 50 mm dia. shall be screwed type Ball Valves with stainless steel balls
spindle teflon seating and gland packing tested to a hydraulic pressure of 20 kg ,
sq.cm., and accompanying couplings and steel handles.( to BS 5351 )
Valves 65 mm dia and above shall be cast iron butterfly valve to be used for isolation.
The valves shall be bubble tight, resilient seated suitable for flow in either direction and
seal in both direction with accompanying flanges and steel handle.
Where specified, non return valve shall be provided through which flow shall occur in
one direction only.
Each Butterfly and Slim Type Swing Check (NRV) Valve shall be provided with a pair
of flanges screwed or welded to the main line and having the required number of nuts,
bolts and washers of correct length.
1.6 Testing
All pipes, fittings and valves, after fixing at site, shall be tested by hydrostatic pressure
of 1.5 times the working pressure or 7 kg / sq.cm whichever is more. Pressure shall be
maintained for a period of at least thirty minutes without any drop. A test register shall
be maintained and all entries shall be signed and dated by Contractor (s) and Project
Manager.
In addition to the sectional testing carried out during the construction, Contractor shall
test the entire installation after connections to the overhead tanks or pumping system
or mains. He shall rectify all leakages and shall replace all defective materials in the
system. Any damage done due to carelessness, open or burst pipes or failure of
fittings, to the building, furniture and fixtures shall be made good by the Contractor
during the defects liability period without any cost.
After commissioning of the water supply system, Contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. Valves,
which do not effectively operate, shall be replaced by new ones at no extra cost and
the same shall be tested as above.
84
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Hot water pipes chased into the walls shall be provided with a 6mm thick insulation
with elastic flexible material having hermetic closed cell structure of expanded
synthetic material rated for 60C hot water supply.
1.7 Measurement
Pipes above ground shall be measured per linear meter (to the nearest cm) and shall
be inclusive of all fittings e.g. coupling, tees, bends, elbows, unions, flanges and U
clamps with nuts, bolts & washers fixed to wall or other standard supports.
Jointing with teflon tape, white lead, solvent, crimping and insertion gasket of
appropriate temperature grade.
Cutting holes, and chases in walls, floors, any pipe support required for pipes below
ground & making good the same.
Excavation, backfilling, disposal of surplus earth and restoring the ground & floor in
original condition.
Pipe Supports
Fabricated and / or galvanised supports shall be measured by weight. Weight for each
type of clamp shall be calculated on basis of the quantity of structurals and MS used
from the theoretical weight calculated on basis of the components theoretical weight of
the sections.
Valves
Gunmetal, cast iron, butterfly and non return valves and puddle flanges shall
measured by numbers and shall include wheels I caps, GI nuts, bolts, washers,
insertion gasket.
Painting/pipe protection/insulation
Painting/pipe protection /insulation for pipes shall be measured per linear meter over
finished surface and shall include all valves and fittings for which no deduction shall be
made. No extra payment shall be made for fittings, valves or flanges.
PART 6
1. Scope of work : SEWER &DRAINAGE
1.1 Work under this section shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install all the drainage system as
required by the drawings and specified hereinafter or given in the Schedule of
Quantities.
85
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.2 Without restricting to the generality of the foregoing, the drainage system shall
include:-
b) Storm water drainage, excavation, pipelines, manholes, catch basins, drain channels,
recharge wells and connections to the existing storm water drain.
2. General requirements
2.1 All materials shall be new of the best quality conforming to specifications and subject to
the approval of the Project Manager.
2.2 Drainage lines and open drains shall be laid to the required gradients and profiles.
2.3 All drainage work shall be done in accordance with the local municipal bye-laws.
2.4 Contractor shall obtain necessary approval and permission for the drainage system
from the municipal or any other competent authority.
2.5 Location of all manholes, etc. shall be got confirmed by the Contractor from the
Architect / Landscape Architect. As far as possible, no drains or sewers shall be laid in
the middle of road unless otherwise specifically shown on the drawings or directed by
the Project Manager.
3. Excavation
The sewer pipes shall be laid to alignment and gradient shown on the drawings but
subject to such modifications as shall be ordered by the Project Manager. No
deviations from the lines, depths of cutting or gradients of sewers shown on the plans
and sections shall be permitted except by the express direction in writing of the Project
Manager.
The excavation for sewer works shall be open cutting only, unless the permission of
the Project Manager is obtained for laying pipes in tunnel where sewers have to be
constructed along narrow passages or difficult ground.
In excavating the trenches, etc. the solid road metalling, pavement, kerbing, etc. and
turf is to be placed on one side and preserved for reinstatement when the trenches or
other excavation shall be filled up. Before any road metal is replaced, it shall be
carefully sifted. The surface of all trenches and holes shall be restored and maintained
to the satisfaction of the Project Manager.
The Contractor shall grub up and clear the surface over the trenches and other
excavations of all trees, stumps roots and all other encumbrances affecting execution
of the work and shall remove them from the site to the approval of the Project Manager.
86
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The Contractor shall not occupy or obstruct by his operation more than one half of the
width of any road or street and sufficient space shall then be left for public and private
transit, he shall remove the materials excavated and bring them back again when the
trench is required to be refilled. The Contractor shall obtain the consent of the Project
Manager.
All night soil, filth or any other offensive matter met with during the execution of the
works, immediately after it is taken out of any trench, sewer or cess pool, shall not be
deposited on to the surface of any street or where it is likely to be a nuisance or passed
into any sewer or drain but shall be at once put into the carts and remove to a suitable
place to be provided by the Contractor.
The trenches shall be excavated to such a depth that the sewer shall rest on concrete
as described in the several clauses relating thereto and so that the inverts may be at
the levels given in the sections.
3.7 Refilling
After the sewer or other work has been laid and proved to be water tight, the trench or
other excavations shall be refilled. Utmost care shall be taken in doing this, so that no
damage shall be caused to the sewer and other permanent work. The filling in the
haunches and upto 75cms above the crown of the sewer shall consist of the finest
selected materials placed carefully in 15cms layers and flooded and consolidated.
After this has been laid, the trench and other excavation shall be refilled carefully in
15cms layers with materials taken from the excavation, each layer is being watered to
assist in the consolidation unless the Project Manager.
The contractor shall, at his own costs and charges make good promptly during the
whole period the works are in hand, any settlement that may occur in the surfaces of
roads, berms, footpaths, gardens, open spaces etc. Whether public or private caused
by his trenches or by his other excavations and he shall be reliable for any accidents
caused thereby. He shall also at his own cost and expenses and charges, repair any
make of any damage done to the buildings and other property.
The Contractor shall at his own costs and charges provide places for disposal of all
surplus materials not required to be used on the works. As each trench is refilled the
surplus soil shall be immediately removed, the surface properly restored and roadways
and sides left clear.
a) The contractor shall at all times support efficiently and effectively the sides of the
sewer trenches and other excavations by suitable timbering, pilling and sheeting
and they shall be closed, timbered in loose of sandy strata and below the surface of
the sub soil water level.
87
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
b) All timbering, sheeting and piling with their walling and supports shall be of
adequate dimensions and strength and fully braced and strutted so that no risk of
collapse of subsidence of the walls of the trench shall be take place.
c) The contractor shall be held responsible and will be accountable for the sufficiency
of all timbering, bracings, sheeting and piling used as also for, all damage to
persons and property resulting from improper quality, strength, placing,
maintaining or removing of the same.
The Contractor shall shore up all buildings, walls and other structures, the stability of
which is liable to be endangered by the execution of the work and shall be fully
responsible for all damages to persons or property resulting from any accident.
a) The Contractor shall at all times during the progress of the work keep the
trenches and excavations free from water which shall be disposed of by him in
a manner as will neither cause injury to the public health nor to the public or
private property nor to the work completed or in progress nor to the surface of
any roads or streets, nor cause any interference with the use of the same by
the public.
b) If any excavation is carried out at any point or points to a greater width than the
specified cross section of the sewer with its envelope, the full width of the
trench shall be filled with concrete by the Contractor at his own expenses.
Maximum width of the bed concrete shall also be as above. No additional payment is
admissible for widths greater than specified.
Gully traps shall be fixed in cement concrete 1:5:10 mix (1 cement: 5 coarse sand: 10
stone aggregate 40 mm nominal size) and a brick masonry chamber 30x30 cms inside
plastered with cement mortar 1:5 with 15x 15 cms grating inside and 30x30 cms C.I.
sealed cover and frame weighing not less than 7.3 kg to be constructed as per
standard drawing. Where necessary, sealed cover shall be replaced with C.I. grating of
the same size.
All underground Sewerage and storm water drainage pipes and sewer lines where
88
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
specified (other than those specified cast iron) shall be centrifugally spun S & S RCC
pipes of specified class. Pipes shall be true and straight with uniform bore, throughout.
Cracked, warped pipes shall not be used on the work. All pipes shall be tested by the
manufacturer and the Contractor shall produce, when directed a certificate to that
effect from the manufacturer.
Laying
R.C.C. spun pipes shall be laid on cement concrete bed or cradles as specified and
shown on the detailed drawings. The cradles may be precast and sufficiently cured to
prevent cracks and breakage in handling. The invert of the cradles shall be left 12 mm
below the invert level of the pipe properly placed on the soil to prevent any disturbance.
The pipe shall then be placed on the bed concrete or cradles and set for the line and
gradient by means of sight rails and bonding rods etc. Cradles or concrete bed may be
omitted, if directed by the Project Manager.
Jointing
After setting out the pipes the socket shall be centered over the spigot and filled in with
tarred gaskin, so that sufficient space is left on either side of the collar to receive the
mortar. The space shall then be filled with cement mortar 1:2 (1 Cement: 2 fine sand)
and caulked by means of proper tools. All joints shall be finished at an angle of 45
degrees to the longitudinal axis of the pipe on both sides of the collar neatly.
Testing
All pipes shall be tested to a hydraulic test of 1.5 m head for at least 30 minutes at the
highest point in the section under test. Test shall also be carried out similar to those for
stoneware pipes given above. The smoke test shall be carried out by the contractor, if
directed by the Project Manager and a test register shall be maintained which shall be
signed and dated by the Contractor/Project Manager.
3.16 Cement Concrete and masonry works (For Manholes, Gully Traps, Grease trap
and Chambers)
3.16.1 Materials
a) Water
Water used for all the construction purposes shall be clear and free from Oil, Acid,
Alkali, Organic and other harmful matters, which shall deteriorate the strength
and/or durability of the structure. In general, the water suitable for drinking
purposes shall be considered good enough for construction purpose.
The aggregate for concrete shall be in accordance with I.S. 383 and I.S. 515 in
general, these shall be free from all impurities that may cause corrosion of the
reinforcement. Before actual use these shall be washed in water, if required as per
the direction of Project Manager. The size of the coarse aggregate shall be done
as per I.S.383.
c) Sand
Sand for various constructional purposes shall comply in all respects with I.S 650
89
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
and I.S. 2116. It shall be clean, coarse hard and strong, sharp, durable, uncoated,
free from any mixture of clay, dust, vegetable matters, mica, iron impurities soft or
flaky and elongated particles, alkali, organic matters, salt, loam and other
impurities which may be considered by the Project Manager.
d) Cement
The cement used for all the constructional purposes shall be ordinary Portland
cement or rapid hardening Portland cement conforming to I.S. 269.
The mild steel for the reinforcement bars shall be in the form of round bars
conforming to all requirements of I.S. 432 (Grade I).
f) Bricks
Bricks shall have uniform color, thoroughly burnt but not over burnt, shall have plan
rectangular faces with parallel sides and sharp right angled edges. They should
give ringing sound when struck. Brick shall not absorb more than 20% to 22% of
water, when immersed in water for 24 hours. Bricks to be used shall be approved
by the Project Manager.
g) Other Materials
Other materials not fully specified in these specifications and which may be
required in the work shall conform to the latest I.S. All such materials shall be
approved by the Project Manager before use.
a) Cement concrete pipes bedding, cradles, foundations and R.C.C. slabs for all works
shall be mixed by a mechanical mixer where quantities of the concrete poured at one
time permit. Hand mixing on properly constructed platforms may be allowed for small
quantities by the rate for cement concrete shall be inclusive of all shuttering and
centering at all depth and heights.
b) Concrete work shall be of such thickness and mix as given in the Schedule of
Quantities.
c) All concrete work shall be cured for a period or at least 7 days. Such work shall be kept
moist by means of gunny bags at all times. All pipes trenches and foundations shall be
kept dry during the curing period.
3.16.3 Masonry
Masonry work for manholes, chambers, septic tanks, and such other works as required
shall be constructed from 1st class bricks or 2nd class as specified in the Schedule of
quantities in cement mortar 1:5 mix (1 cement: 5 coarse sand). All joints shall be
properly raked to receive plaster.
Wherever specified or shown on the drawing, all pipes shall be supported in bed all
round or haunches. The thickness and mix of the concrete shall be given in the
90
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Schedule of Quantities. Width of the bedding shall be as per para 3.13 above.
Unless otherwise directed by the Project Engineer, cement concrete for bed, all-round
or in haunches shall be laid as follows: -
R.C.C pipes or C.I. pipes may be supported on brick masonry or precast R.C.C or in
situ cradles. Cradles shall be shown on the drawings. Pipes in loose soil or above
ground shall be supported on brick or stone masonry pillars as shown on the drawings.
3.17.1 All manholes, chambers and other such works as specified shall be constructed on
brick masonry in cement mortar 1:5(1 cement: 5 coarse sand) as specified in the
Schedule of Quantities.
3.17.2 All manholes and chambers, etc. shall be supported on base of cement concrete of
such thickness and mix as given in the Schedule or Quantities or shown in the
drawings.
Average thickness
Of R.C.C slab 15 15 - -
-------------------------------------------------------------------------------------------------------
3.17.3 All manholes shall be provided with cement concrete benching in 1:2:4 mix. The
benching shall have a slope of 10 cms towards the channel. The depth of the channel
91
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
shall be full diameter of the pipe. Benching shall be finished with a floating coat of neat
cement. (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nom. Size) as per
standard details.
3.17.4 All manholes shall be plastered with 12mm thick cement mortar 1: 3 (1 cement: 3
coarse sand) and finished with a floating coat of neat cement inside. Manhole shall be
plastered outside as above but with rough plaster mixed with water proofing
compound.
3.17.5 All manholes with depths greater than 1 m. shall be provided with 20 mm square or 25
mm round rods plastic coated catch rings set in cement concrete blocks 25x10x10 cms
in 1:2:4 mix 30 cms vertically and staggered. Foot rests shall be coated with coal tar
before embedding.
3.17.6 All manholes shall be provided with fiber reinforced plastic (FRP) covers and frames
and embedded in reinforced cement concrete slab. Weight of cover, frame and
thickness of slab shall be as specified in the Schedule of Quantities or given above.
3.17.7 Road gullies, ramp drains, gratings in basement shall be Fiber Reinforced Plastic
(FRP) with frame as specified in the Schedule of Quantities.
3.18.1 Contractor shall connect the sewer line of the building to the main manhole by
providing making holes and channels etc.
3.19 Measurement
3.19.1 Excavation
3.19.1.1 Measurement for excavation of pipe trenches shall be made per linear meter under
the respective category of soil classification encountered at site and specified in
the tender.
A) Ordinary soil
B) Hard soil (hard moorum & soft rock)
C) Hard rock requiring chiseling
D) Hard rock requiring blasting
3.19.1.2 Trenches shall be measured between outside walls of manholes at top and the
depth shall be the average depth between the two ends to the nearest cm. The rate
quoted shall be for a depth up to 1.5 m or as given in the Schedule of Quantities.
3.19.1.3 Payment for trenches more than 1.5 m in depth shall be made for extra depth as
given in the schedule of quantities and above the rate for depth up to 1.5 m.
3.19.1.4 Timbering and Shoring Timbering and shoring as described above shall be
measured per sq m and paid for as per the type of timbering of shoring done at site
and as per the relevant item in the Schedule of Quantities. Rate for timbering and
shoring shall be for all depths and types of soil classifications including saturated
soil.
No extra payment for pumping and bailing out water shall be made for excavation with
an average depth of 1.5 m in saturated soil, surface water from rain falls or broken
92
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
pipes lines, or sieves and other similar sources. An extra rate as quoted in the
schedule of quantities shall be paid for excavation in saturated soil for pipe trenches
above average depth of 1.5 m. No payment is admissible for water collected from
surface sources and broken pipelines or sewers.
Rate quoted for excavation of trenches shall be inclusive of refilling, consolidation and
disposal of surplus earth within a lead of 200 m.
Stoneware/R.C.C./C.I. pipes shall be measured for the finished length of the pipe line
per linear meter i.e.
(a) Lengths between manholes shall be recorded from inside of one manhole to
inside of other manhole
(b) Length between gully trap and manhole shall be recorded between socket of
pipe near gu11y trap and inside of manhole. Rate shall include all items given
in the schedule of quantities and specifications.
Gully traps shall be measured by the number and rate shall include all excavation,
foundation, concrete brick masonry, cement plaster inside and outside, C.I. grating
and sealed cover and frame.
Cement concrete in bed and all round or in haunches shall be paid per running meter
between the outside walls of manholes at bottom of the trench. No additional payment
is admissible in respect of concreting done for widths greater than specified, for
shuttering or centering and concreting in sub soil water conditions.
a) All manholes and catch basins shall be measured by numbers and shall
include all items specified above and necessary excavation, refilling & disposal
of surplus earth.
b) Manholes with depths greater than specified under the main item shall be paid
for under "extra depth" and shall include all items as given for manholes.
Measurement shall be done to the nearest cm. Depth of the manholes shall be
measured from top of the manhole cover to bottom of chancel.
Item for making connection to municipal sewer shall be paid for by number and shall
include all items given in the Schedule of Quantities and specifications.
93
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PART 7
1. Scope of Work : GARDEN IRRIGATION
Work under this section consists of furnishing all labour, materials equipment and
appliances necessary and required to install garden hydrants as required by the
drawings, specified hereinafter and as given in the Schedule of Quantities (BOQ).
Without restricting to the generality of the foregoing, the Garden irrigation water supply
system shall include the following:-
a) Connections from the water supply system/ STP storage to all hydrants points.
2. The System
2.1 The garden hydrant system will be new and fully working system in the complex.
2.2 System components shall be pipes, valves and controllers as approved by the Project
Manager.
3. General requirements
3.1 All materials shall be new of the best quality conforming to specifications. All works
executed shall be to the satisfaction of the Project Manager.
3.2 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workmanlike manner.
3.3 Short or long bends shall be used on all main pipe lines as far as possible. Use of
elbows shall be restricted fur short connections.
3.4 Pipes shall be laid in a manner as to provide as far as possible easy accessibility for
repair and maintenance. Pipes under roads shall be laid in RCC pipe sleeves.
3.5 Valves and other appurtenances shall be so located as to provide easy accessibility
for operations, maintenance and repairs.
4.1 Garden hydrant mains shall be MDPE pipes conforming to IS standard of class
specified.
4.2 Fittings for MDPE pipes shall be injection molded fitting suitable for thermal weld
joints. Fittings must have suitable provision for expansion and shall be rated for the
same working pressure as the pipeline.
4.4 Provide flanges at intervals of 20-25 m. for all pipes 65 mm dia and above.
94
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4.5 Provide suitable adapters for connection between pipes & valves.
4.6 Provide cement concrete supports and anchor blocks at all bends, tees and other
locations as directed by the Project Manager. Connections at garden hydrant outlet,
near valves must also be anchored.
5. LAWN HYDRANTS
Lawn hydrants shall be of 25mm size unless otherwise indicated. All hydrants shall be
provided with gate valves and threaded nipple to receive hose pipes. Lawn hydrant
valves shall be of approved make and design. Where called for lawn hydrants shall be
located in masonry chambers of appropriate size.
PART 8
1. SCOPE : WATER TREATMENT SYSTEM & ACCESSORIES
This section of the contract involves the design, supply, installation, testing and
commissioning of the complete Water Treatment plant for domestic water.
All installation work shall comply with the latest rules and regulations.
The scope of work shall include the following (list is indicative and not exhaustive) :
Complete Raw Water Treatment System. The Contractor shall be responsible for
carrying out water analysis for the raw water from borewell / tanker supply and design
all system components/equipment so as to achieve the potable water quality as per
specified Standards SP:35 (S&T 1987) & IS 10500.
The Raw Water Treatment System as a minimum shall consist of feed pumps, filters
with back wash provisions with all accessories complete with all controls, softner, PH
automatic control and monitoring system, electrical panels, cabling, etc.
All the pipework between the raw water tanks, treated water tanks and all the
interconnecting pipework amongst the Water Treatment pumps and other equipment.
Electrical equipment and installation work including the necessary wiring etc. in
Control panel.
Provision of all hold down bolts, spigots struts and the like required to be built in during
construction;
Provision of dry contacts to BMS indicating the status of the pumps and pressure
vessel in form of hardware interfacing panels inside each control panels of all pumps.
Provision of all level switches, flow switches and other sensing devices for status
indication.
95
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Testing and commissioning and balancing of the complete Water Treatment system;
Training of the employer's staff for proper operation of the entire systems;
Liaison with Local Authorities to obtain all necessary certificates and approvals,
including the completion of all submission drawings, forms and payment of any fees
and charges. All the costs for all the tests required by Local Authorities shall be
included. To attend to any Authorities inspection regardless of whether this inspection
is carried out after the defect liability period;
Provisions of the necessary installation which include pumping works, pipework within
the pumping unit up to suction and discharge manifolds, conduit and control wiring,
etc. to form a workable system required;
All other works and systems as specified in the Contract document and or shown on
the drawings.
All cutting, patching, framing up, furring in, chasing and making good associated with
the building construction for the passage of pipes, conduits and the like including
providing GI pipes sleeves of required size corresponding to pipe dia, wherever pipes
crossing fire rated walls and floors and sealing with glass wool in between and fire
sealent compound on either end. Details on shop drawings shall also be provided.
2. GENERAL
Equipment offered for supply and installation shall include the following:
All minor items and incidental work, equipment accessories and materials may not be
specifically mentioned but are required for the proper completion of the installations in
accordance with the true intent and meaning of this Specification.
All necessary safety devices for the protection of personnel against injury and the
protection of plant and equipment against damage including relief valves, belt guards,
fan inlet and/or discharge guards, safety railing, effective earthing of electrical
components, electrical interlocks, warning lights and alarms.
Readily accessible, dust-proof lubricating facilities on all moving parts and equipment
including provision for cleaning all lubricating lines and bearings and charging same
with the correct lubricants after installation but prior to testing and commissioning.
Clearly visible and robust manufacturer's name-plates permanently fitted each and
every item of equipment and showing the manufacturer's name, type and/or model
number, serial number, and all essential operating data such as speed, capacity,
voltage, current draw, etc. The Contractor also shall allow provision for the inspection
of all plant and equipment by the manufacturer or his licensed representative, at least
twice during the course of the installation.
96
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
3. FILTRATION
3.1 Scope
The scope of this section comprises the supply, installation and commissioning of FRP
composite vessel filter.
The filter shall be constructed of MS sheet material with inner FRP lining and other
material as per manufacturer's standard.
The filter shall be provide with manhole cover, hand hole, flanged outlet for piping /
valve connection and adequate tripod with skid self supporting structure for making the
installation completed. The filter shall also be provided with vacuums breaking
connection / accessories to avoid any collapse of internal lining. All filters shall be
provided with lifting lugs. The filter bed depth shall be 1500 mm.
Each filter shall be provided with interconnecting face piping comprising of inlet, outlet,
and backwash complete with valves.
3.4 Accessories
b. 100 mm dia dial bourden type gunmetal pressure gauges with brass isolation
ball valve and connection piping on inlet and outlet.
c. Sampling valves (ball valves) on raw water inlet and filtered water outlet.
d. Individual drain connection with brass fullway ball valve for each filter.
The filter media shall comprise of gravel / silica of various grade in varying thickness.
The cut-section of the filter along with filter media detail shall be subject to approval by
the Consultant.
a. PH meter ( electronic)
b. Turbidity meter
Detail of equipment with technical literature shall be supplied with the tender.
3.7 Piping
The pipes and fittings in the domestic Water Treatment plant room shall be GI class `C'
(heavy class) conforming to IS: 1239 ( Part-I) for pipes and IS:1879 (Part 1 to 10) for
malleable cast iron fittings.
97
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4. PUMPS
All dosers shall be of the electronic metering plunger type confirming to the
requirements specified in the Bill of Quantities. They shall be complete with low level
switch, low level alarm, tank and interconnecting piping.
6. WATER QUALITY
The domestic water treatment basis of design is as per raw water analysis.. Contractor
shall get the raw water analysis done at his own expense (in accordance to IS:10500
prior to submission of the water treatment scheme.
The contractor shall ensure domestic water of potable water standard after the
treatment system. The acceptable standard of potable water shall be in accordance to
SP:35 S & T : 1987 as per acceptable limits.
The Contractor shall supply and install controller in the water tanks as indicated below
and shown on the drawings.
98
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Each probe shall be of the correct length for the particular application and tank
location. Electrodes shall be of polished stainless steel 20 mm OD. Electrode holders
shall be weatherproof in all respect.
The earthing probes shall be connected and wired to the building earth systems of the
building.
The level switch set shall operate with a stepped down voltage at 24V maximum.
Stepped down transformers shall be provided for each set of control probes and shall
be installed inside centralized control cubicles inside pump room.
8. PUMP INDICATOR
The following audible and visible indication shall be provided at the pump local control
panels as applicable:
a. Red "overflow level" indicator with buzzer for the associated water tanks;
b. Amber "extra high water level" indicator for the associated water tank;
c. Amber "high water level" indicator;
d. Amber "low water level" indicator;
e. Red "pump trip" indicator for each pump;
f. Green "pump on" indicator for each pump;
g. "Pump electrical supply healthy" indicator for each pump;
h. Amber "remote/local" status indicator.
Total Hardness, pH, Total Iron, Chloride, Dissolved Solids, Calcium, Magnesium,
Copper, Hexavalent Chromium, Manganese, Sulphate, Nitrate, Fluoride, mercury,
Cadmium, Selenium, Arsenic, Cyanide, Lead, Zinc, Aluminium, Boron, Phenolic
Compounds, Detergents, Mineral Oil, Alkalinity, Silica.
99
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Note : It is desired to also obtain probable composition of Total Solids if the TDS
parameter exceeds 1000 ppm.
The above tests shall be carried out by the contractor prior to submitting the technical
submittal of the water treatment plant equipment. Contractor shall also submit the test
report of raw water & treated water after the commissioning of the plant. The cost of the
tests (one pre equipment & two post equipment installation / commissioning) is
deemed to be included in the quote.
PART 9
SEWAGE TREATMENT PLANT
1. The Sewage Treatment Plant shall be compact, odour free and shall consume low
power.
Plant shall be installed below ground level or at any desirable depth and shall generate
minimum amount of excess sludge. Waste water after treatment below shall be
suitable for DG Sets cooling towers irrigation and scrubber make-up.
Parameters Value
pH 6.0 8.5
BOD5 Less than 10 Mg /L
Suspended Solids Less than 10 Mg / L
COD Less than 60 Mg / L
Oil & Grease Less than 10 Mg / L
Coliform count < 103 at the CCT outlet
2. PROCESS DESCRIPTION
STP is proposed to use compact rotary bio contactor (RBC) attached growth process
for the treatment:
The sewage will be first passed through a Bar Screen Chamber & an Oil & Grease
Trap where any extraneous / floating matter would get trapped.
100
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The sewage would then be collected in a Equalization tank where the variations in
flow and characteristics are dampened, which otherwise can lead to operational
problems and moreover it allows a constant flow rate downstream. Here the sewage is
kept in mixed condition by means of pipe from delivery header of sewage transfer
pumps.
The equalized sewage will then be pumped to the SBR Reactors where BOD/COD
reduction is achieved by virtue of aerobic microbial activities.. The oxygen required will
be supplied through slow movement of air blowers..
The excess bio-solids formed in the biological process will be separated in the
downstream Clari Settler Tank. The clear supernatant after disinfection shall be used
for landscaping / gardening.
The biological sludge generated from the RBC reactor, which is settled in the Clari
Settler, will be drained to The Sludge Holding Tank from where it can be removed
periodically for suitable disposal or by making sludge cake by draining it off by filter
press.
The clarified water after the secondary tube settler, overflows to Chlorine contact tank
where Sodium hypo-chlorite solution is dozed for dis-infection purpose. Chlorine
contact tank also act as holding tank to house the filter feed pumps. Dis-infected water
from this tank is then pumped to filtration unit for the removal of residual suspended
solids, color, odor & BOD etc. The clear water after the filtration unit is then collected in
treated water storage tank. In this tank, 02 nos Irrigation water pumps are to be
installed to fed the water in to irrigation header for recycling purpose also for flushing
and DG set cooling towers..
Excess sludge from the bottom of the tube settler is transferred to aerobic sludge
holding tank. In this tank, sludge shall be aerated & thickened by clear supernatant
withdrawal method. After thickening the sludge is further fed to filter press for
mechanical sludge de-watering. Cake form sludge after the filter press is disposed off
or can be used as wet manure at external horticulture area.
3. EQUIPMENT
The following give the minimum requirements of the different components of the
system. The figures indicated are for contractors references. It shall be the
Contractors responsibility to select equipment for the plant proposed by them so that
the capacities and performance of the Sewage Treatment Plant meet with the criteria
set out in this specification.
All equipment and components of the system shall be of top quality construction and
shall be corrosion resistant.
Bar screen shall be of 304 stainless steel construction. Drip trays shall be provided for
holding and drainage of the screenings. A manual by-pass screen of 30mm opening
with stainless steel drip tray shall be provided. An isolation valve shall be provided to
divert the flow to the by pass screen when the screen requires service.
101
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Each shall be of submersible type c/w guide base to facilitate case of removal, lift chain
and automatic discharge connection. Pump casing and impeller shall be of cast iron
material. Shaft shall be of stainless steel material.
Two numbers of sludge transfer and disposal pumps (one duty and one standby) shall
be provided. Each shall be screw type and automatic discharge connection. The
material construction shall be the same as the sewage pumps and feed to filter press
for final disposal.
This tertiary treatment shall be provided for the sewage used for irrigation and cooling
tower make-up water tank/flushing system.
The tertiary treatment plant shall comprise of the pressure sand filters and activated
carbon filters. This shall be sized to accommodate 100% of the sewage discharge flow
rate and shall achieve the performance as outlined and described in Design Criteria.
Details of the equipment layout proposal shall be submitted for review by the
Construction Manager with tender documents.
A completely assembled and pre-wired control panel with mimic diagram consisting of
weatherproof cabinet shall be furnished. The control panel shall contain all metering
and status indicators, motor starters, program timbers, on-off-auto change-over
switches and duty selectors for equipment.
Any other necessary accessories, such as buffer, riser, scrum removal devices,
partition, control panel, collection devices, etc. for all the tanks and pumps (where
necessary) shall be provided in order to provide a fully working systems.
CPVC piping (Schedule-40)- Pumped effluent (submerged) & tank overflow pipe line.
3.8 Valves
The Contractor shall supply and install all isolating valves and control valves as
indicated on the drawings and as required for the proper and efficient operation and
maintenance of the entire systems.
102
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
All valves supplied shall be suitable for the working pressure and test pressure of the
system as specified elsewhere in this specification.
Regulating valves shall be of similar materials as that specified for cast iron gate
valves.
Each valve shall have a purpose made reference number plate for label engraved or
stamped indicating the manufacturers catalogue number, pressure and temperature
ratings. Valves shall be arranged so that clockwise rotation of the spindle will close the
valve.
Furnish all valves and accessory materials necessary in the piping whether or not
shown on drawings as flows. All valves shall be packed with an approved packing and
threads shall be coated with oil and graphite. Packing should be replaced when found
deteriorated on site.
Where possible locate all valves at convenient positions of operation from the floor with
valve stems upright. Valves that are flanged shall have flanges to the table specified
for the pipe work.
Plastic or metal plates (rustless) shall be provided to indicate the open / close status as
well as the use of each valve in the pump and tank rooms.
4. PIPE SUPPORTS
Tender drawings indicate schematically the size and location of pipes. The Contractor,
on the award of the work, shall prepare detailed working drawings, showing the
cross-sections, longitudinal sections, details of fittings, locations of isolating and
control valves, drain and air valves, and all pipe supports.
He must keep in view the specific openings in buildings and other structure through
which pipes are designed to pass.
Piping shall be properly supported on, or suspended from , on stands, clamps, hangers
as specified and as required. The Contractor shall adequately design all the brackets,
saddles, anchor, clamps and hangers, and be responsible for their structural stability.
Pipe work and fittings shall be supported by hangers or brackets so as to permit free
expansion and contraction. Risers shall be supported at each floor with Galvanised
steel clamps. To permit free movement of common piping support shall be from a
common hanger bar fabricated from Galvanised steel sections.
Piping shall be supported from the building structure, which shall support the sum of
the load of a water-filled pipe and a minimum of 120 kg applied at the point of hanging.
All piping brackets shall be constructed as shown on the standard detail drawings.
Vertical pipe work shall be supported at intervals of at least one per floor level.
103
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Horizontal pipe work shall also be supported by adjustable flat iron or clevis type
hangers hung by hot rolled steel rods of the following diameters and spacing subject to
the Construction Manager / Architect's approval:
25 mm 1.8 m 10
32 mm 2.4 m 10
40 mm 2.7 m 10
50 mm 2.7 mm 10
65-80 mm 3.0 m 12
100 mm 3.0 m 16
150-200 mm 3.6 m 18
The end of the steel rods shall be threaded and not welded to threaded bolt.
Hangers shall be supported by means of approved fasteners. Wood plugs shall not be
used. Unless allowed by the structural engineer, power fixings may be used for pipe
work of diameter less than 50 mm. Expansion fasteners may be used for vertical pipe
work under 100 mm diameter.
All pipe work shall be carried out in a proper workman like manner, causing minimum
disturbance to the existing services, buildings, roads and structure. The entire piping
work shall be organized in consultation with other agencies work, so that area can be
carried out in one stretch.
Requirement of Cut-outs in the structural slab or wall for installing the various pipes
shall be clearly identified in the detailed shop drawing to be prepared by the STP
contractor.
Pipe sleeves, larger diameter than pipes, shall be provided wherever pipes pass
through walls and slab and annular space filled with fibreglass and finished with
retainer rings.
The contractor shall make sure that the clamps, brackets, saddles and hangers
provided for pipe supports are adequate or as specified / approved by Consultants.
Piping layout shall take due care for expansion and contraction in pipes and include
expansion joints where required.
All pipes shall be accurately cut to the required sizes in accordance with relevant BIS
codes and burrs removed before laying. Open ends of the piping shall be closed as the
pipe is installed to avoid entrance of foreign matter. Where reducers are to be made in
horizontal runs, eccentric reduces shall be used for the piping to drain freely. In other
locations, concentric reduces may be used.
Automatic air valves shall be provided at all high points in the piping system for
venting. All valves shall be of 15mm pipe size and shall be associated with an equal
size gate valves.
Discharge from the air valves shall be piped through a pipe to the nearest drain or
sump. All pipes shall be pitched towards drain points.
104
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Pressure gauges shall be provided as shown on the approved drawings. Care shall be
taken to protect pressure gauges during pressure testing.
5. INSTALLATION
The Contractor shall check the associated civil work prior to the installation of any item
of machinery and advise the Construction Manager, in writing, of any deviation of such
work from the specified details.
Installation shall include the provision and fixing of all necessary holding down bolts,
washers, nuts etc. The length of all bolts shall be such that when fitted with a nut and
tightened the threaded portion of the bolts shall protrude from the top face of the nut by
a distance not exceeding half the bolt diameter.
All equipment and materials of the same type shall be products of the same
manufacturer. Locally made equipment will not be accepted unless otherwise
specified. All similar items of plant and their component part shall be completely
interchangeable. Spare parts shall be manufactured from materials similar to the
originals and shall fit all similar items of plant.
Where machining may be needed before fitting renewable parts, the machining fits
with their tolerance shall be shown on the drawings accompanying the instruction
manuals.
All motors and/or revolving parts shall be truly balanced both statically and dynamically
so that when running at normal speeds and any load up to the maximum there shall be
no significant vibration due to lack of balance. All parts which can be worn or damaged
by dust shall be totally enclosed in dust-proof housings.
6. MAINTENANCE FACILITIES
Permanent work platform and catwalk shall be designed by the Contractor and
provided by the Contractor for access to elevated equipment. The catwalk and
platform for access shall allow a minimum width of 600/750 mm.
Catwalk to maintenance platform shall be provided with railings and guards designed
for safe movement of personnel in a restricted space including provision for gaining
access and to accommodate maintenance personnel.
Hand railing and guards shall be designed by the Contractor and provided by the
Contractor for all concrete tanks to allow safe movement of personnel.
Permanent I-beams, lifting eyes, etc. shall be provided by the Contractor over major
105
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Waterproof power sockets required for servicing shall be provided by the Contractor.
The number and locations shall be proposed by the Contractor and approved by the
Construction Manager / Engineer.
Power supply to these sockets shall be taken from control panel of the sewage
treatment system.
The design of all permanent work platforms, hand rails, etc. shall be submitted to the
Construction Manager / Clients representative for approval. The loading and fixing
method of lifting facilitate shall also be submitted to the Construction Manager /
Engineer for approval and checking within 4 weeks on award of Contract or receipt of
letter of intent.
7. TESTING
The performance of the system shall be demonstrated by taking hourly samples of the
raw sewage and final sewage over a twelve hour period. The sample shall be taken at
periods approximately the flow rates specified by the plant. The sample shall be
combined and a 5-day BOD shall be run, the results of which must verify the capacity
of the treatment plant prior to acceptance.
8. TRAINING
Provided training facilities courses to ensure that the employers staff associated with
the project may acquire full knowledge and appreciation of all aspects of the design,
day-to-day operation, breakdown and routine maintenance, and fault diagnosis of all
plant, equipment and systems.
The Contractor shall be deemed to have include in his tender price the cost of
providing training facilities as specified.
In addition to the above, the Contractor shall submit to the Construction Manager a list
describing such other spares and special tools, their number, price and where
appropriate the anticipated frequency of replacement as soon as is practicable.
9. FILTERATION
Filter shall be designed in accordance with code of unfired pressure vessel conforming
to IS for steel constitution and relevant code for FRP vessels. The MOC shall be as per
schedule of quantity.
FACE PIPING
Each filter shall be provided with interconnecting face piping comprising of inlet, outlet,
and backwash complete with butterfly / ball / diaphragm valves.
106
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ACCESSORIES
FILTER MEDIA
The filter media shall comprise of desired media as specified in the Schedule of
Quantities or gravel / silica of various grade in varying thickness. The cut-section of the
filter along with filter media detail shall be subject to approval by the Consultant.
PART 10
1. SCOPE : PUMPING MAINS
This section of the contract involves the design, supply, installation, testing and
commissioning of the complete pumping system and other pumping systems complete
with all controls and electrical work for domestic water supply. All submersible, drainage
pumps for the project are also included in this contract. It also involves testing and
commissioning of the pumping system with the domestic water and flushing water supply
& distribution.
This specification described the particulars of the contract, designs and systems chosen,
and mode of operation.
All installation work shall comply with the latest rules and regulations.
The work embraced by this specification covers the design, submission to authorities,
supply, delivery on site, installation, testing, commissioning and maintenance of the
pumping system, other pumping system installation of the building in accordance with this
specification and associated drawings.
The scope of work shall include the following (list is indicative and not exhaustive) :
- Control panel for pump control complete with circuit breakers, fusses, etc.
complete with all interconnections to pumps and electrical supply panels.
- Submersible drainage pumps for plant room drainage complete with electrical
panels and necessary accessories with automation for pump operation.
- Provision of all hold down bolts, spigots struts and the like required to be built in
during construction;
- Provision of all level switches, flow switches and other sensing devices for
status indication.
107
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
- Training of the employer's staff for proper operation of the entire systems;
2 GENERAL
Equipment offered for supply and installation shall include the following:
All minor items and incidental work, equipment accessories and materials may not be
specifically mentioned but are required for the proper completion of the installations in
accordance with the true intent and meaning of this Specification.
Readily accessible, dust-proof lubricating facilities on all moving parts and equipment
including provision for cleaning all lubricating lines and bearings and charging same
with the correct lubricants after installation but prior to testing and commissioning.
Clearly visible and robust manufacturer's name-plates permanently fitted each and
every item of equipment and showing the manufacturer's name, type and/or model
number, serial number, and all essential operating data such as speed, capacity,
voltage, current draw, etc.
The Contractor also shall allow provision for the inspection of all plant and equipment
by the manufacturer or his licensed representative, at least twice during the course of
the installation.
3. PIPING
The pipes and fittings in the domestic Water Treatment plant room shall be MS class
`C' (heavy class) conforming to IS: 1239 (Part-I) for pipes and IS: 1879 (Part 1 to 10)
for malleable cast iron fittings or specified in the BOQ.
4.1 PUMPS
The Contractor shall supply and install pumps of the type and performance as shown
108
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
on the drawings. All duties of pumps given in the Tender Drawings shall be checked
and where necessary corrected before ordering. All the parts of the pumps that are in
contact with water e.g. shaft, impeller etc. shall be of stainless steel construction.
Pumps shall be so selected that the design duty point is within 5% of the maximum
efficiency point. The pump casing so selected shall have ample space to take an
impeller one size larger than that capable of performing the design duty.
The pump shall have a speed of not more than 1500 rpm. However pumps of 2900
rpm with high efficiency and low noise motor can be selected and noise data submitted
for approval. All pumps and motors shall be of minimum vibration and noise level
during operation. Vibration isolators shall be provided for all pump sets.
Facilities shall be provided to prevent starting of pumps when the water tank is at low
water level. An indicator for this low water level alarm shall be provided.
Facilities to select as to which pump shall be the duty pump and which shall be the
standby pump(s) shall be provided in the system and shall be interchangeable.
Pump curves for all pumps offered shall be submitted. All curve indicating excessive
shut-off head will not be approved.
Each pump shall be provided with a gate valve at suction and discharge, approved
check valve at discharge, approved strainer at suction, flexible connections at pump
suction and discharge, eccentric reducer at suction, concentric reducer at discharge,
pressure gauges at suction and discharge, circulation relief valve and automatic air
relief valve.
Appropriate neoprene vibration isolation mountings shall be provided for each pump
sets.
Vertical Pumps
Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically
installed. The impellers shall be of stainless steel mechanically balanced and keyed to
shaft. Renewable guide rings are to be provided in the casting, keyed to prevent
rotation.
Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended
vertical shafted complete with universal couplings.
The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect
the shaft in the water space and through the sealing glands. The sleeves shall be
keyed to prevent rotation and secured against axial movement.
The bearings shall be of ball or roller type protected against ingress of water, dirt and
other matter.
Vertical multistage pumps shall have universal flanges. Intermediate bearing, support
bearing shall be provided in the pump.
The shaft seal shall be easily serviceable and shall allow for correct adjustment and
loading of the seal. Pump motors above 7.5 kW shall be equipped with a spacer
coupling which allows changing of shaft seals without removing the motor. The pump
motors shall be of Class F insulation and IP55 rating and shall be provided with
109
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Pumping units shall be provided for supply of domestic water, flushing water supply for
the project. The units shall be selected so as to provide a minimum of 2 bar pressure
at the highest/farthest fitting in each plumbing system which the unit serves. The
pumping units shall have the following features:
The system shall be supplied as complete sets including suction and discharge
common manifolds, non-return valves, isolating valves.
The motor control panel shall be equipped with all the necessary electrical
components including a microprocessor control unit and a frequency drive. The control
panel and the microprocessor shall cover the followings functions:
- Built-in frictional loss compensation factor which will automatically increase the
delivery pressure setting, in collaboration with the increase in flow demand.
This shall be able to minimize the system pressure differences and provide a
more constant pressure along the supply line and also to save the energy
consumption of the motor when running at low speed.
- The system shall have the capability of receiving input signal concerning
reduced water level in suction tanks and shall have control mechanisms to
prevent the pumps form running dry.
- Automatically starting the pumps when the water level is back to normal.
- In case of pump failure due to motor overload, the standby pump is switched on
automatically. Alarm signal is displayed on the LCD Display unit and alarm
lights are activated.
The Contractor shall supply and install float less type switch probes in the water tanks
as indicated below and shown on the drawings.
110
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Each probe shall be of the correct length for the particular application and tank
location. Electrodes shall be of polished stainless steel 20 mm OD. Electrode holders
shall be weatherproof in all respect.
The earthing probes shall be connected and wired to the earthing system of the
building.
Each set of electrodes shall be installed inside a 230 mm diameter PVC pipe acting as
a wave barrier.
The level switch set shall operate with a stepped down voltage at 24V maximum.
Stepped down transformers shall be provided for each set of control probes and shall
be installed inside centralised control cubicles inside pump room.
Operation of the duty and standby pumps shall be carried out by the following method:
a Automatically by means of pressure sensor (i.e. pressure switches);
The pressure switch shall be installed next to the manual release valve. When the
pressure drops to the pre-determined level, a signal will be sent to the pump local
motor control panel to start the pump.
Automatic controls shall be operated by electronic, float less type level switches.
Pump Indicator
The following audible and visible indication shall be provided at the pump local control
panels as applicable:
a Red "overflow level" indicator with buzzer for the associated water tanks;
b Amber "extra high water level" indicator for the associated water tank;
c Amber "high water level" indicator;
d Amber "low water level" indicator;
e Red "pump trip" indicator for each pump;
f Green "pump on" indicator for each pump;
g "Pump electrical supply healthy" indicator for each pump;
h Amber "remote/local" status indicator.
PART 11
1. SCOPE OF WORK : COMMISSIONING & GUARANTEE
Work under this section shall be executed without any additional cost. The rates quoted in
this tender shall be inclusive of the works given in this section.
Contractor shall provide all tools, equipment, metering and testing devices required for
111
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
the purpose.
On award of work, Contractor shall submit a detailed proposal giving methods of testing
and gauging the performance of the equipment to be supplied and installed under this
contract.
All tests shall be made in the presence of the Architect or his representative or any
inspecting authority. At least five working days notice in writing shall be given to the
inspecting parties before performing any test.
Water flow rates of all equipment and in pipe lines through valves shall be adjusted to
design conditions. Complete results of adjustments shall be recorded and submitted.
Contractor shall ensure proper balancing of the hydraulic system and for the pipes /
valves installed in his scope of work by regulating the flow rates in the pipe line by
valve operation. The contractor shall also provide permanent Tee connection (with
plug) in water supply lines for ease of installing pressure gauge, temperature gauge &
rotameters. Contractor shall also supply all required pressure gauge, temperature
gauge & rotameter for system commissioning and balancing. The balancing shall be
to the satisfaction of Consultant / Project Manager.
Three copies of all test results shall be submitted to the Engineer in A4 size sheet
paper within two weeks after completion of the tests.
2 PRECOMMISSIONNIG
On completion of the installation of all pumps, piping, valves, pipe connections, insulation
etc. the Contractor shall proceed as follows:
a. Prior to start-up and hydraulic testing, the Contractor shall clean the entire
installation including all fitments and pipe work and the like after installation and
keep them in a new condition. All pumping systems shall be flushed and
drained at least once through to get rid of contaminating materials. All pipes
shall be rodded to ensure clearance of debris, cleaning and flushing shall be
carried out in sections as the installation becomes completed.
b) Check all clamps, supports and hangers provided for the pipes.
c) Check all the equipment, piping and valves coming under hot water system and
operate each and every valve on the system to see if the valves are functioning
properly. Thereafter conduct & hydro test of the system as for (b) above.
d) Fill up pipes with water and apply hydrostatic pressure to the system as given in
the relevant section of the specification. If any leakage is found, rectify the same
and retest the pipes.
Following commissioning and inspection of the entire installation, and prior to issue of
the Completion Certificate, the Contractor shall carry out final acceptance tests in
accordance with a programme to be agreed with the Architect.
Should the results of the acceptance tests show that plant, systems and/or equipment
112
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Where acceptance tests are required by the relevant Authorities having jurisdiction,
these tests shall be carried out by the Contractor prior to the issue of Completion
Certificate to the acceptance of the Authorities.
Any item of plant or system or component which fails to comply with the requirements
of this Specification in any respect whatsoever at any stage of manufacture, test,
erection or on completion at site may be rejected by the Architect either in whole or in
part as he considers necessary/appropriate. Adjustment and/or modification work as
required by the Architect so as to comply with the Authority's requirements and the
intent of the Specification shall be carried out by the Contractor at his own expense
and to the satisfaction of the Authority/Architect.
After works have been accepted, the Contractor may be required to carry out assist in
carrying out additional performance tests as reasonably required by the
Architect/Employer.
The Contractor shall warrant that all plant, materials and equipment supplied and all
workmanship performed by him to be free from defects of whatsoever nature before
handover to the Owner.
All testing and commissioning shall be done by the Contractor to the entire satisfaction of
the Owners site representative and all testing and commissioning documents shall be
handed over to the Owners site representative.
The Contractor shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the Owners
site representative.
1 Drinking Water (All cold water Sea Green French Blue Single Red
lines after filter)
4 Drainage Black
113
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PART 12
SCHEDULE OF TECHNICAL DATA
1. PUMPS
Pump
Make :
Type & Model :
Discharge in LPS / GPM :
Head (Meters of WC) :
Shut off Head (Meters of WC) :
Efficiency (%) :
No. of Stages
Suction End I.D. :
Delivery End I.D. :
Details of N.P.S.H. :
Vibration Isolation Detail :
Skid Details :
Operating Weight :
Overall Dimension (MM) :
Mechanical Seal Detail :
Material
Body :
Impeller :
Type of Impeller
Shaft :
Is it suitable for direct coupling :
Motor
Make :
Model :
Power Requirement (HP / KW) :
R.P.M. :
Rating :
Over Load Capacity :
Class of Insulation :
Details of Additional protection in winding :
Motor Efficiency :
It suitable for direct coupling to pump? :
Type of rotary movement :
Method of Starting :
Size and type of cable for connections. :
2. WATER TREATMENT
Pump :
Make :
Type & Model :
114
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
MATERIAL
Body :
Impeller :
Shaft :
Type of Impeller :
Is it suitable for direct coupling :
MOTOR
Make :
Model :
Power Requirement (HP/KW) :
R.P.M :
Rating :
Over Load Capacity :
Class of Insulation :
Details of additional protection in winding :
Motor efficiency :
If it suitable for direct coupling to pump ? :
Type of rotary movement :
Method of starting :
Size and type of cable for connections :
2.2 FILTER
Description:
Material of Construction :
Diameter :
Height on straight :
Filtering media :
Shell thickness :
Dish end thickness :
Service flow rate :
Design pressure :
Back wash duration :
Back wash flow rate :
Pressure drop across the filter :
Maximum inlet turbidity (NTU) :
Turbidity in filtered water :
115
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PUMP :
Pump model :
Pump Type :
Make :
Material of construction :
Flow rate :
TANK :
Capacity :
Material of Construction :
3. SEWAGE PUMP & CLEAR WATER PUMP (Submit separate technical datasheet)
Pump
Make :
Type & Model :
Discharge in LPS/ GPM :
Head (Meters of WC) :
Shut off head (Meters of WC) :
Efficiency (%) :
No. of stages :
Suction end I.D. :
Delivery end I.D. :
Details of N.P.S.H. :
Solid Handling size. :
Vibration Isolation Detail :
Skid Details :
Operating Weight :
Overall Dimension :
Mechanical Seal Detail :
Material
Body :
Impeller :
Shaft :
Type of Impeller :
Is it suitable for direct coupling :
Motor
Make :
Model :
Power Requirement (HP/KW) :
R.P.M. :
Rating :
Over Load Capacity :
Class of Insulation :
Details of additional protection in winding :
Motor efficiency :
If it suitable for direct coupling to pump ? :
116
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4. CHLORINATION SYSTEM
Pump
Pump model :
Pump Type :
Make :
Material of construction :
Flow rate :
Tank
Capacity :
Material of Construction :
5. pH CORRECTION SYSTEM
Pump
Pump model :
Pump Type :
Make :
Material of construction :
Flow rate :
6. ELECTRICAL ACCESSORIES
117
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1.
BAR SCREEN
No Required
USE
MOC
Size
SPACING
2.
OIL & GREASE CHAMBER
No Required
MOC
Size
3.
SEWAGE COLLECTION PIT
MOC TANK
Tank Capacity KL
TYPE
4.
RAW SEWAGE TRANSFER PUMP
Nos required
Capacity m3/hr
Head , kg/cm2
118
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
MOC
Type
5.
EQUALIZATION TANK
MOC TANK
Tank Capacity KL
Quantiy
Type
Purpose
6.
MUTILGRADE SAND FILTER
Nos. Required
MOC
Mode of operation
Service Cycle
Dia X HOS, mm
Make
7.
ACTIVATED CARBON FILTER
No Required
MOC
119
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Mode of operation
Service Cycle
Dia X HOS, mm
Carbon make
8.
SLUDGE DEWATERING SYSTEM
No Required
MOC
Type
Mode of operation
Closing mode
Service Cycle
Size
120
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PART 13
All equipment, supply, erection, testing and commissioning shall comply with the requirements
of Indian Standards and code of practices given below as amended upto 30th April, 2002. All
equipment and material being supplied by the contractor shall meet the requirements of IS.,
electrical inspectorate and Indian Electricity rules and other Codes / Publications as given
below:
IS : 1239 (Part 1) Mild steel, tubes, tubulars and other wrought steel
fittings: Part 1 Mild Steel tubes.
IS : 1239 (Part 2) Mild Steel tubes, tubulars and other wrought steel
fittings: Part 2 Mild Steel tubulars and other wrought steel pipe
fittings.
IS : 1536 Centrifugally cast (spun) iron pressure pipes for water, gas and
sewage.
IS : 1537 Vertically cast iron pressure pipes for water, gas and sewage.
IS : 1538 Cast Iron fittings for pressure pipes for water, gas and sewage.
.
IS : 1879 Malleable cast iron pipe fittings.
IS : 3589 Seamless or electrically welded steel pipes for water, gas and
sewage (168.3 mm to 2032 mm outside diameter).
IS : 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.
121
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
IS : 7181 Specification for horizontally cast iron double flanged pipe for
water, gas and sewage.
2. Valves
IS : 778 Specification for copper alloy gage, globe and check valves for
water works purposes.
IS : 780 Specification for sluice valves for water works purposes (50 mm
to 300 mm size).
IS : 2906 Specification for sluice valves for water works purposes (350
mm to 1200 mm size)
IS : 5312 (Part 1) Specification for swing check type reflux (non return)
valves : part 2 Multi door pattern.
IS : 5312 (Part 2) Specification for swing check type reflux (non return)
valves : part 2 Multi door pattern.
3. Sanitary Fittings
IS : 774 Specification for flushing cistern for water closets and urinals
(other than plastic cistern)
IS : 775 Specification for cast iron brackets and supports for wash
basins and sinks
IS : 781 Specification for cast copper alloy screw down bib taps and stop
valves for water services.
122
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
IS : 8931 Specification for copper alloy fancy single taps, combination tap
assembly and stop valves for water services.
IS : 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.
6. General
123
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
BSEN : 274 Sanitary tap were, waste fittings for basins, bidets and baths.
General technical specifications.
124
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
PART 14
Scope of Work: FIRE FIGHTING WORKS
1.0 GENERAL:
1.1 The work shall be carried out in the accordance with the drawings and design as would
be issued to the Contractor by the Design Consultant duly signed and stamped by him.
The Contractor shall not take cognizance of any drawings, designs, specifications etc.
not bearing Design Consultant signature and stamp. Similarly the Contractor shall not
take cognizance of instructions given by any other Authority except the instructions
given by the Project Managers Representative in writing.
1.2 The work shall be executed and measured as per metric dimensions given in the Bill of
Quantities, drawings etc.
1.3 The Contractor shall acquaint himself fully with the partial provisions for supports that
may be available in the structure and utilize them to the extent possible. In any case
the Contractor shall provide all the supports regardless of provisions that they have
been already made. Nothing extra shall be payable for situations where insert plates
(for supports) are not available or are not useful.
1.4 Shop coats of paint that may be damaged during shipment or erection shall be cleaned
off with mineral spirits, wire brushed and spot primed over the affected areas, then
coated with paint to match the finish over the adjoining shop painted surface.
1.5 The Contractor shall protect / handle the material carefully and if any damage occur
while handling by the Contractor then the sole responsibility shall be of the Contractor.
Such damages shall be rectified/recovered by the Contractor at no extra cost
whatsoever.
1.6 The Contractor shall, within twenty one (21) days of receipt of the Notice of Award for
the Project, where applicable, complete the submission of shop drawings to the Project
Managers Representative for approval by the Design Consultants in order to conform
to the contract schedule.
1.7 Measurements:
All equipment, supply, erection, testing and commissioning shall comply with the
requirements of Indian Standards and code of practice given below as amended upto
the date of submission of Tender. All equipment and material being supplied shall
meet the requirements of BIS and other relevant standard and codes.
125
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Building is classified as Assembly/storage building as per NBC with height less than
10mtr. The firefighting arrangement shall be designed as per the requirement of local
guidelines, NBC, NFPA, guideline issued by Local fire Authority & engineering
design standard.
The entire firefighting installation shall be compliant with the most stringent codes /
standard for the entire PREMISE to ensure the highest safety standard and uniformity
of system. Further, before property is opened to work, the firefighting shall be fully
operated and tested under simulated conditions to demonstrate compliance with the
most stringent standards, codes and guidelines. Following functional system shall be
provided; strictly in compliance with the listed reference standards:
a. Piping System : Piping system confirming to IS: 1239, IS: 3589 (for pipe size >
150NB) & IS 10221 M.S /GI. Heavy Class for Hydrant and
sprinkler system (Pipe material to be verify with Fire NOC)
b. Fire water : Fire water static storage has been provided in accordance to
static Storage NBC requirement.
c. Fire Pumping : Pumping system comprising of independent pumps for
system hydrant, sprinkler & jockey application has been provided.
d. Hydrant : External & internal hydrant complete with hose reel.
system
e. Sprinkler : Sprinkler rating and type shall be selected for respective areas
system as per NBC & guidelines issued by local fire authority
f. Hand held fire : Strategically placed at designated areas.
Extinguishers
(a) Fire main of 150 mm dia. Connected to internal & external hydrants.
(b) Wet - riser system with landing hydrant valves and fire hose cabinet.
126
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Fire department connection shall also be provided on the external wall of the property
near the main entrance. These shall comprise of 4 Nos. 63 mm dia male outlets with
double landing valves capable of directly feeding the ring mains through non return
valves or directly filling the static fire storage tanks. These shall be mounted in
specially identified boxes.
Electrical pump shall provide adequate flow for catering requirement of hydrant /
sprinkler system. Diesel engine driven fire pumps shall be provided for ensuring
operation & performance of the system in case of total electrical power failure. Jockey
pumps shall compensate for pressure drop and line leakage in the hydrant and
sprinkler installation. Provision of orifice plate shall be made in sprinkler riser to restrict
pressure on sprinkler system.
Individual suction lines shall be drawn from the fire suction header and connected to
independent fire suction of pumps. The electric fire pumps, diesel engine driven fire
pumps and the jockey pumps shall all draw from this single common suction header.
Delivery lines from various pumps shall also be connected to a common header in
order to ensure that maximum standby capacity is available. The ring main shall
remain pressurized at all times and Jockey pumps shall make up minor line losses.
Automation required to make the system fully functional shall be provided.
4.1 The work shall conform to high standard of design and workmanship, shall be
structurally sound and aesthetically pleasing. Quality standards prescribed shall form
the backbone for the quality assurance and quality control system.
4.2 At the site, the Contractor shall arrange the materials and their stacking/ storage in
appropriate manner to ensure the quality. Contractor shall provide equipment and
manpower to test continuously the quality of material, assemblies etc. as directed by
the Project Managers Representative. The test shall be conducted continuously and
the result of tests maintained. In addition the Contractor shall keep appropriate tools
and equipment for checking alignments, levels, slopes and evenness of surface.
4.3 The Project Managers Representative shall be free to carry out such tests as may be
decided by him at this sole direction, from time to time, in addition to those specified in
127
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
this Document. The Contractor shall provide the samples and labour for collecting the
samples. Nothing extra shall be payable to the Contractor for samples or for the
collection of the samples.
4.4 The test shall be conducted at the site laboratory that may be established by Project
Managers Representative or at any other Standard Laboratory selected by Project
Managers Representative. Contractor shall keep the necessary testing equipment
such as hydraulic testing machine, smoke testing machine, gauges and other
necessary equipment required.
4.5 The Project Managers Representative shall transport the samples to the laboratory.
4.8 Prior to shipment, complete unit shall be tested under actual load conditions for
performance and proper functioning of component parts.
4.0 EXCLUSIONS:
5.0 SCOPE
The scope of this section consists of but is not necessarily limited to supply,
installation, testing and commissioning of the fire protection system. The philosophy of
the system is as follows :
a. The Fire Suppression System shall comprise the Fire Hydrants System, the
Sprinkler System(Wet type), Hand Appliances.
b. Water from the RCC Fire Water Storage tanks(on service floor), shall be supplied
for the uses listed below.
i. Fire Hydrant System (Pressurised) both for the internal landing valves and
the hose reels at landings.
ii. Sprinkler System (Wet Type).
c. The Hydrant System and the Sprinkler System, under normal conditions, shall be
lowest pressurized by means of the electric motor driven Jockey Pump.
d. The Hydrant & sprinkler System shall be provided with two pump sets, one of which
will be diesel engine driven and the other electric motor driven.
e. The starting and stopping of the Jockey pump shall be automatic based on the
pressure switches at preset low and high pressure.
f. The electric motor driven Pump starts automatically at a preset pressure by means
of a pressure switch. As soon as the main electric Pump starts, the Jockey Pump
Stops. If for any reason the electric motor driven main Pump does not start at the
preset pressure or is unable to maintain the pressure, the diesel engine driven
Pump starts at the preset pressure.
g. The main Pump, whether electric motor driven or the diesel engine driven shall be
stopped only manually.
128
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
h. Contractor shall ensure that all false ceiling voids greater than 800 mm are
provided with sprinklers.
i. Contractor shall ensure Hydro Testing for the complete system.
j. The Contractor shall obtain the necessary approval of the drawings and the
schemes from the local authority as called for.
k. The contractor shall design and after approval of Project Manager display near
each staircase landing at floor levels, a glass covered framed floor plan clearly
showing the locations of all landing valves, hose reels, hand appliances, as well as
the DOs and DONTs for the personnel and the exit direction in case of an
emergency. The dimensions of the floor plan, its scale, lettering size, colour
scheme etc shall be as directed by the Project Manager.
All materials shall be of the best quality conforming to the specifications and subject to
the approval of the Consultants.
Pipes shall be fixed in a manner as to provide easy accessibility for repair and
maintenance and shall not cause obstruction in shafts, passages etc.
Pipes shall be securely fixed to walls and ceilings by suitable clamps and supports
(galvanised after fabrication ) at intervals specified. Only approved type of anchor
fasteners shall be used for RCC slabs and walls / floors etc.
Valves and other appurtenances shall be so located that they are easily accessible for
operations, repairs and maintenance.
Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workman like manner.
Pipe accessories such as gauges, meters, control devices, etc. shall have the same
working pressure rating as the associated pipe work. All pipe work shall be free from
burrs, rust and scale and shall be cleaned before installation. All personnel engaged
on welding operations must possess a certificate of competence issued by an
acceptable / recognized authority.
6.2.2 Piping
Mild steel black pipes as per IS:1239 heavy grade(for pipes of sizes 150 mm N.B. and
below) suitably lagged on the outside to prevent soil corrosion. M.S. pipes buried
below ground shall also be suitably be lagged with 2 layers of PYPKOTE/COTAK
polythene sheet over 2 coats of bitumen.
Steel pipelines upto 150 mm dia shall be as per IS: 1239, Part-II (heavy grade) while
pipelines above 150 mm dia shall be as per I.S.:3589.
All pipe clamps and supports shall be fabricated from MS steel sections and shall be
factory galvanized before use at site. Welding of galvanised clamps and supports shall
not be permitted.
Pipes shall be hung by means of expandable anchor fastener of approved make and
129
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
design. The hangers and clamps shall be fastened by means of galvanised nuts and
bolts. The size/diameter of the anchor fastener and the clamps shall be suitable to
carry the weight of water filled pipe and dead load normally encountered.
Hangers and supports shall be thoroughly galvanised after fabrication. The selection
and design of the hanger & support shall be capable of carrying the sum of all
concurrently acting loads. They shall be designed to provide the required supporting
effects and allow pipeline movements as necessary. All guides, anchor braces,
dampener, expansion joint and structural steel to be attached to the building/structure
trenches etc. shall be provided. Hangers and components for all piping shall be
approved by the Consultants.
The piping system shall be tested for leakages at 2 times the operating pressure or 1.5
time shut-off pressure, which ever is highest including testing for water hammer
effects.
Flanged joints shall be used for connections for vessels, equipment, flanged valves
and also on two straight lengths of pipelines of strategic points to facilitate erection and
subsequent maintenance work.
For pipes underground installation the pipes shall be buried at least one meter below
ground level and shall have 230 mm x 230 mm masonry or concrete supports at least
300 mm high at 3m intervals. Masonry work to have plain cement concrete foundation
(1 cement: 4 coarse sand : 8 stone aggregate) of size 380x380x75 thick resting on firm
soil.
Mains below ground level shall be supported at regular intervals not exceeding 3.0
metres and shall be laid at least 2.0 metre away from the building.
Tender drawings indicate schematically the size and location of pipes. The Contractor,
on the award of the work, shall prepare detailed working drawings, showing the
cross-sections, longitudinal sections, details of fittings, locations of isolating and
control valves, drain and air valves, and all pipe supports.
He must keep in view the specific openings in buildings and other structure through
which pipes are designed to pass.
Pipe work and fittings shall be supported by hangers or brackets so as to permit free
expansion and contraction. Risers shall be supported at each floor with Galvanised
steel clamps. To permit free movement of common piping support shall be from a
common hanger bar fabricated from Galvanised steel sections.
130
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
All pipe work shall be carried out in a proper workman like manner, causing minimum
disturbance to the existing services, buildings, roads and structure. The entire piping
work shall be organized in consultation with other agencies work, so that area can be
carried out in one stretch.
Cut-outs in the floor slab for installing the various pipes area are indicated in the
drawings. Contractor shall carefully examine the cut-outs provided and clearly point
out wherever the cut-outs shown in the drawings, do not meet with the requirements.
Pipe sleeves, larger diameter than pipes, shall be provided wherever pipes pass
through walls and slab and annular space filled with fibreglass and finished with
retainer rings.
The contractor shall make sure that the clamps, brackets, saddles and hangers
provided for pipe supports are adequate or as specified / approved by Consultants.
Piping layout shall take due care for expansion and contraction in pipes and include
expansion joints where required.
All pipes shall be accurately cut to the required sizes in accordance with relevant BIS
codes and burrs removed before laying. Open ends of the piping shall be closed as the
pipe is installed to avoid entrance of foreign matter. Where reducers are to be made in
horizontal runs, eccentric reduces shall be used for the piping to drain freely. In other
locations, concentric reduces may be used.
Automatic air valves shall be provided at all high points in the piping system for
venting. All valves shall be of 15mm pipe size and shall be associated with an equal
size gate valves.
Pressure gauges shall be provided as shown on the approved drawings. Care shall be
taken to protect pressure gauges during pressure testing.
Pipe fittings mean tees, elbows, couplings, unions, flanges, reducers etc and all such
connecting devices that are needed to complete the piping work in its totality.
Forged steel screwed type fitting shall be used for pipes of 50 mm dia & below.
Fabricated fittings shall not be permitted for pipes diameters 50mm and below.
Fabricated fittings used on pipe size 65 mm & above shall be fabricated, welded in
workshops. They shall be inspected by Project Manager before dispatch from the
workshop. The welding procedures of the workshop should have been approved by
the rules for sprinkler system and applicable to hydrant and sprinkler system. For T
connection, pipes shall be drilled and reamed. Cutting by gas or electrical welding shall
131
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
not be permitted.
c. Application of Pypkote / Coatek 4 mm Tape - After the primer is applied on the pipe,
it is allowed to dry for about 30 min. till it becomes touch dry. Before adhering the
tape to the pipe, it is advisable to gently heat the primer coated pipe by a run of
LPG torch. Remove the bottom polyethylene from the tape & then heat bottom
surface of the tape by LPG torch or any heat source & start wrapping the tape to
the pipe by heating the primer coated pipe & by removing the bottom polyethylene
from the tape before wrapping better adhesion between the tape & pipe is
obtained. Overlaps are maintained with a minimum of 12.5 mm.
d. Tape coating of weld joints - The tape is applied over the weld joints after the
necessary welding & testing methods of the joints is completed. The procedure for
application of tape shall be the same as bare pipe procedure. Overlaps on each
side of the weld joints shall be 50 mm. A final coat of White wash with water based
cement paint is done immediately over the entire coated pipe.
6.2.6 Jointing
Welded Joints
All pipes above 65mm dia and above shall be jointed with welded joints. Joints
between MS pipes and fittings shall be made with the pipes and fittings having
V
groove and welded with electrical resistance welding in an approved manner. But
welding without
V groove shall not be permitted.
Screwed Joints
All joints in the pipe line with screwed fittings shall be seal welded after testing and the
weld plus the adjoining portion shall be given two coats of zinc rich primer.
b. For jointing all types of valves, appurtenances, pumps, connections with other type
of pipes, to water tanks and other places necessary and as required for good
engineering practice and as shown/noted on the drawings.
c. Flanges shall be with GI bolts and nuts and 3mm insertion gasket of natural rubber
conformingcto IS: 11149.
132
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
7. AIR VESSEL
The air vessel shall be provided to compensate for slight loss of pressure in the system
and to provide an air cushion for counter-acting pressure, surges, whenever the
pumping sets come into operation. Air vessel shall conform to IS:3844. It shall be
normally half full of water, when the system is in normal operation. Air vessel shall be
fabricated with 8 mm thick M.S. plate with dished ends and suitable supporting legs. It
shall be provided with one 100 mm dia flanged connection from pump, one 25 mm
drain with valve, one water level gauge and 25 mm sockets for pressure switches. The
air vessel shall be tested to pressure for 12 hours at 2 times the operating pressure or
1.5 times the shut-off.
The storage tank shall be provided with a 150 mm fire brigade pumping connection to
discharge at least 2275 litres / minute into it. This connection shall not be taken directly
into the side of the storage tank, but arranged to discharge not less than 150 mm
above the top edge of the tank such that the water flow can be seen. The connection
shall be fitted with stop valve in a position approved by the Project Manager. An
overflow connection discharging to a drain point shall be provided from the storage
tank.
The fire brigade connection shall be fitted with four numbers of 63mm instantaneous
inlets in a glass fronted wall box at a suitable position at street level, so located as to
make the inlets accessible from the outside of the building. The size of the wall box
shall be adequate to allow hose to be connected to the inlets, even if the door cannot
be opened and the glass has to be broken. Each box shall have fall of 25mm towards
the front at its base and shall be glassed with wired glass with FIRE BRIGADE INLET
painted on the inner face of the glass in 50 mm size block letter. Each such box shall
be provided with a steel hammer with chain for breaking the glass. In addition to the
emergency fire brigade connection to the storage tank, a 150mm common connection
shall be taken from the four 63mm instantaneous inlets direct to hydrant main so that
the fire brigade may pump to the hydrants in the even of the hydrant pumps being out
of commission. The connection shall be fitted with a sluice valve and reflux valve.
Location of these valve shall be as per the approval of the Project Manager.
9. SYSTEM DRAINAGE
The system shall be provided with suitable drainage arrangement with drain valves
complete with all accessories.
10. VALVES
The butterfly valve shall be suitable for waterworks and rated for PN 1.6. The body
shall be of cast iron in circular shape and of high strength to take the water pressure.
The disc shall be heavy duty cast iron with anti corrosive epoxy or nickel coating. The
valve seat shall be of high grade elastomer or nitrile rubber. The valve is closed
position shall have complete contact between the seat and the disc throughout the
perimeter. The elastomer rubber shall have a long life and shall not give away on
continuous applied water pressure . The shaft shall be EN 8 grade carbon steel. The
valve shall be fitted between two flanges on either side of pipe flanges. The valve edge
133
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
rubber shall be projected outside such that they are wedged within the pipe flanges to
prevent leakages. Valve above 150mm dia shall be provided with Gear assembly as
specified in BOQ. Codes for different material used in valves shall be as under:
a. General Design and Manufacture:EN593/API609
b. Valve face to face ISO 5752
c. Top flange drilling: ISO 5211
d. Valve Inspection & testing: API 598
e. Flange Standard Conformity -ANSI 150/ANSI125/BS 10TAB D&E IS6392 NP
06/1.0/1.6
The ball valve shall be made forged brass and suitable for test pressure of pipe line.
The valve shall be internally threaded to receive pipe connections. The ball shall be
made from brass and machined to perfect round shape and subsequently chrome
plated. The seat of the valve body-bonnet gasket and gland packing shall be of Teflon.
The handle shall be provided with PVC jacket. The handle shall also indicate the
direction of open and closed situations. The gap between the ball and the teflon
packing shall be sealed to prevent water seeping. The handle shall also be provided
with a lug to keep the movement of the ball valve within 90. The lever shall be
operated smoothly and without application of any unnecessary force.
All Non-Return valves used in pumps delivery shall be suitable for water works cast
iron double flanged with cast iron body and gunmetal internal parts conforming to
IS:5312.
MATERIAL OF CONSTRUCTION
All check valve used before flow switches shall be spring loaded dual plate check
valves with following specifications:
Flanged 'Y' strainers are suitable for water. The design is compact and full flow, with
large filtration area for low pressure drop and more debris collection. It is provided with
drain Ball valve for frequent blow off. Element is strengthened for rigidity and long life
and fitted in machined seats. Flanges provided are as per ANSI B16.5 150#, DIN10
suitable for working pressure or upto 250 PSI (16 KG/cm2), Hydraulically tested to
30Kg/cm2.
Used in suction side of pump to avoid flow reversal from pump to UG tank in case on
negative suction. Manufacturing Standard : IS 4038. Pressure Rating : PN 2
134
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
MATERIAL OF CONSTRUCTION
Housing, Seat, Strainer, Door, Strainer : Cast Iron IS:210, Gr. FG 200
Door Plate : Cast Iron IS:210, Gr. FG 200 / MS IS:2062, Gr.Fe 410 WA
Hinge Pin : SS ASTM A 276, Type 410
Door Face : Natural Rubber with reinforcement of cotton canvas
End Flange:IS:1538, Table 4 & 6
The pressure switches shall be employed for starting and shutting down operation of
pumps automatically, dictated by line pressure. The Pressure Switch shall be
diaphragm type. The housing shall be die cast aluminium, with SS 316 movement,
pressure element and socket. The set pressure shall be adjustable. The Switch shall
be suitable for consistent and repeated operations without change in values.
Pressure gauge shall be provided near all individual connections of the hydrant system
with isolation valves and near each flow switch assembly of the sprinkler system.
Pressure gauge shall be 100 mm dia gunmetal bourdon type with gunmetal isolation
ball valve, tapping and connecting pipe and nipple. The gauge shall be installed at
appropriate height for easy readability.
13. PAINTING
All Hydrant and Sprinkler pipes shall be painted with post office red colour paint. All M
S pipes shall first be cleaned thoroughly before application of primer coat. After
application of primer coat two coats of enamel paint shall be applied. Each coat shall
be given minimum 24 hours drying time. No thinners shall be used. Wherever required
all pipe headers shall be worded indicating the direction of the pipe and its purpose
such as "TO RISER NO.1" etc. Painting shall be expertly applied, the paint shall not
over run on surfaces not requiring painting such as walls, surfaces etc. Nuts and bolts
shall be painted black, while valves shall be painted blue.
14. EXCAVATION
Excavation for pipe lines shall be in open trenches to levels and grades shown on the
drawings or as required at site. Pipe lines shall be burried with a minimum cover of 1
meter or as shown on drawings. Wherever required Contractor shall support all
trenches or adjoining structures with adequate timber supports, shoring and strutting.
On completion of testing in the presence of the Project Manager and pipe protection,
trenches shall be backfilled in 150 mm layers and consolidated.
Contractor shall dispose off all surplus earth as directed by the Project Manager.
135
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Exact location, design, size and mix of the concrete blocks/steel support shall be as
shown on the drawings or as directed by the Project Manager prior to execution of
work.
Contractor shall provide external hydrants. The hydrants shall be controlled by a cast
iron wheel. Hydrants shall have instantaneous type 63mm dia outlets. The hydrants
shall be single outlet conforming to IS:5290 with bend and riser or required height to
bring the hydrant to correct level above ground.
Contractor shall provide for each external fire hydrant two numbers of 63mm dia. 15 m
long
controlled percolation hose pipe with SS male and female instantaneous type
couplings machine wound with copper wire (hose to IS:636 type certification) , SS
branch pipe with nozzle to IS:903. This shall be measured and paid for separately.
Contractor shall provide on each landing and other locations as shown on the drawings
double headed SS landing valve with 100 mm dia inlet as per IS:5290, with shut off
valves having cast iron wheels as shown on the drawings. Landing valve shall have
flanged inlet and instantaneous type outlets as shown on the drawings.
Instantaneous outlets for fire hydrants shall be standard pattern and suitable for fire
hoses.
Contractor shall provide for each internal fire hydrant station two numbers of 63 mm
dia. 15 m long rubberized fabric lined hose pipes with SS male and female
instantaneous type coupling machine would with copper wire (hose to IS:636 type A
and couplings to IS:903 with IS certification), fire hose reel, SS branch pipe with nozzle
to IS:903. This shall be measured and paid for separately.
Contractor shall provide standard fire hose reels of 20mm dia high pressure rubber
hose 30 m long with gunmetal nozzle, all mounted on a circular hose reel of heavy duty
mild steel construction having cast iron brackets. Hose reel shall be connected directly
to the wet riser with an isolating valve. Hose reel shall conform to IS:884 and shall be
mounted vertically.
Each internal hydrant hose cabinet shall be provided with a drain in the bottom plate.
The drain point shall be lead away to the nearest general drain.
Each internal hydrant hose cabinet containing items as above shall also be provided
with a nozzle spanner and a Firemans Axe. The cabinet shall be recessed in the wall
as directed. This shall be measured and paid for separately.
Hose reel shall conform to IS : 884, heavy duty, 20 mm dia length shall be 30 metre
136
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
long fitted with SS chromium plated nozzle, mild steel pressed reel drum which can
swing upto 170 degree with wall brackets of cast iron finished with red and black
enamel complete.
18 Fire Hose
Branch pipes shall be of SS with loaded tin bronze ring at the discharge and to receive
the nozzle and provided at the other with a leaded tin bronze ring to fit into the
instantaneous coupling. Nozzle shall be of spray type of diameter of not less than 16
mm and not more than 25 mm. Nozzle shall be of loaded tin bronze branch pipe and
nozzle shall be of instantaneous pattern conforming to Indian Standard -
Hose cabinet shall be provided for all internal and external fire hydrants. External Hose
cabinets shall be fabricated from 14 gauge MS powder coated sheet of fully welded
construction with hinged double front door partially glazed (3 mm glass panel) with
locking arrangement, stove enamelled fire red paint (shade No. 536 of IS:5) with FIRE
HOSE written on it prominently (The word `FIRE HOSE shall be in letters of at least
35mm in height. The words shall be painted white on red back ground). Cabinet
surfaces in contact with the walls shall not be powder coated but instead given two
coats of anti-corrosive bitumastic paint.
Hose cabinet shall be of glass fronted with hinged door & lock. The cabinet shall be
made of Aluminium hollow box section, powder coated to shade No. 536 of IS:5. The
hose cabinet shall be of size to accommodate the following and size is as per BOQ:
i. Landing Valves (Single headed)
ii. Hose pipe
iii. Hose reel (30 mtr.)
iv. Branch pipes, nozzles (1 sets)
v. Fire man's axe and hand appliances
The scope of work shall include supply, commissioning, testing of the system as a
whole. The sprinkler heads are to be fixed into heavy quality black steel pipes,
conforming to IS 1239 or any other approved specification. The size of pipe will vary
137
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The System shall conform to CFO Rules for the installation of sprinkler systems in
general for 'Ordinary Hazard' category-in respect of design, density and spacing of
sprinkler heads. Reduction in pipe sizes shall not be made by use of bushings.
All piping shall be done by means of welding, screwed & flanged jointing as per codes.
Due care shall be taken that sprinklers are not applied with paint at the time of applying
paint to piping and fittings.
All control, drain, test and alarm valves shall be provided with signs to identify their
purposes, functions, direction of flow the satisfaction of the Consultants.
The sprinkler heads shall be of type & quality approved by the local fire brigade
authority. The inlet shall be screwed.
The sprinklers shall have 15mm nominal size of the orifice for ordinary hazard. The
orifice size shall be marked on the body or the deflector of the sprinkler.
Metal guards for protection of sprinkler against accidental or mechanical damage shall
be provided as desired by the Project Manager.
Contractor shall submit detailed submittal and discharge spray pattern for the Sprinkler
for the approval of consultant.
Operating Temperature
The Operating temperature at which the quartzoid bulb of the sprinkler head shall
actuate, shall be 68 degree C or as specifically mentioned.
Sprinkler Installation
Sprinkler heads shall be located in positions shown on the drawings. While slight
relocation may result from building construction features or interference from other
services, the maximum spacing between sprinkler heads and coverage area shall not
exceed those stipulated in the IS:15105 regulations and the NFPA 13-1994 Rules.
Allowance shall be made for such relocations within a radius of 1500 mm of the
indicated positions without additional cost. The Fire Protection Services Trade shall
co-ordinate with the ceiling Trade to set out the sprinkler locations to suit the site
location of the unit grid. In general, all sprinklers shall be located at the centre of the
ceiling unit and a provision of about 10% more sprinklers and pipe work than required
in IS and NFPA Rules shall be included in this sub-contract. Chrome plated wire mesh
guards shall be used to protect the sprinkler heads which are liable to accidental or
138
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Flow Requirements
The flow requirement for sprinkler heads shall be specifically approved for the
designated area of installation.
For restricting pressure at lower levels in the sprinkler system, orifice plates of
appropriate sizes shall be fitted at different floor levels, at the branching points from
Riser Main.
The Diameter of such orifice shall not be less than 50% of the dia of pipe into which it is
to be fitted, which shall not be less than 50mm dia. These orifice plates must be of
stainless steel with plain central hole without burrs, and the thickness shall be 3mm for
pipe size upto 80 mm, 6 mm for pipes from 80 to 150 mm dia and 9 mm for pipes
greater than 150 mm dia. Such orifice plate must have a projecting identification tag.
The orifice plate shall fitted not less than two pipe internal diameters down stream of
the outlet from any elbow or brand.
Contractor shall submit the design and identify location on drawing before installation.
Each installation shall be provided with a set of installation control valves comprising:-
a. An Alarm Valve.
b. A Water Motor Alarm & Gong.
c. Installation valves shall be installed on the sprinkler circuits as shown on the
drawings.
d. Contractor shall submit detailed shop drawings showing the exact location, details
of installation of the valves/alarm in all respects.
e. Installation valve shall comprise of a cast iron body with gunmetal trim, and double
seated clapper check valves, pressure gauges, test valve and orifice assembly and
drain valve with pressure gauges, turbine water gong including all accessories
necessary and required and as supplied by original equipment manufacturer and
required for full and satisfactory performance of the system. A cast iron isolation
valve with lock and chain at the inlet of the installation valve shall be provided.
Inspection and testing of the automatic starting of the sprinkler system shall be done by
providing an assembly consisting of Inspectors drain valve with in-built gunmetal sight
glass, bye-pass valve and orifice assembly as per approved drawing.
Flow switch shall have a paddle made of flexible and sturdy material of the width to fit
within the pipe bore. The terminal box shall be mounted over the paddle/ pipe through
a connecting socket. The Switch shall be potential free in either N O or N C position as
required. The switch shall be able to trip and make / break contact on the operation of
a single sprinkler head. The terminal box shall have connections for wiring to the
Annunciation Panel. The flow switch shall have connections for wiring the seat shall be
of S.S to the Annunciation Panel. The flow switch shall have IP: 55 protection. The flow
139
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The flexible hose system is a complete unit in itself which includes a corrugated
stainless steel flexible drop with nipple, reducer, square bar and brackets, which are
fitted to the ceiling tile support rails to locate and secure the sprinkler in the correct
position. Not only does this reduce the installation time but also makes the installation
process a mess-free activity by eliminating cutting and threading activities on site
Material of Construction
Sprinkler escutcheons are ornamental plates used with frame-style pendent and
sidewall sprinklers. The escutcheons are installed between the sprinklers and the
ceiling or wall for a pleasing appearance.
22.1 Scope
Work under this section shall consist of furnishing all labour, materials, appliances and
equipment necessary and required to install fire extinguishing hand appliances as per
relevant specification of various authorities.
Without restricting to the generality of the foregoing, the work shall consists of the
following:
Hand appliances shall be installed in easily accessible locations with the brackets fixed
140
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Each appliance shall be provided with an inspection card indicating the date of
inspection, testing, change of charge and other relevant data.
All appliances shall be fixed in a true workmanlike manner truly vertical and at correct
locations.
22.3 Measurement
Fire extinguishers shall be counted in numbers and include installation of all necessary
items required as given in the specifications.
The Extinguisher shall be filled with ABC grade 40, Mono Ammonium Phosphate 40%
from any approved manufacturer.
The capacity of the extinguisher when filled with Dry Chemical Powder (First filling) as
per IS 15683-2006, shall be 5 Kg +/-2% or 10 Kg +/- 3%.
It shall be operated upright, with a squeeze grip valve to control discharge. The plunger
neck shall have a safety clip, fitted with a pin, to prevent accidental discharge. It shall
be pressurised with Dry Nitrogen, as expellant. The Nitrogen to be charged at a
pressure of 15 Kg/cm2 Body shall be of mild steel conforming to relevant IS Standards.
The neck ring shall be also mild steel and welded to the body. The discharge valve
body, shall be forged brass or leaded bronze, while the spindle, spring and siphon tube
shall be of brass. The nozzle shall be of brass, while the hose shall be braided nylon.
The body shall be cylindrical in shape, with the dish and dome welded to it. Sufficient
space for Nitrogen gas shall be provided inside the body, above the powder filling.
The Neck Ring shall be externally threaded - the threading portion being 1.6 cm. The
filler opening in the neck ring shall not less than 50 mm. Discharge nozzle shall be
screwed to the hose. The design of the nozzle shall meet the performance
requirement, so as to discharge at least 85% of contents upto a throw of 4 mtrs,
continuously, at least for 15 seconds. The hose, forming part of discharge nozzle, shall
be 500 mm long, with 10 mm dia internally for 5 Kg capacity and 12 mm for 10 Kg
capacity. It shall have a pressure gauge fitted to the valve assembly or the cylinder to
indicate pressure available inside. The extinguisher shall be treated with anti-corrosive
paint, and it shall be labelled with words ABC 2.5 cm long, within a triangle of 5 cm on
each face. The extinguisher body and valve assembly shall withstand internal pressure
of 30 Kg/cm2 for a minimum period of 2 minutes. The pressure gauge shall be
imported and suited for the purpose.
The Extinguishing medium shall be primarily water stored under normal pressure, the
discharge being affected by release of Carbon Dioxide Gas from a 120 gms cylinder.
The capacity of Extinguisher, when filled upto the indicated level, shall be 9 ltr +/- 5%.
141
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The skin thickness of the Cylinder shall be minimum 4.0 mm, fabricated from Mild Steel
sheet, welded as required, with dish and dome, being of same thickness, and of size
not exceeding the diameter of body. The diameter of body to be not less than 150 mm
and not exceeding 200 mm. The neck shall be externally threaded upto a minimum
depth of 16 mm, and leaded tin bronze. The cap shall be of leaded tin bronze, and
screwed on the body upto a minimum of 1.6 cm depth, with parallel screw thread to
match the neck ring. The siphon tube to be of brass or G.I. and the strainer of Brass.
The cartridge holder, knob, discharge fittings and plunger to be of Brass/Leaded tin
bronze, and plunger of stainless steel, spring of stainless steel. The cap to have handle
fixed to it. The discharge hose shall be braided nylon, of 10 mm dia and 600 mm long,
with a nozzle of brass fitted at end.
The extinguisher shall be treated for anti-corrosion internally and externally, and
externally painted with Fire Red paint. The paint shall be stove enamelled/powder
coated. The cartridge shall be as per IS, and have 60 gm net carbon dioxide gas for
expelling. The extinguisher, body and cap shall be treated to an internal hydraulic
pressure of 25 Kg/cm2. It shall have external marking with letter A, of 2.5 cm height, in
block letters within a triangle of 5 cm each side. The extinguisher shall be upright in
operation, with the body placed on ground and discharge tube with nozzle held in one
hand to give a throw of not less than 6 mtr, and continue so for atleast 60 secs. The
extinguisher body shall be clearly marked with ISI stamp (IS 15683-2006).
The body shall be constructed of seamless tube conforming to IS:7285 and having a
convex dome and flat base. Its dia shall be maximum 140 mm, and the overall height
shall not exceed 720 mm.
The discharge mechanism shall be through a control valve conforming to IS:3224. The
internal siphon tube shall be of copper aluminium conforming to relevant
specifications. Hose Pipe shall be high pressure braided Rubber hose with a minimum
burst pressure of 140 Kg/cm2 and shall be approximately 1.0 meter in length having
internal dia of 10 mm. The discharge horn shall be of high quality unbreakable plastic
with gradually expanding shape, to convert liquid carbon dioxide into gas form. The
hand grip of Discharge horn shall be insulated with Rubber of appropriate thickness.
The gas shall be conforming to IS:307 and shall be stored at about 85 Kg/cm2. The
expansion ratio between stored liquid carbon dioxide to expanded gas shall be 1:9
times and the total discharge time (effective) shall be minimum 10 secs and maximum
25 secs. The extinguisher shall fulfill the following test pressures:
It shall be an Upright type. The cylinder, including the control valve and high pressure
Discharge Hose must comply with relevant Statutory Regulations, and be approved by
Chief Controller of Explosives, Nagpur and also bear IS marking. The Extinguisher
including components shall be IS marked.
The capacity of Extinguisher, when filled upto the indicated level, shall be 9 ltr +/- 5%.
The skin thickness of the Cylinder shall be minimum 4.0 mm, fabricated from Mild Steel
142
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
sheet, welded as required, with dish and dome, being of same thickness, and of size
not exceeding the diameter of body. The diameter of body to be not less than 150 mm
and not exceeding 200 mm. The neck shall be externally threaded upto a minimum
depth of 16 mm, and leaded tin bronze. The cap shall be of leaded tin bronze, and
screwed on the body upto a minimum of 1.6 cm depth, with parallel screw thread to
match the neck ring. The siphon tube to be of brass or G.I. and the strainer of Brass.
The cartridge holder, knob, discharge fittings and plunger to be of Brass/Leaded tin
bronze, and plunger of stainless steel, spring of stainless steel. The cap to have handle
fixed to it. The discharge hose shall be braided nylon, of 10 mm dia and 600 mm long,
with a nozzle of brass fitted at end.
The extinguisher shall be treated for anti-corrosion internally and externally, and
externally painted with Fire Red paint. The paint shall be stove enamelled/powder
coated. The extinguisher, body and cap shall be treated to an internal hydraulic
pressure of 25 Kg/cm2. It shall have external marking with letter C, of 2.5 cm height, in
block letters within a triangle of 5 cm each side. The extinguisher shall be upright in
operation, with the body placed on ground and discharge tube with nozzle held in one
hand to give a throw of not less than 6 mtr, and continue so for atleast 60 secs. The
extinguisher body shall be clearly marked with ISI stamp (IS 15683-2006).
23.1 Scope
Work under this section shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install electrically operated and
diesel driven pumps and as required by drawings and specified hereinafter or given in
the schedule of rates.
a. Electrically operated pumps with motors and diesel engine driven pumps with
diesel engine, common base plates, coupling, coupling guard and accessories.
b. Automatic starting system with all accessories, wiring and connections and
pressure switches.
c. Motor control centre.
d. Annunciation system with all accessories wiring and connections.
e. Pressure gauges with isolation valves and piping, bleed and block valves.
f. Suction strainers and accessories.
g. Vibration eliminator pads and foundation bolts.
h. Leak-off drain shall be led to the nearest floor drain.
Pumps shall be installed true to levels on suitable concrete foundations. Base plate
shall be firmly fixed by properly grouted foundation bolts.
Pumps and motors shall be truly aligned by suitably instruments. Record of such
alignment shall be furnished to the Project Manager.
All pump connections shall be standard flanged type with number of bolts as per
relevant standard requirement for the working pressure. Companion flanges shall be
provided with the pumps Manufacturers instructions regarding installation,
connections and commissioning shall be strictly followed.
Contractor shall provide necessary test certificates, type test certificates, performance
curves and NPSH curves of the pumps from the manufacturer when called for. The
contractor shall provide facilities to the Project Manager & Consultant for inspection of
143
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Seismic isolation and clamping for each pump and flexible connection on the suction
as well as the discharge side shall be provided.
The contractor shall submit with this tender a list of recommended spare parts for three
years of normal operation and quote the prices for the same as a separate submittal /
annexure.
The electric fire pump shall be suitable for automatic operation complete with
necessary electric motor and automatic starting gear, suitable for operation on 415
volts, 3 phase, 50 Hz. A.C. system. Both the motor and the pump shall be factory
assembled on a common base plate, fabricated M.S. channel type or cast iron type.
Drive
The pump shall be direct driven by means of a flexible coupling. Coupling guard shall
also be provided.
Fire Pump
The fire pump shall be horizontally mounted multistage centrifugal type. It shall have a
capacity to deliver 2280 lpm as specified, and developing adequate head so as to
ensure a minimum pressure of 3.5 Kg/Sq.cm at the highest and the farthest outlet.
The pump shall be capable of giving a discharge of not less than 150 per cent of the
rated discharge, at a head of not less than 65 per cent of the rated head. The shut off
head shall be within 120 per cent of the rated head.
The pump casing shall be of cast iron to grade FG 200 to IS: 210 and parts like
impeller, shaft sleeve, wearing ring etc. shall be of non-corrosive metal like
bronze/brass/gun metal. The shaft shall be of stainless steel. Provision of mechanical
seal shall also be made. Bearings of the pump shall be effectively sealed to prevent
loss of lubricant or entry of dust or water.
The pump shall be provided with a plate indicating the suction lift, delivery head,
discharge, speed and number of stages. The pump casing shall be designed to
withstand 1.5 times the working pressure.
Provision of Jockey Pump shall be made. The pump shall be vertical SS type and of
detail as in schedule of quantity. Contractor shall verify that the capacity of the Jockey
pump shall not be less than 3% (Minimum 180 LPM) and not more than 10% of the
installed pump capacity.
Motor
The motor shall be squirrel cage A.C. induction type suitable for operation on 415 volts
3 phase 50 Hz. system. The motor shall be totally enclosed fan cooled type conforming
to protection clause IP 55. The class of insulation shall be F. The synchronous speed
shall be 1500 RPM as specified. The motor shall be rated for continuous duty and shall
have a horse power rating necessary to drive the pump at 150 per cent of its rated
discharge with at least 65 per cent rated head. The motor shall conform to
144
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
I.S.325-1978.
Motor Starter
The motor starter shall be as per detail in MCC. The unit shall include suitable current
transformer and ammeter of suitable range on one line to indicate the current. The
starter shall not incorporate under voltage, no voltage trip overload or SPP.
The starter assembly shall be suitably integrated in the power and control panel for the
wet riser system & sprinkler system.
General
The diesel pump set shall be suitable for automatic operation complete with necessary
automatic starting gear, for starting on wet battery system and shall be complete with
all accessories. Both engine and pump shall be assembled on a common base plate.
Drive
The pump shall be only direct driven by means of a flexible coupling. Coupling guard
shall also be provided. The speed shall be 1500 RPM as specified.
Fire Pump
The fire pump shall be horizontally mounted centrifugal multi stage. It shall have a
capacity to deliver as specified, and developing adequate head so as to ensure a
minimum pressure of 3.5 Kg/Sq.cm at the highest and the farthest outlet. The pump
shall be multi stage as specified. The pump shall be capable of giving a discharge of
not less than 150% of the rated discharge at a head of not less than 65% of the rated
head. The shut off head shall be within 120% of the rated head. The pump casing shall
be of cast iron to grade FG 200 to IS 210 and parts like impeller, shaft sleeves,
wearing-ring etc. shall be of non-corrosive metal like bronze/brass/gun metal. The
shaft shall be stainless steel. Provision of mechanical seal shall also be made. The
pump casing shall be designed to withstand 1.5 times the working pressure. Bearing of
pump shall be effectively sealed to prevent loss of lubricant or entry of dust or water.
Diesel Engine
Engine Rating - The engine shall be cold starting type without the necessity of
preliminary heating of the engine cylinders or combustion chamber (for example, by
wicks, cartridge, heater, plugs etc.). The engine shall be multi cylinder/vertical 4 stroke
cycle, aircooled, diesel engine, developing suitable HP at the operating speed
specified to drive the fire pump. Continuous capacity available for the load shall be
exclusive of the power requirement of auxiliaries of the diesel engine, and the after
correction for altitude, ambient temperature and humidity for the specified
environmental conditions. This shall be at least 20% greater than the maximum HP
required to drive the pump at its duty point. It shall also be capable of driving the pump
at 150% of the rated discharge at 65% of rated head. The engine shall be capable of
continuous non-stop operation for 8 hours and major overhaul shall not be required
before 3000 hours of operation. The engine shall have 10% overload capacity for one
hour in any period of 12 hours continuous run. The engine shall accept full load within
15 seconds from the receipt of signal to start. The diesel engine shall conform to BS
649/IS 1601/IS 10002, all amended up to date.
145
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
b. Fuel System - The fuel shall be gravity fed from the engine fuel tank to the engine
driven fuel pump. The engine fuel tank shall be mounted either over or adjacent to the
engine itself or suitably wall mounted on bracket. The fuel filter shall be suitably located
to permit easy servicing.
All fuel tubing to the engine shall be with copper, with flexible hose connections where
required. Plastic tubing shall not be permitted.
The fuel tank shall be of welded steel construction (3 mm. thick) and of capacity
sufficient to allow the engine to run on full load for at least 8 hours. The tank shall be
complete with necessary wall mounted supports, level indicator (protected against
mechanical injury) inlet, outlet, overflow connections and drain plug and piping to the
engine fuel tank. The outlet shall be so located as to avoid entry of any sediments into
the fuel line to the engine.
As semi rotary hand pump for filling the daily service tank together with hose pipe 5
mtr. Long with a foot valve etc. shall also form part of the scope of supply.
c. Lubricating Oil System- Forced feed Lub. Oil system shall be employed for
positive lubrication. Necessary Lub. oil filters shall be provided, located suitably for
convenient servicing.
d. Starting System- The starting system shall comprise necessary batteries (2x24v),
24 volts starter motor of adequate capacity and axle type gear to match with the
toothed ring on the fly wheel. Bi metallic relay protection to protect starting motor
from excessively long cranking runs suitably integrated with engine protection
system shall be included within the scope of the work. The capacity of the battery
shall be suitable for meeting the needs of the starting system. The battery capacity
shall be adequate for 10 consecutive starts without recharging with cold engine
under full compression. The scope shall cover all cabling, terminals, initial charging
etc.
e. Exhaust System - The exhaust system shall be complete with silencer suitable for
indoor installation and silencer piping including bends and accessories needed for
a run of 5 metre from the engine manifold.(Adjustment rates for extra lengths shall
also be given). The total back pressure shall not exceed the engine manufacture's
recommendation. The exhaust piping shall be suitably supported.
146
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
f. Engine shut down mechanism- This shall be auto/ manually operated and shall
return automatically to the starting position after use.
i. Pipe Work - All pipe lines with fittings and accessories required shall be provided
for fuel oil, lub.oil and exhaust systems, copper piping of adequate sizes, shall be
used for Lub.oil and fuel oil. M.S. piping will be permitted for exhaust.
On the main fire sprinkler and hydrant headers near pump sets a 150 mm dia by-pass
valve located in an accessible location shall be provided along with a rate of flow rota
meter calibrated in 1 pm and able to read 200% of the rated pump capacity. The
delivery shall be connected to the fire tank. Each and every pump set assembly shall
be provided with suction valve (only for positive suction head), discharge valve,
non-return valve and 150 mm dia Bourdon type pressure gauge with isolation valve.
On all suction and delivery lines double flanged reinforced neoprene flexible pipe
connectors shall be provided. Connectors should be suitable for maximum working
pressure of each pipe line on which it is mounted and tested to a test pressure of 1:5
time the operating pressure. Length of the connector shall be as per manufacturers
standard.
147
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
23.7 Interlocking
The following inter-locking between the two main fire pumps (i.e. wet riser pump &
sprinkler pump), the jockey pump and the diesel engine driven pump.
Only one category of pumps will work at a time i.e. either jockey pump or main fire
pumps (wet riser and sprinkler, wet riser and sprinkler can come up at a time) or diesel
driven pump.
Pressure Switches mounted on the pressure vessel would be set as under (all
figures in kg/cm2).
Operating Conditions for the Service Pumps
Fire Service Nos. Cut in Cut Out Remarks
Pump Pressure Pressure
Jockey pump One 6.5 Kg/cm2 7.0Kg/cm2 To auto start and auto stop
on pressure switch on air
vessel to stop.
Main pump One 6.0 Kg/cm2 Push button To auto start on pressure
manual switch on air vessel and
manual off.
2
Diesel Fire One 5.0 Kg/Cm Push button To auto start on pressure
Pump manual switch on air vessel and
manual off.
One solid state electronic annunciation panel, fully wired with visual display and
audible alarm unit shall be provided to indicate :
a. Flow condition in any flow switch indicating the area of distress and fire alarm.
b. Starting and stopping of each hydrant / sprinkler pump.
c. Starting and stopping of each jockey pump.
d. Failure of Hydrant / Sprinkler pump to start.
e. High level in fire water storage tank compartment.
f. Low level in fire water storage tank compartment.
g. Low level in HSD day tank of the fire pump.
The panel shall be factory fabricated, wired and tested. All details shall be submitted
with the tender.
The annunciation panel shall be located in the security office / reception on the ground
floor or as instructed by the Project Manager.
148
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The pump set shall be mounted on rolled steel channels and 150 mm thick inertia block
spring and ribbed neoprene vibration isolation mounting shall support the inertia block
onto a 100 mm thick concrete plinths. The spring mountings shall have a maximum
deflection of 15 mm. Reference shall be made to the section on Nose and Vibration
for further technical requirements.
PART 15
COMMISSIONING & GUARANTEE
1. SCOPE OF WORK
Work under this section shall be executed without any additional cost. The rates
quoted in this tender shall be inclusive of the works given in this section.
Contractor shall provide all tools, equipment, metering and testing devices required for
the purpose.
All tests shall be made in the presence of the Consultants or his representative or any
inspecting authority.
At least five working days notice in writing shall be given to the inspecting parties
before performing any test.
Water flow rates of all equipment and in pipe lines through valves shall be adjusted to
design conditions.
Contractor shall ensure proper balancing of the hydraulic system and for the pipes /
valves installed in his scope of work by regulating the flow rates in the pipe line by
valve operation. The contractor shall also provide permanent Tee connection (with
plug) in Fire water lines for ease of installing pressure gauge, temperature gauge &
rota meters. Contractor shall also supply all required pressure gauge, temperature
gauge & rotameter for system commissioning and balancing. The balancing shall be to
the satisfaction of Consultant / Project Manager.
Three copies of all test results shall be submitted to the Engineer in A4 size sheet
paper within two weeks after completion of the tests.
2. PRE-COMMISSIONING
a. Prior to start-up and hydraulic testing, the Contractor shall clean the entire
installation including all fitments and pipe work and the like after installation and
keep them in a new condition. All pumping systems shall be flushed and drained at
least once through to get rid of contaminating materials. All pipes shall be rodded to
149
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ensure clearance of debris, cleaning and flushing shall be carried out in sections as
the installation becomes completed.
c. When the entire systems are reasonably clean, a pre-treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at all
outlets during pretreatment. The pre-treatment chemical shall remove oil, grease
and foreign residue from the pipe work and fittings; Pre-condition the metal
surfaces to resist reaction with water or air. Establish an initial protective film; After
pre-treatment, the system shall be drained and refilled with fresh water and left until
the system is put into operation. Details and procedures of the pre-treatment shall
be submitted to the Consultant/Client for approval.
d. Check all clamps, supports and hangers provided for the pipes.
e. Check all the equipment, piping and valves coming under hot water system and
operate each and every valve on the system to see if the valves are functioning
properly. Thereafter conduct & hydro test of the system.
f. Fill up pipes with water and apply hydrostatic pressure to the system as given in the
relevant section of the specification. If any leakage is found, rectify the same and
retest the pipes.
a. Check all hydrant valves by opening and closing : any valve found to be open shall
be closed.
b. Check all the piping under hydro test.
c. Check that all suction and delivery connections are properly made for all pump
sets.
d. Check rotation of each motor after decoupling and correct the same if required.
e. Test run each pump set.
f. All pump sets shall be run continuously for 8 hours (if required with temporary
piping back to the tank).
a. Pressurise the fire hydrant system by running the jockey pump and after it attains
the shutoff pressure of the pump , then.
b. Open bypass valve and allow the pressure to drop in the system. Check that the
jockey pump cuts-in and cuts-out at the preset pressure. If necessary adjust the
pressure switch for the jockey pump. Close by-pass valve.
c. Open hydrant valve and allow the water to below into the fire water tank in order to
avoid wastage of water. The main fire pump shall cut-in at the preset pressure and
shall not cutout automatically on reaching the normal line pressure. The main fire
pump shall stop only by manual push button. However the jockey pump shall
cut-out as soon as the main pump starts.
d. Switch off the main fire pump and test check the diesel engine driven pump in the
same manner as the electrically driven pump.
150
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
e. When the fire pumps have been checked for satisfactory working on automatic
controls, open fire hydrant valves simultaneously and allow the hose pipes to
discharge water into the fire tank to avoid wastage.
f. Check each landing valve, male and female couplings and branch pipes, for
compatibility with each other. Any fitting which is found to be incompatible and do
not fit into the other properly shall be replace by the Contractor. Each landing valve
shall also be checked by opening and closing under pressure.
Sprinkler System
a. Start the sprinkler pump and develop the required pressure in the sprinkler pipes.
b. Open the test valve to test the automatic starting of the pump. If necessary, make
necessary adjustments in the setting of pressure switch. The sprinkler water gong
alarm shall also operate when the test valve is open. This operation is to be done
for each and every section of the sprinkler system and the alarm for each section
(via flow switch) shall be checked for operation.
c. After satisfactory operation of the pump the Contractor shall set up mock fire and
test the system
d. Check all annunciations by simulating the alarm conditions at site.
As and when notified in writing or instructed by the Consultants, the Contractor shall
submit shop drawing and attend all tests and inspections carried out by Local Fire
Authorities, Water Authority and other Statutory Authorities, and shall forthwith
execute free of charge any rectification work ordered by the CFO as a result of such
tests and inspections where these indicate non-compliance with Statutory
Regulations. Some of these tests may take place after the issue of Practical
Completion of the Main Contract and the Contractor shall make all allowances in this
respect.
The Contractor shall be responsible for the submission of all necessary forms and
shop drawings to the Statutory Authorities which shall conform in layout to the latest
architectural plans submitted to and kept by these Authorities.
The submission shall comply with the requirements set forth in the current Codes of
Practice and circular letters of the Statutory Authorities. The shop drawings to be
submitted shall be forwarded to the Architect/Consultants for checking before
submission.
The Contractor shall allow for at least two submissions of complete sets of shop
drawings to the Authorities, one to be made within six months after the award of the
Contract but not less than six weeks before the inspection. The Consultants may at his
discretion instruct the Contractor for additional submissions to the Local Authorities
whenever necessary.
The Contractor shall notify the Consultants at least seven days in advance of his
application for local Authority tests and inspections. On receipt of a confirmed date for
test and inspection the Contractor shall inform the Consultants without delay.
151
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Following commissioning and inspection of the entire installation, and prior to issue of
the Completion Certificate, the Contractor shall carry out final acceptance tests in
accordance with a program to be agreed with the Consultants.
Should the results of the acceptance tests show that plant, systems and/or equipment
fail to perform to the efficiencies or other performance figures as given in this
Specification, the Contractor shall adjust, modify and if necessary replace the
equipment without further payment in order that the required performance is obtained.
Where acceptance tests are required by the relevant Authorities having jurisdiction,
these tests shall be carried out by the Contractor prior to the issue of Completion
Certificate to the acceptance of the Authorities.
Any item of plant or system or component which fails to comply with the requirements
of this Specification in any respect whatsoever at any stage of manufacture, test,
erection or on completion at site may be rejected by the Consultants either in whole or
in part as he considers necessary/appropriate.
After works have been accepted, the Contractor may be required to carry out assist in
carrying out additional performance tests as reasonably required by the
Consultants/Employer.
The Contractor shall warrant that all plant, materials and equipment supplied and all
workmanship performed by him to be free from defects of whatsoever nature before
handover to the Owner.
All testing and commissioning shall be done by the Contractor to the entire satisfaction
of the Owners site representative and all testing and commissioning documents shall
be handed over to the Owners site representative.
The Contractor shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the Owners
site representative.
Check all hydrant & other valves by opening and closing. Any valve found to be open
shall be closed.
Check all clamps, supports and hangers provided for the pipes.
152
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
All the pump sets shall be run continuously for 30 minutes (with temporary piping back
to tank from the nearest hydrant, using canvas hose pipes).
Fire Hydrant System - Pressurise the fire hydrant system by running the jockey pump
and after it attains the shutoff pressure of the pump, then Open bypass valve and allow
the pressure to drop in the system. Check that the jockey pump cuts-in and cuts-out at
the preset pressure. If necessary adjust the pressure switch for the jockey pump.
Close by-pass valve. Open hydrant valve and allow the water to flow into the fire water
tank in order to avoid wastage of water. The main fire pump shall cut-in at the preset
pressure and shall not cutout automatically on reaching the normal line pressure. The
main fire pump shall stop only by manual push button. However the jockey pump shall
cut-out as soon as the main pump starts. Operate booster pump continuously for 30
minutes with piping back to underground tanks from the hydrant nearest to plant room.
Check each landing valve, male and female couplings and branch pipes, for
compatibility with each other. Any fitting which is found to be incompatible and do not fit
into the other properly shall be replaced by the Contractor. Each landing valve shall
also be checked by opening and closing under pressure.
PART 16
TECHNICAL DATA SHEETS
Make / Manufacturer :
Quantity :
Liquid Handed :
Liquid Temp deg.C :
Special Gravity of Liquid :
Suction :
Rated Discharge :
Actual Discharge :
Model :
Horizontal / Design :
Speed / No. of Stages :
Impeller Dia (Maximum) :
Suction / Delivery Size :
Efficiency at Rated Capacity & Head :
KW required at rated capacity & head :
Shut Off Head :
Material of Construction
Pump Casing :
Impeller :
Pump Shaft :
Shaft Sleeve :
Casing Wearing Ring :
Base Plate :
Mechanical Seal :
153
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
154
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Type :
Frame size :
Speed (RPM) :
Rated Capacity (Power) :
Full load current :
Enclosure :
Coupling / Pulley :
No of Cylinder :
Fuel Pump & Water pump detail :
Engine Cooling & Oil System :
Diesel Oil tank capacity :
Fuel Oil storage shall ensure working of
pump for number of hours :
Size of Foundation
For complete coupled set mounted over
MS base frame :
3 Jockey Pump
(Please submit separate data sheet for each type of pump)
Liquid Handed :
Liquid Temp deg.C :
Special Gravity of Liquid :
Suction :
Rated Discharge at Low Zone Head :
Rated Discharge at High Zone Head :
Actual Discharge at Low Zone Head :
Actual Discharge at High Zone Head :
Model :
Horizontal / Design :
Speed / No. of Stages :
Impeller Dia (Maximum) :
Suction / Delivery Size :
Efficiency at Rated Capacity & Head :
KW required at rated capacity & head :
Shut Off Head : :
Material of Construction
Pump Casing :
Impeller :
Pump Shaft :
Shaft Sleeve :
Casing Wearing Ring :
Base Plate :
Mechanical Seal :
Make of Mechanical Seal :
Description of Motor
Make :
Model No. :
Type :
Frame size :
Speed (RPM) :
Rated Capacity (Power) :
Full load current :
Enclosure :
Coupling / Pulley :
Size of Foundation
155
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4. PIPING
15 NB TO 50 NB :
15 TO 50 NB Fittings :
65 NB TO 150 NB Pipes :
65 NB TO 150 NB Fittings :
200 NB ONWARDS Pipes :
200 NB ONWARDS Fittings :
Flanges :
Gaskets :
5. HYDRANT VALVES
Technical Specifications :
Make :
Working Pressure :
Code for Design Mft. :
Construction Features
Type of Stem :
Type of Inlet :
Type of Outlet :
Flange Drilling :
Material of Construction
Body and Bonnet :
Stop Valve, Valve Seat :
Check nut & gland nut :
6. PRESSURE GAUGE
Technical Specifications :
Make :
Working Pressure :
Code for Design Mft. :
Scale range :
Construction Features
Case :
Pointer :
Dial Size :
Dial Lettering :
Process Connection :
Material of Construction
Case :
Movement :
Block :
7. PRESSURE SWITCHES
Technical Specifications
Make :
Working Pressure :
Scale range :
Construction Features
156
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Protection :
Cable Entry :
Process Connection :
Repeatability :
Switch :
Type : :
No. of contacts :
Contact Rating :
Material of Construction
Enclosure :
Pressure element :
Wetted Parts :
8. ELECTRICAL ACCESSORIES
PART 17
LIST OF BUREAU OF INDIAN STANDARDS CODES
All equipment, supply, erection, testing and commissioning shall comply with the
requirements of Indian Standards and code of practices given below as amended upto
30th April, 2002. All equipment and material being supplied by the contractor shall
meet the requirements of IS, electrical inspectorate and Indian Electricity rules and
other Codes / Publications as given below:
IS : 1239 (Part 1) Mild steel, tubes, tubulars and other wrought steel fittings: Part 1
Mild Steel tubes.
IS : 1239 (Part 2) Mild Steel tubes, tubulars and other wrought steel fittings: Part 2
Mild Steel tubulars and other wrought steel pipe fittings.
157
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2. Valves
IS : 778 Specification for copper alloy gage, globe and check valves
forwater works purposes.
IS : 780 Specification for sluice valves for water works purposes (50 mm to
300 mm size).
IS : 1703 Specification copper alloy float valves (horizontal plunger type) for
water supply fittings.
IS : 3950 Specification for surface boxes for sluice valves
IS : 5312 (Part 1) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.
IS : 5312 (Part 2) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.
IS : 13095 Butterfly valves for general purposes.
158
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
IS 5714 Specification for coupling, branch pipe, nozzle, used in hose reel tubing for fire
fighting.
IS : 8423 Specification for controlled percolation type hose for fire fighting.
IS : 10658 Specification for higher capacity dry powder fire extinguisher (trolley
mounted).
IS : 11460 Code of practice for fire safety of libraries and archives buildings.
IS : 13039 External hydrant systems Provision and maintenance Code of practice.
PART 18
Specifications for Pre-Engineered Steel Building / Shed (s) as described below:
The building/shed will consist of all components required to construct the primary and
secondary framing (wind bents, wall & roof purlins) plus the wall and roof cladding. The
contractor will complete the work on Design & Build basis. The contractor will get the shed
designed from the approved suppliers/firms and get the designs approved from RITES LTD.
The contractor will then get its designs proof checked from a reputed IIT (as approved
by RITES LTD) and on approval shall proceed for construction.
The contractor will also give a 10 year leak proof guarantee for the pre-engineered buildings
/ sheds from the date of completion/handover. In case of leakage the same will be repaired
free of cost
The pre-engineered buildings shall be designed according to the following codes :
Design Codes
Seismic Load As per IS 1893 -2002(Zone 5)
Wind Load IS -875
Design IS -800 -2007(LIMIT STATE)
Design Loads
Live Load 0.75 kN/m2
Dead Load 0.15 kN/m2
Wind Speed 47m/s
A. General Features
159
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
(1) Roof Lighting panel: 2 mm thick FRP day lighting panels for 2% of roof area for
Passenger Terminal Building and Cargo Building and 4% for toilet blocks, rummaging shed,
warehouse
(2) The Roof sheeting for Passenger Terminal Building and Cargo Building Roofing :
Double Skin Roofing System with top 0.50mm TCT Hi-Rib Colour Coated Galvalume sheet
and & bottom sheet 0.47mm TCT Hi-Rib Bare Galvalume sheet with 50mm thick x 24 kg/m3
density Glass Wool Insulation and sub-girts
(3) The Roof sheeting for other buildings: toilet block, rummaging shed,
warehouse: Single Skin 0.50mm hi-rib colour coated galvalume profile panel
Structural Members:
Frame: Supply of Primary (Built-up) sections are fabricated from hot rolled steel plates
conforming to ASTM A 572M Grade 50 or equivalent with minimum yield strength of 345 MPa.
Flanges are welded to the web by a continuous single side fillet weld deposited by an
automatic submerged arc welding process. The Built up frame shall be shot blast & primed
with one coat of primer paint applied as per standards.
Supply of Galvanized secondary members are cold-formed from steel coils conforming to
ASTM A 653M Grade 65 or equivalent , with zinc coating to Z275 designation (275 g/m2) on
both surfaces & having a minimum yield strength of 450 MPa.
Roofing panel :
Supply of MR-24 type monolithic/seamless roofing system, factory pre-punched profiled sheet
of nominal 600 mm effective cover width with two major corrugations, 50 mm high (80 mm
including seam). The flat of the panel shall contain cross flutes 430 mm on the pan centre
perpendicular to the major corrugations over the entire length of the panel. The feed material
is manufactured from 0.60 mm Base Metal thickness (BMT), min. 345 MPa yield strength
coated with hot dip metallic Aluminium /Zinc alloy coating, Zincalume AZ150 as 150 gms/
sq.mt total on both sides of Aluminium (55%) & Zinc (43.50 %) & Silicon (1.50%), conforms to
ASTM792M or AS1397, or, any other equivalent roofing system . The steel manufacturers test
certificate for the chemical and mechanical properties of steel shall be submitted for approval
by the concerned authority prior to installation. The sheet shall have brand marking of the
manufacturer on the back of the sheet at every 1 m c/c for confirming genuinity of the material.
Specially designed roof clips shall be used to hold roof panels to the supporting structural
member. The clip is designed to move freely in both directions to take care of thermal
expansion and contraction. The supporting structural member (galvanized purlins) shall be
factory pre-punched as per design requirements. Panel side laps shall be field-seamed by roof
runner seaming machine which is self-propelled and portable electrical lock-seaming
machine. The machine field forms the final 180 degrees of a 360 degree double-lock standing
seam, all side lap sealant shall be factory applied butyl rubber hot metal sealant. The
insulation shall be vinyl membrane supported fiberglass blanket of thickness 50 mm with
160
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
density 12 kg/m3 (or as per design requirement) shall be approved by concern authority. The
panel end lap shall be joined by mean of a two piece clamped connection consisting of a
bottom reinforcing plate and top panel strap. Accessories such as ridge capping, flashing;
trims, gutter and down pipe shall be used for fixing roof system which shall be approved by
Engineer-in-charge. Scrubolt type fastener shall be used for fixing roof system.
Wall Panels:
Shadowrib 900 type panels are roll formed from nominal 0.45 mm base metal thickness of
minimum yield strength of 550 MPa, coated with an aluminum /zinc alloy (i.e. Zincalume
Steel), AZ150 (min 150 gm/m2 total on both side), conforms to Australian standard AS1397,
pre-painted with Colorbond steel quality paint coat as per AS/NZS 2728 Class 3 or any other
equivalent panel. The paint finish thickness shall have a total coating thickness of nominal 35
m, comprising of nominal 20 m on exterior face and nominal 5 m reverse coat on interior
face over nominal 5 m epoxy primer coat on both surfaces of approved colour shade by
concern authority. The steel manufacturer's test certificate for the chemical and mechanical
properties of steel shall be submitted for approval by the concerned authority prior to
installation. The sheet shall have brand marking of the manufacturer giving product details on
the back of the sheet at every 1 meter c/c for confirming genuinity of the material.
Profile dimensions:
SHADOWRIB rib profile of 900 mm effective cover width, min. 38 mm deep ribs at pitch of min.
300 mm centre to centre distance with two stiffeners between the ribs.
OR
Any other equivalent material.
Trims & Gutters: Wall flashing and trims (gable, corner, framed opening, accessories, etc.)
are manufactured from same color, finish and thickness as wall panels
Roof flashing and trims (parapet flashing, transition trims, expansion joint trims and ridge
caps) are manufactured from same color, finish and thickness as roof panels.
Eave gutters and downspouts are cold-formed from the same material as wall panels
Protection accessories:
SKYWEB II type protection netting shall be provided.
Other Accessories:
Anchor bolts are manufactured from rods conforming to ASTM A 36M Grade 36 or equivalent
with minimum yield strength of 240 MPa and an ultimate strength of 400 MPa.
Bracing rods, used in sidewalls of buildings supporting cranes are solid plain round steel bars
conforming to ASTM A36 M or equivalent with minimum yield strength of 240 MPa.
Flange braces used to stabilize the inner flanges of main frame columns and rafters are 50
mm x 50 mm x 4 mm steel angles conforming to ASTM A 36M (or equivalent) with a minimum
yield strength of 240 MPa
Roof Fixing Clip: Specially designed roof clips shall be used to hold MR-24 roof panels to the
supporting structure member. The clip shall be design to move freely in both direction to take
care of thermal expansion and contraction. The supporting structural member (galvanized
Purlin) shall be factory pre-punched as per design requirements.
Panel End lap: The panel lap shall be joined by means of a two-piece clamped connection
161
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
consisting of a bottom reinforcing plate and a top panel strap as per approved design and to
the satisfaction of Engineer-In-Charge. All other special accessories should also be factory
fabricated including flashings, ridge cap,gutter, downpipe etc.
Sealant: Special grade of silicon sealant non-hardening, neutral cure type of approved make
and grade shall be applied at all side laps and endlaps (with flowable mastick) as approved by
engineer-in-charge.
Bead mastic is an extruded elastomeric butyl rubber based sealant supplied in rolls on silicon
release paper conforming to Federal Specification TT-C-1796 A Type II Class B (or
equivalent).
Flowable mastic (caulking sealant) is a neutral cure silicone rubber sealant that is chemically
inert and non corrosive. It is UV resistant and suitable for exterior applications against
weathering and rainwater. When cured it is non-toxic and will accommodate high thermal and
shrinkage changes in structural movement joints.
Foam closures match the panel profile. They are made of expanded polyurethane or
similar material.
Fasteners: The panel clip shall be fastened to structural members with Scrubolt fastener or
equivalent material. The size of the fastener shall be as per the manufacturers
recommendation and as approved by engineer-in-charge.
Insulation: The insulation shall be vinyl membrane supported fiberglass blanket of thickness
50 mm with density min 12 kg/m3 (or as per design requirement) and as approved by
engineer-in-charge.
162
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Grouting - Grouting under column base plates with high strength grout.
Crane beam, brackets, crane rails and crane
Electricity & Water required during work at site.
Proof checking by a reputed IIT (as approved by RITES LTD).
The contractor will be required to submit design calculation in support of the proposed
profile of the sheet and standard loading etc. to the satisfaction of RITES LTD. The
contractor shall also submit methodology for fixing and also a maintenance manual for
routine maintenance.
Special flashing, ridge capping and trims shall be fixed as per manufacturers
recommendation. The shape and girths shall be as per design requirement and shall
be approved by RITES LTD.
Panel clips shall be positioned by matching the hole in the clip with the
factory-punched holes in the secondary structural members.
Panel shall be positioned and properly aligned by matching the factory punched holes
in the panel end with the factory punched holes in the eave structural member and
by aligning the panel with the panel clip.
Panel endlap, when required, shall be at least 150mm sealed with neutral-cure sealant
and fastened together by clamping plates. Sealant shall contain hard nylon beads
which prevent it from flowing out due to clamping actions. The panel lap shall be joined
by means of a two-piece clamped connection consisting of a bottom reinforcing
plate and a top panel strap. The panel endlap shall be located directly over, but not
fastened to, a supporting secondary roof structural member and be staggered, so as to
avoid a four panel lap splice condition.
The contractor shall ensure that panel erector is familiarized with the erection
procedure and all the supporting members are straight, level and true before starting
panel erection. Panels shall be erected according to approved shop drawings by
RITES LTD.
Measurement:
The pre-engineered shed (length & breadth) shall be measured from outer face of
columns on one side and the projected edge of canopy on the other side. In case there
is no canopy, than the sheds will be measured from outer face of columns on both
sides. If there is one side canopy, 50% area of canopy shall be measured.
No separate payment will be made for the laps of sheet and accessories, bolts, nuts,
washers, adjustable bolts and supports for gutters and other fixtures. These are
assumed to be included in the quoted rates.
Civil works like foundation, columns, plinth beams, Brick walls, , plaster, door/windows,
flooring, electrical/water supply/ sanitary works, fixture/fittings, etc. shall be measured
163
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Note: The contractor shall prepare the shop drawings based on the drawings
supplied by the Engineer-in-Charge or the concern authority. These shall be
submitted in five sets sufficiently in advance to the concern authority for
approval.
3. Misc:-
Rod bracing, flange bracing, misc. steel components such as clips etc shall be out of 240/250
Mpa steel conforming to IS 2062.
4. Structural Hardware:-
All primary steel connections shall be established using high tensile Gr. 8.8 fasteners. Anchor
bolts and misc. steel connections shall be done by Galvanised Gr. 4.6 fasteners.
5. Roofing + Insulation:-
SS-2000 Standing Seam profiled panels having wide pans with 460 mm cover width, 50 mm
pan depth, manufactured out of 0.65mm TCT Hi-tensile Bare Galvalume Steel (AZ-150, 150
gsm/m2 zinc - aluminium alloy coating mass, 550Mpa yield strength) with with 50mm thick x
12 kg/m3 density Glass Wool Insulation with vinyl membrane and laid over GI weld mesh
50x50x1.6mm.
6. Wall Cladding:-
Single Skin 0.50 mm TCT Hi-Rib having cover width 1020mm, Colour Coated Galvalume,
AZ150, 550Mpa profiled panels above 3.0m high brick wall in both end wall and in both side
wall above 4m (3m brick wall and 1m louver).
164
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
TECHNICAL SPECIFICATIONS
MAIN FRAME Hollow Steel Pipe Framing 5858mm & Bracing with 3838mm.
OUTER CLADDING 10mm thick Silica Fiber Board covered epoxy and P.U.
Texture/Silicon Coating.
INNER CLADDING Laminated both side with 8mm Fiber Board Walls/5mm thick
both side reinforced Bakelite lining.
ROOFING G.I Sheet Profile in Sloping/Hut/Plane shape insulated with 8 Feet Height
Inside.
FLOORING C.C. Platform to be provided or if required with 16mm thick Silica Fiber
Board over Steel frame with flanges at additional cost.
DOORS/WINDOWS Flush doors, Wall finish 35mm thick and Aluminum Sliding
Windows.
LIGHTING Concealed Brass Fitting with Anchor Switches and Sockets Concealed
Copper Wiring.
PAINTING P.U. Texture coating on Outer Wall of desired shade with classic texture
finish covered with Silicon Coating.
OUTER CLADDING
Density : 1250 Kgs/m3
Compressive Strength : 15N/mm2
Moisture Content : 9% 3%
Surface Alkalinity : pH between 11 and 13
Moisture of Elasticity : 3000N/mm2
Nail Holding Power : 205 Kg
Bending Strength : 9N/mm2
Screw Holding Power : 312 Kg
Transverse tensile strength : 0.4N/mm2
Sound Insulation : 30db to 60 db
INTERNAL CLADDING
Density : 700-850 kg/m3
Water Absorption : 24 hours soak 6%
Internal Bond : 8-10 kg/cm2
165
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
WATER ABSORPTION Swelling = 0.31% approx, under relative humidity of air from
30% to 95% at 20C
FLAME RETARDATION TEST Fire extinguishers itself within 15 sec. if kept over a
flame for 60 sec.
CRACKING TEST No effect even at 70C for 24 hours or 100C for 2 hours.
GENERAL
The installation shall conform in all respects to Indian standard Code of Practice for
Electrical Wiring Installation IS 732 as amended up to date, CPWD specifications and
National Electric Code'. It shall also be in conformity with the current I.E. Rules and
Regulations and requirements of the local Electric Supply Authority and Fire Insurance
regulations in-so-far-as these become applicable to the installation.
Electrical work in general shall be carried out as per following CPWD Specifications with
upto date amendments.
In general, the materials equipment and workmanship not covered by the above, shall
confirm to the Indian Standards (latest edition) unless otherwise called for.
(A) SCOPE
The work to be carried out under this contract comprises of the Internal, External
electrification, sub-station work etc. at Dawki (India). The Contractor shall carry out and
166
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
complete the said work under this contract in every respect in conformity with the CPWD
specifications and current rules and regulations of the local electricity Supply authority,
Department of Electrical Safety (State Administration), State / District Fire Service, State
Pollution Control Board, state government/national building code / Central government / or
any other statuary bodies/ the Bureau of Indian Standard and with the directions of and to
the satisfaction of the Engineer In charge. The Contractor shall furnish all labour, supply and
install all materials, appliances, equipments necessary for the complete provision and
testing of the whole Electrical Installation as specified herein and shown on the drawings.
This also includes any material, appliances, equipment not specifically mentioned herein or
noted on the drawings as being furnished or installed but which are necessary and
customary to make complete installation with all outlets for power, light, telephone conduits
and other electrical systems shown on the schedule or described herein, properly connected
and in working conditions. The work shall include all incidental jobs connected with electrical
installation such as excavation (all type of earth) of trenches and back filling, with sand &
brick protection, cutting of wall / RCC slab, drilling and grouting for fixing of fixtures,
equipment etc and making the same good.
In general the work to be performed under this contract shall comprise of the following:
a. Supply, installation, testing & commissioning of Area lighting with High mast and Light
fixtures.
c. Supply, installation, testing & commissioning all conduit /pipes, junction boxes and
cabling for Fire Detection & Alarm, external PA, Out door CCTV systems and
telephone connectivity with their allied system.
e. Supply, installation, testing & commissioning of Aviation Obstruction Light & Lightning
Protection System with high mast towers & High mast panel.
j. Supply, installation, testing & commissioning of DG sets with exhaust system as per
CPCB norms.
k. Obtaining & delivering to the owner all the statuary Clearances and Approval
from all statutory authorities for Electrical & DG Works like Electrical Inspector
Safety / Pollution Control Board / District Fire Service, etc.
m. Sanction of load with scheme, energisation & handing over of all the above
systems to the owner.
167
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Inter-connection Drawing.
Any other work/activity that is not listed above however is necessary for
completeness and correctness of electrical system.
All minor civil works associated with earthling, system, lighting and power
panels / distribution boards, in walls for light points switch boxes, receptacles
and their drops etc. such as fixing of anchor bolts, clamps, cleats, cutting of
chases in wall, ceiling including refilling and plastering etc. of the same.
2.0 DRAWINGS
The drawings, specifications and bills of quantities shall be considered as a part of this
contract and any work or materials shown on the drawings and not called for in the
specifications or vice-versa, shall be executed as if specifically called for in both. The
contract drawings indicate the extent and general arrangement of various equipment
and wiring, etc. and are essentially diagrammatic. The drawings indicate the point of
termination of cables/conduit runs and broadly suggest the routes to be followed. The
work shall be executed as per approved working drawings, subject to any minor
changes, if found essential to co-ordinate installation of this work with other trades. All
such changes shall be without any additional major cost to the owners. The data given
in the documents and drawings are approximate & their complete accuracy is not
guaranteed. The drawings and data furnished are meant for guidance & assistance to
the contractor.
The exact dimension, location, distance and levels, etc., will be governed by the space
conditions. The contractor shall examine all Architectural, structural, plumbing and
sanitary and air-conditioning drawing before starting the work and report to the
Engineer In charge any discrepancy which in his opinion appear on them, and get the
same clarified. He shall not be entitled to any extras for omissions or defects in
electrical drawings or when they conflict with other work. Any information / data shown
in the drawings furnished with the specifications shall not relieve the contractor of his
responsibility to carry out the entire work as per the specifications and to the
satisfaction of Engineer-in-Charge. Additional information required by the bidder for
successfully completing the work shall be obtained by him.
The contractor shall prepare and furnish Shop Drawings in six (6) copies (hard + one
CD) at no extra cost for approval by the Engineer In-charge before commencing
installation/ fabrication / manufacture of the equipment & all other works detailed shop
drawings indicating General Arrangement, Schematic, Inter-connection of the various
equipment and submit to the Engineer-in-Charge for approval before commencing the
work. The shop drawings shall indicate all setting out details and physical dimensions
168
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
of all components with wiring and cable details including system operating write up in
the system. All work shall be carried out on the approval of these drawings. However,
approval of these drawings do not relieve the contractor of his responsibility for
providing maintenance free and fool proof system including any missing
component/accessories to meet with the intent of the specifications.
At the completion of the work and before issuance of certificate of virtual completion,
the Contractor shall submit to the Engineer In-charge layout drawings drawn at
approved scale indicating the complete Internal & external system As installed. In
addition, these drawings shall in particular, give the following information:
The Contractor shall obtain and pay for any fee and permits required for the installation
work including obtaining the load sanction & scheme, and obtaining certificates &
approvals from the local/statutory authority. The Owner shall arrange only for
reimbursement of payment against original receipt in the name of owner of service
connection charges and any other legal fee / application fee for the connection & the
security deposit for getting electric supply. The Contractor shall also arrange for
releasing of electrical connection, its energisation and handing over to the owners. On
Completion of the work, the Contractor shall obtain and deliver to the Engineer
In-charge, certificates of final inspection and approval by the Local Electric Supply
Authority & any other State statuary authority. All the incidental & liasoning charges
what-so-ever shall be borne by the contractor and are deemed to be included in the
quoted prices.
On completion of this work the contractor shall obtain and deliver to the owners the
certificates of inspection and approval by electrical inspectorate of local
Administration. The fees paid for inspection will be reimbursed on production of
original challan / receipts and with approvals certificate / letter. The contractor shall
include in his rates all charges necessary for getting the electrical installations etc.
approved by the Chief Electrical Inspector to the State Government. He shall also
obtain any other clearance such as sealing of meters etc. and deliver the same to the
owners.
6.0 GENERAL
To provide electrical equipment and materials for the distribution of electrical power
from the ESS including ESS The quantities mentioned in BOQ are tentative. It will be
the bidders responsibility to work out the exact quantities from drawings, which trade
provides said equipment, materials.
169
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
It is not the intent to specify completely herein all aspects of design and constructional
features of equipment and details of work to be carried out, nevertheless, the
equipment and work shall conform in all respects to high standards of Engineering,
design and workmanship and shall be capable of performing in continuous commercial
operation in a manner acceptable to the Engineer In charge who will interpret the
meaning of the specifications and drawings and shall have right to reject or accept any
work or material which in his assessment is not complete to meet the requirement of
this specifications and or applicable code and standards mentioned elsewhere in these
specifications.
After completion of work the contractor will hand over the directly to the client in
presence of RITES Engineer In charge. And defect liability period of one year will
be start from that date.
170
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Any other standard may be followed provided it is equivalent or more stringent than the
standards specified above.
The following abbreviations used in the bill of quantities, specifications and drawings
represent:
171
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
mA Milli ampere
NO Normally open
SWG Standard Wire Gauge
CL/RL Ceiling Light
DL Drop Light
WL Wall Light
In case of any deviation / conflict of this specification with the codes & standards, the
following order of precedence shall govern.
6B DESIGN
The design and workmanship shall be in accordance with the best engineering
practices, to ensure satisfactory performance and service life. The requirement offered
by the contractor shall be complete in all respects. Any materials or accessories which
may not have been specifically mentioned, but which are usual and necessary for the
satisfactory and trouble free operation and maintenance of the equipment shall be
provided without any extra cost to the purchaser. This shall also include spares for
commissioning of the equipment.
All the materials and equipment shall be of the approved make and design. Unless
otherwise called for any approval by Engineer-in-Charge, only the best quality materials
and equipment shall be used.
The Engineer-in-Charge shall have at all reasonable times free access to the
Contractors premises or works and shall have the power at all reasonable times to
inspect and examine the materials and workmanship of the works during its
manufacture or erection, if part of the works is being manufactured or assembled at
other premises or works, the Contractor shall obtain permission to inspect as if the
works were manufactured or assembled on the Contractors own premises or works.
Inspection may be made at any stage of manufacture, dispatch or at site at the option of
the Purchaser and the equipment if found unsatisfactory due to bad workmanship or
quality, material is liable to be rejected.
All equipment being supplied shall conform to type tests and shall be subject to routine
tests in accordance with requirements stipulated under respective sections. Bidder shall
submit the type tests reports for approval. The Contractor shall intimate the
Engineer-in-Charge the detailed program about the tests at least three (3) weeks in
advance in case of domestic supplies. If for any item type test is pending payment
would be made on successful completion of type/routine test(s) actually carried out as
per Engineer-in-Charges instructions.
The Contractor shall give the Engineer-in-Charge thirty (30) days written notice of any
material being ready for testing. Such tests shall be to the Contractors account. The
Consultant/Owner unless witnessing of the tests is virtually waived will attend such tests
within thirty (30) days of the date of which the equipment is notified as being ready for
test/inspection, failing which the Contractor may proceed with the test which shall be
172
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The Engineer-in-Charge shall within fifteen (15) days from the date of inspection as
defined shall inform in writing to the Contractor of any objection to any drawings and all
or any equipment and workmanship which in his opinion is not in accordance with the
Contract. The Contractor shall give due consideration to such objections and make the
necessary modifications accordingly.
When the factory tests have been completed at the Contractors or Sub-contractors
works, the Engineer-in-Charge shall issue a certificate to this effect within fifteen (15)
days after completion of tests but if the tests are not witnessed by the
Engineer-in-Charge, the certificate shall be issued within fifteen (15) days of receipt of
the Contractors Test certificate by the Engineer-in-Charge. Failure of the issue such a
certificate shall not prevent the Contractor from proceeding with the works. The
completion of these tests or the issue of the certificate shall not bind the Purchaser to
accept the equipment should, it, on further tests after erection, be found not to comply
with the Specification. The equipment shall be dispatched to site only after approval of
test reports and issuance of MICC by the Engineer-in-Charge.
For tests whether at the premises or at the works of the Contractor or of any
Sub-Contractor, the Contractor except where otherwise specified shall provide free of
charge such items as labor, materials, electricity, fuel, water, stores, apparatus and
instruments as may be required by Engineer-in-Charge or this authorized
representative to carry out effectively such tests of the equipment in accordance with
the Specification.
The Engineer-in-Charge will have the right of having at his own expenses any other
tests(s) of reasonable nature carried out at Contractors premises or at site or in any
other place in addition of aforesaid type and routine tests to satisfy that the material
comply with the specifications.
The Engineer-in-Charge reserves the right for getting any field tests not specified in
respective sections of the technical specification conducted on the completely
assembled equipment at site. The testing equipment for these tests shall be provided by
the Contractor.
On completion of this work, the contractor shall obtain and deliver to the
Engineer-In-charge the certificates of inspection and approval by electrical inspectorate
of local Administration. The contractor shall include in his rates all charges necessary
for getting electrical installation approved which includes Sub-station, LT distribution,
etc. by the Chief Electrical Inspector to the state government /electrical inspector.
8A INSPECTION OF MATERIALS
The RITES / owners representative shall have access to the manufacturers premises
for inspection of any items of the tender for which contractor has made arrangement
with manufacturer/ suppliers. All such inspection shall not need any prior intimation by
the Engineer-In-charge.
173
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
8B For the items of works in the bill of quantities pertaining to CPWD DSR-2014 the
specifications & mode of measurements shall be in accordance with CPWD DSR-2014
and CPWD Specifications 2013 with up to date correction slips. For market rate items in
the bill of quantities, the specifications and mode of measurement shall be as per these
specifications hereinafter and as per the description of the item in the bill of quantities
and as per directions of Engineer In charge.
For the items not covered in the CPWD Specifications, the work shall be executed as per
latest Indian Standard codes published by BIS (formerly ISI) inclusive of all
amendments issued thereto or revision, if any, up to the date of opening of tenders
(Technical Bid).
8D Wherever IS/BIS codes are mentioned the latest codes with up to date
amendments/revisions shall be used.
8E In the event of any discrepancy in the description of item as given in the bill of quantities
or these specifications and the specifications relating to the relevant item as per CPWD
Specifications/Indian Standards mentioned above or drawings, the former shall prevail.
8F In case of items not covered by CPWD/BIS codes/ specifications, the decision of the
Engineer In charge based on sound engineering practice shall be final and binding on
the contractor.
8G Drawings have to be properly co related by the contractor before executing the work. In
case of any difference noticed between architectural and structural / services drawing,
the Contractor shall obtain final decision of the Engineer In charge in writing. For the
items where so required, samples shall be prepared before starting the particular items
of work for prior approval of the Engineer In charge and nothing extra shall be payable
on this account.
8H In respect of works of the sub agencies deployed for doing the work of electrification,
external services, other building works, horticulture work, etc for this project and any
other agencies simultaneously executing other works, the contractor shall provide
necessary coordination facilities for same. The contractor shall leave such necessary
holes, openings, etc for laying/burying in the work pipes, cables, conduits, clamps,
boxes and hooks for fan clamps, etc as may be required for electric, sanitary,
firefighting, telephone, CCTV system, etc and nothing extra shall be paid for the Same.
Contractor has to submit the test reports, manufacturer manual, and referred IS code
/CPWD specification for inspection of material.
The Contractor shall employ a competent, licensed, qualified full time electrical
engineer (as per schedule- F) to direct the work of electrical installations in accordance
with the drawings & specifications. The engineer shall be available at site at all times to
receive instructions from the Engineer-in charge for any day to day activities throughout
the duration of the contract. The engineer shall correlate the progress of work in
174
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
conjunction with all relevant requirements of the supply authority .The skilled workers
employed for the work should have requisite qualifications and should posses
competency certificate from the Electrical Inspectorate.
NOTE The items contained in these schedule are composite in nature, the
specification for elements common to those items are given in these
specification for adherence.
1.1 GENERAL:
1.1.1 The Panel design shall be of single front cubicle with horizontal bus-bars mounted at
top, extensible on either side. The breaker, instruments and auxiliary equipments shall
be accessible from front. The cable terminations shall be accessible from the rear side.
Medium voltage power & motor control centers shall be in sheet steel cubicle type
enclosure, floor mounted, free standing type, totally enclosed & compartmentalized
design.
1.2 CONSTRUCTION:
1.2.1 The Panels shall be free standing type, with sheet steel enclosure having following
features.
1.2.2 The panels shall be made out of minimum 2.0-mm thick CRCA sheet steel. The
internal frame shall be made of channels. The panels shall be dust & vermin proof duly
powder coated in approved colour, by seven-tank process. The degree of protection
shall not be less than IP52 as per relevant IS code. The sheet steel shroud & partitions
shall be of minimum 1.6-mm thickness. All sheet steelwork forming the exterior of the
panels shall be smoothly finished, leveled, having rounded corners & free from any
flaws. All doors to be fixed with dust-excluding neoprene gasket with fasteners
designed to ensure proper compression of the gaskets. Where ever covers are
provided instead of doors, sufficient and generous overlap shall be ensured between
sheet steel surface with gaskets & closely placed fasteners to preclude the entry of
dust.
1.2.3 The following minimum clearances have to be maintained after taking into
consideration connecting clamps & bolts etc. :
1.2.4 Each section shall be divided into 3 compartments, enclosing either Air Circuit
Breakers or MCCBs or On Load Change over switch fuse units or Switch Fuse / Fuse
Switch Units or Auxiliary equipments. Maximum of 2 tier ACB compartments shall be
provided in one section. All functional units such as MCCB shall be arranged in
multi-tier formation & each such unit shall be fully compartmentalised. A vertical cable
175
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
alley of at least 300 mm width shall be provided to serve one / two vertical sections of
feeders. Cable alley shall have hinged doors & suitable cable clamping arrangement
with slotted angles shall be provided in the cable alley. Similarly, vertical bus bars shall
be housed in between two feeder compartments in a separate bus chamber. The
openings between the bus chambers & feeder compartments shall be covered with
Bakelite / hylam sheet of minimum 2.0 mm thickness. The vertical bus bar chambers
shall be provided with removable bolted covers on the front and the back. All the
interconnecting links to the feeders shall be shrouded so as to avoid accidental
contact, by means of phenolic barriers. Each compartment shall have its own
individual door with concealed hinges & the door shall have interlocking facility with the
feeder unit, also arrangement for by- passing this facility shall be provided.
1.2.5 All insulating materials used in the construction of the panels shall be of
non-hygroscopic materials, duly treated to withstand the effect of high humidity & high
temperatures.
1.2.6 A standard transportable shipping section shall contain maximum three sections with
length not exceeding 3 m and weight not exceeding 2.5 tones.
1.3 BUSBARS :
1.3.1 The busbars shall be of 31MVA rupturing capacity, suitable for 3 phases, 4 wires, 415
Volts, 50 Hz AC supply. The bus bars shall be made of high conductivity & high
strength aluminium confirming to the requirement of E91E of IS 5082. The busbars
shall have uniform cross section throughout the length & shall be designed for carrying
rated current continuously throughout the length. The cross-section of the neutral
busbar shall be same as that of the phase busbar for busbars of capacity up to 200
Amp; for higher capacities, the neutral busbar shall not be less than half (50%) the
cross-section of that of the phase busbars. The busbars & links shall be designed for a
maximum temperature of 75 degree celsius.
1.3.3 Power shall be distributed to feeders in dual section by a set of vertical busbars (phase
& neutral). Individual module shall be connected to this vertical busbar through sleeved
connections. All busbars shall be insulated with PVC tapes / tubes (heat shrink type)
with colour coding (Red / Blue / Yellow / Black).
1.3.4 The busbars & the connections to the functional circuits from the busbars & their
supports shall be able to withstand thermal & dynamic stresses without any damage or
deformation, due to the system short circuits. The neutral and the earth bar should also
be capable of withstanding the above level.
1.3.5 The contractor shall furnish calculations along with his drawings establishing the
adequacy of busbars both for continuous duty & short circuit rating. The panel
manufacturer should have CPRI test certificate for IP52 & short circuit rating.
176
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The standard draw out ACB shall have two parts namely:
i) Draw out carriage with TP / FP incoming & outgoing power terminals & Controls sliding
contacts.
ii) Basic breaker with mechanism & releases mounted on sliding rails. The sliding
contacts shall be provided for control circuit.
iii) When the ACB is in test position, the power circuit shall be disconnected and control
circuits shall be engaged through sliding contacts.
iv) This test position shall permit a ready inspection of all the mechanism, interlocks,
automatic devices and electrical indicators.
v) Automatic safety shutters shall be provided for personal safety against accidental live
contact to terminal when the breaker is fully drawn out.
vi) The incoming terminals of the breakers shall be connected to the bus-bar by suitable
links. The outgoing terminals shall be extended in the cable chamber for direct Bus
Trunking / cable connections. These shall be identified by colored PVC tape /paint,
wherever required link extension to form bus-duct entry from top shall also be
provided. Adequate shrouding and caution notice plate shall be provided to prevent the
accidental contact to live terminals.
vii) The ACBs shall be mounted on the channel frame and shall be partitioned at the top by
insulated barrier on the either side by sheet metal barrier with necessary cutout for
power linking for control wiring. The control equipment, fuses, timers, contactors, etc.,
shall be laid out in standard fashion on a painted base plate and fixed with screws to
the frame at appropriate location.
viii) Each ACB module compartment shall be provided with front access door made out of
14SWG (2 mm.) sheet steel. All closing and opening operation of ACB (mechanically
or electrically) of draw out ACB up to test position shall be performed from the front
without opening the door. The breaker can be left in TEST position with the door fully
closed.
ix) Basic instrument such as ammeter, voltmeter with selector switch, Lights and Meters
such as KW, Hz, PF, if specified, shall be provided in a separate module compartment.
Meters/relays shall be identified with feeder identification name plates when they are
located away from feeder module.
x) Suitable inscription plates shall be provided to identify the feeders, function of the
doors mounted devices and caution plate shall be provided at appropriate locations.
xi) Cubicle illuminating Light, 240V, 6A, 3 pin plug and socket shall be provided with MCB
for protection in cable chamber a standard item in each compartment.
xii) Suitable M.S. removable, un-drilled gland plates shall be provided. For single core
cables non magnetic gland plates shall be provided.
177
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
iv) ACB shall be fitted with all the accessories & safety devices mainly, automatic safety
shutters, arc chutes, auxiliary contacts, CT s with dual ratio / multiple taps etc.
v) Detachable arc chutes shall be provided on all the poles & having tool less
removal/fitting & interlocking with breaker operation.
1.4.2 The Air Circuit Breaker shall be Horizontal draw out or non-draw out type as indicated
in the Schedule of Quantities.
The air circuit breakers shall comply with IS 13947 and type tested & certified form
recognized test authorities like CPRI.
The air circuit breakers shall have 100% certified rating when mounted in the panel.
(All de-rating factors shall be clearly indicated by the contractor in his offer).
The air circuit breakers shall be (as indicated in the schedule of quantities) either
manually operated or with motor operated store charged, spring closing mechanism in
which case the motor shall be suitable for 230V A.C. supply. The motorized
mechanism shall charge a closing spring upon circuit connection. This charged spring
may be electrically or manually released effecting the closer of the breaker. The
closing spring shall automatically be recharged for the next closing command. An
Operator shall also be in position to manually charge the closing spring. The spring
condition `Charged' or `Free' shall be visible through the indicator.
The draw-out type ACBs shall have 3 distinct positions Service / Test /
Isolated.
Rated service breaking capacity (ICS) =100% ICU =ICW shall be minimum 50 ka rms
for one second at 415 volts, 50 Hz and rated short time withstand (ICW) should be
equal as ICS latest type test certificates shall be provided on similar rating.
ACB should be provided with self powered microprocessor based releases along with
required CTs & wiring having mainly following inbuilt features along with other
standard features as per BIS or as per BOQ.
i) Over load, short circuit & earth fault protection with high set.
ii) Displays for all the parameters on front.
iii) Computer compatible on front and fitted with RS-485 port & should be operable
from the fascia of releases and from computer.
iv) Discrimination.
v) Measurement & display of phase & neutral currents.
vi) Neutral protection / Relay.
vii) Indication through LEDS.
178
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
viii) Annunciation.
ix) Event recording & fault history.
x) Time delay Current setting 50% to 100%.
Electrical and Mechanical life of the ACB shall be minimum 20000 operations for ACB
ratting up to 2500 Amps & 10000 operations for ACB rating 3200 A & above.
Easy tool less fixing of releases from front along with other accessories.
Easy on site conversion of electric spring charging, fixed to draw out version, Quick
termination of control wires.
ACB terminal sizes shall be as per IS-13947 should be suitable for aluminium and
copper links directly.
Depth & Height should be uniform for all the ratting of ACB.
Pole design should be such to ensure lower watt loss & energy saving watt loss to be
informed by supplier for approvals.
ACB can be tested from remote & from local on test position of ACB i.e. operation &
electrical interlock etc.
Fault lock out/anti-pumping device shall be provided on each breaker so that it could
not be re-closed after tripping on fault without manual resetting being done.
The incoming and the outgoing breakers shall be provided either with microprocessor /
static trip release as per BOQ, integrally mounted on the breakers / or other suitable
relays. This release / relays should have the following adjustments:
The incoming breaker shall also have an under-voltage the voltage of which shall be
calibrated for pick-up and drop off in accordance with IS 2576 1977.
The breakers being used as bus couplers shall be without integral release.
179
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The air circuit breaker being used as incomer shall have the following accessories,
indications, and meters, provided on its housing and as per BOQ;
i) 3 No. Phase indicating Lights.
ii) 1 No. power factor meter 0.5-1-0.5 range or as per BOQ.
iii) 1 No. 0-500 V range voltmeter with selector switch or as per BOQ.
iv) 1 No. ammeter of suitable range and C.T.s as indicated on the drawings with
selector switch or as per BOQ.
v) 4 No.s Indicating Lights for the following;
The air circuit breaker being used on out going feeder shall have the following
accessories, indications, meters, provided on its housing and as per BOQ;
i) 1 No. ammeter of suitable range and C.T.s as indicated on the drawings with
selector switch or as per BOQ.
The air circuit breaker being used as Bus Coupler shall have the following accessories,
indications, meters, provided on its housing;
The MCCB cover and case shall be made of high strength heat treatment and flame
retardant thermo-setting insulating material. extending type Operating handle shall be
quick make/quick break, trip-free type and shall have suitable ON ,OFF & TRIP
indicators .MCCBs shall have common operating handle for simultaneous operation
180
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
and tripping of all poles. Door rotary mechanism with door interlock facility &
extendable handle. MCCBs shall be provided with phase barriers
Suitable extinguishing device shall be provided for each contact. Tripping unit shall be
of thermal-magnetic type provided in each pole and connected by a common trip bar
such that tripping of any one pole operates all the poles to open simultaneously. The
thermal-magnetic device shall have IDMT characteristics for sustained over loads and
short circuits.
Contact tips shall be made of suitable arc resistant, sintered alloy for long electrical life.
Terminals shall be of liberal design with adequate clearances.
The MCCBs shall have a Breaking capacity of not less than 25kA RMS at 415 volts or
otherwise specified. For all MCCBs Ics=ICU=100%.
Original test certificates of all MCCBs as per IEC and IS shall be furnished.
GENERAL
o The pointer shall be black in colour and shall have zero position adjustment
device which could be operated from outside. The direction of deflection shall be
from left to right.
o Suitable selector switches shall be provided for all ammeters and voltmeters
intended to be used on three phase supply.
o The specifications herein after laid down shall also cover all the meters,
instruments and protective devices required for the electrical works. The
ratings-type and quantity of meters, instruments and protective devices shall be
as per the schedule of quantities.
AMMETERS
Digital ammeter shall be with solid state circuit having bright Red 31/2 digit LED display
readable from distance .The single phase & three phase parameters should be
displayed & read by selection selector switch .The meters should be with built in
transducers and field settable standard of full scale for amperage. Class of accuracy
shall not be less than 1.0.
o Analogue ammeters shall be moving iron or moving coil type. The moving part
assembly shall be with jewel bearing. The jewel bearing shall be mounted on a
spring to prevent damage to pivot due to vibrations and shocks, the ammeters
181
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
shall be manufactured and calibrated as per the latest edition of IS: 1248.
Ammeters shall be instrument transformer operated and shall be suitable for 5A
secondary of instrument transformer. The scales shall be calibrated to indicate
primary current, unless otherwise specified.
o All digital & analogue ammeters shall be instrument transformer operated and
shall be suitable for 5A secondary of instrument transformer. The ammeters shall
be capable of carrying sustained overloads during fault condition without damage
or loss of accuracy.
VOLTMETERS
o Digital Voltmeter shall be with solid state circuit having bright Red 31/2 digit LED
display readable from distance .The single phase & three phase parameters
should be displayed & read by selection selector switch .The meters should be
with built in transducers and field settable standard of full scale for voltage. Class
of accuracy shall not be less than 1.0.
o Analogue Voltmeter shall be of moving iron or moving coil type. The range for 415
volts, 3 phase voltmeters shall be 0 to 500 volts. Suitable selector switch shall be
provided for each voltmeter to read voltage between any two lines of the system.
The voltmeter shall be provided with protection fuse of suitable capacity.
CURRENT TRANSFORMERS
o Current transformers shall be in conformity with IS: 2705 (Part I, II & III) in all
respects. All current transformers used for medium voltage applications shall be
rated for 1kv. Current transformers shall have rated primary current, rated burden
and class of accuracy as required. However the rated secondary current shall be
5 A unless otherwise specified. The acceptable minimum class of various
applications shall be as given below:
Measuring : Class 1.
Protection : Class 5 P10.
o Current transformers shall be mounted such that they are easily accessible for
inspection, maintenance and replacement. The wiring for CTs shall be copper
conductor, FRLS insulated wires with proper termination lugs and wiring shall be
bunched with cable straps and fixed to the panel structure in a neat manner.
o The current transformers to be selected for this panel will have at least 20% extra
VA capacity available over the normal capacity based on the following details:
182
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Under no circumstances the VA rating of the CTs will be less than 15 VA.
1.7 MISCELLANEOUS
Control switches shall be of the heavy duty rotary type with escutcheon plates clearly
marked to show the operating position. They shall be semi-flush mounting with only the
front plate and operating handle projecting.
Indicating Lights shall be of the multiple LED type of low watt consumption, provided
with series resistor where necessary, and with translucent light covers. Bulbs & lenses
shall be easily replaced from the front.
Push buttons shall be of the momentary contact, push to actuate type fitted with self
reset contacts & provided with integral escutcheon plates marked with its functions.
Cable entries and terminals shall be provided in the switch board to suit the number,
type and size of aluminium conductor power cables and copper conductor control
cable specified.
Provision shall be made for top or bottom entry of cables as required through separate
removable gland plates. Generous size of cabling chambers shall be provided, with
the position of cable gland and terminals such that cables can be easily and safely
terminated.
Barriers or shrouds shall be provided to permit safe working at the terminals of one
circuit without accidentally touching that of another live circuit.
Cable risers shall be adequately supported to withstand the effects of rated short
circuit currents without damage and without causing secondary faults.
All control wiring shall be carried out with 1000/660V grade single core PVC/FRLS
cable conforming to IS 694/ IS 8130 having stranded copper conductors of minimum
1.5sq.mm for potential circuits and 2.5sq.mm for current transformer circuits. Wiring
shall be neatly bunched, adequately supported and properly routed to allow for easy
access and maintenance. Wiring shall be identified by numbering ferrules at each end.
All control fuses shall be mounted in front of the panel and shall be easily accessible.
1.10 TERMINAL BLOCKS
Terminal blocks shall be 500Volts grade. Insulating barriers shall be provided between
adjacent terminals. Terminal blocks for Power Circuits shall have a suitable current
rating (minimum of 10Amp) and of the stud type. as per the cable schedule and shall
be shrouded. Provisions shall be made for label inscriptions.
1.11 LABELS
183
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
All routine tests specified in IS: 8623-1993 shall be carried out and test certificates
submitted to the Engineer In charge.
Commissioning checks and tests shall be included all wiring checks and checking up
of connections. Primary / Secondary injection tests for the relays adjustment/setting
shall be done before commissioning in addition to routine megger test. Checks and
test shall include the following.
2.1. GENERAL:
Distribution boards for power and light circuit distribution shall be factory built and shall
be suitable for 415 volts, 3 phase or 230 volts single phase supply as specified in BOQ.
The distribution boards shall conform to IS 8623 (for factory built assembles)
2.2 TYPE:
Distribution Board shall be double door type suitable for flush installation. The boards
shall be of cabinet design, totally enclosed and shall provide protection against ingress
to IP 42/ IP43 of IS 2147. However, if none of the types available from the approved
makes meets the above requirement, alternative makes can be offered with technical
literature and copy of test certificate with the approval of the Engineer In charge.
2.3. COMPONENTS:
Distribution boards shall generally be provided with the following major components:-
Distribution board shall be provided with MCB and or Residual current circuit breaker
as mentioned in drawings and BOQ. Residual current (earth leakage) circuit breaker
shall be current operated type and of 30mA sensitivity unless otherwise stated. RCCB
shall be mounted within distribution board box. Distribution board box, MCBs, RCCBs
used shall be of one same manufacturer/make. Standard size DB manufactured by
approved manufacturer shall be used. In case size specified in BOQ is not standard
size of manufacturer, in that case next higher standard size distribution board box shall
be used with incoming & outgoing MCB as specified in BOQ. Additional cutout/space
184
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
for outgoing MCB shall be plugged with blank plates. No extra cost shall be paid for
using bigger/higher size distribution board box and blank plates.
Miniature Circuit Breakers for lighting circuits shall be of B curve. Where as the
circuits feeding discharge lamps (HPMV / MH / HPSV) halogen lamps, all power outlet
points, equipment/machinery shall be of C Curve (Motor circuit) types. All miniature
circuit breakers shall be of 10 KA rated rupturing capacity unless otherwise stated.
MCBs shall generally conform to IS 8828. The miniature circuit breakers shall be
suitable for snap fixing on a standard DIN rail. The MCBs shall be suitable for operating
under full load under ambient temperature condition (i.e. 10 Dg C to 55 Dg C in India).
MCBs shall have terminals suitable for receiving Aluminium cables of adequate
cross-section (upto 32 Amp rating 16 sq mm and for 40, 50, 63 Ampere rating 35 sq
mm cable). Three phase MCBs shall have common trip bar so that all the poles make
and break simultaneously. Miniature circuit breakers shall be quick make & quick
break type with trip free mechanism. MCB shall have thermal & magnetic short circuit
protection.
The bus bars shall be flameproof insulated copper and duly tinned or plated. The
bus bar rating shall be at least 100 amperes.
Three phase DBs shall have single piece bus bar and coupling link avoiding drilling
and bolting of bus bars.
However, if the above `unique bus bars' system is not available from the approved
manufacturers alternative makes can be offered with full technical particulars.
Neutral busbars shall be provided with the same number of terminals as there are
single ways on the board, in addition to the terminals for incoming mains. An earth
bar of similar size as the neutral bar shall also be provided. Phase barrier shall be
fitted and all live parts shall be screened from the front.
2.7. CABINET
The DB cabinet shall be made of at least 1.6mm thick sheet steel duly stove
enameled or powder coated (as per standards manufacturing product). The
cabinet shall be suitable for either recess mounting or surface mounting. The
cabinet shall be provided with conduit / cable entry knockouts at top and bottom or
plates shall be of detachable construction. The cabinet shall be dust and vermin
proof with proper gaskets for the front door.
185
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The DB cabinet and internal mounting arrangement shall be such that the entire
bus and MCB assembly can be easily detachable from the cabinet.
Distribution Board shall be double door type and suitable for flush installation. All
distribution boards shall be of three phase (415 Volts), [Three row 24/30/42
Module, 4 Pole modular I/C] or single phase (240 volts) [One row 8/10/14 Module]
type with incoming MCB and/or RCCB as in Schedule of quantities. Three phase
DBs shall have 4Pole MCB as incommer (this MCB shall not be accommodated in
the three rows) and each row shall have one 2Pole RCCBand balance MCBs or
Blanking plates. e.g. A 3 row, 24 module DB shall have 1 No. 4Pole MCB as
incommer, 3 No. 2Pole RCCB / ELCBs (one for each phase) and 18 No. SP MCBs
or Blanking Plates. (Six for each phase).Similarly a Single Phase DB shall have a
2Pole MCB as incomer and 2PoleRCCBand balance MCBs or Blanking plates.
Ample clearance shall be provided between all live metal and the earth case and
adequate space for all incoming and outgoing cables. All distribution board
enclosures shall have an etched zinc base stove painted followed by synthetic
stove enameling, colour light grey.
2.8. DIRECTORY
Distribution boards shall be provided with a write and protect directory indicating the
area of loads served by each circuit breakers, the rating of breakers, size of conductors
etc. The directory shall be in front of the cabinet.
2.9. INSTALLATION:
Surface boards shall be fixed with suitable angle iron clamps and bolts. All the
cables/conduits shall be properly terminated using glands/ check nuts etc. Wiring shall
be properly terminated using crimping lugs/ sockets and PVC identification ferrules.
Distribution boards shall be bonded to the earth at least at two points using brass bolts
and lugs. Suitable name plate and danger plate, indicating the voltage shall be fixed to
the front cover.
2.10. TESTING:
Distribution boards shall be tested at factory as per I.S. 8623 and original test
certificate shall be furnished.
3.1 Batteries:
The Battery shall be lead acid stationary type with Plane or Tubular positive plates 24
volts consisting of 12 cells of 2 V each, 180 AH each with capacity @ 10 hours rate of
discharge to and voltage of 1.85 volt per cell supplied complete with inter cell
connectors acid level indication floats dry charger conforming to IS: 1651 double row
two tier execution arranged in wooden stand and insulators with following accessories:
-
186
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Spanner - 1 No
Acid resistive funnel - 1 No
Acid resistant jug of two pints capacity - 1 No
Rubber syringe - 1 No
Connectors from battery of charger - 1 No
Voltmeter (-3.0 to + 3 V) with lead - 1 No
Electrolyte shall be filled as per manufactures instructions. Inter row connections shall
be made with lead Charging discharging and recharging cycles of batteries shall be
carried out under supervision of the Engineer in charge. Suitable device for
discharging shall be provided by the contractor.
The battery charger shall be natural air cooled, solid state type with full wave, fully
controlled, bridge configuration. Charger shall be provided with automatic voltage
regulation, current limiting circuitry, smoothing filter circuit and soft start feature. The
voltage control shall be step less, smooth and continuous. It shall be self protecting
against all AC and DC transients and steady state abnormal current and voltages. The
Charger AC input and DC output shall be electrically isolated from each other and also
from panel ground. Isolation shall also be provided between power and control circuits.
Self contained battery charger with housing suitable for 24 volts 180 AH with incoming
supply 230 V AC floating supply voltage 2.18 V per cell. The Charger Panel shall be
made of sheet metal of thickness not less than 2mm and shall conform to protection IP:
44. Switches, Meters, Relays, etc shall be flush mounted on the front of the panel. The
charger shall be designed for continuous output of 10 A complete with following
accessories:
3.3 Capacitors
Power factor correction capacitors shall confirm in all respects to BS. The capacitors
shall be suitable for 3 phase 500 V Hz and shall be available in units of 25 & 50 KVAR
size to form a bank of capacitors of desired capacity. All these units shall be connected
in parallel by means of solid aluminum bus bars of adequate current carrying capacity.
Each capacitor bank shall be provided with a terminal chamber and cable gland
suitable for PVC insulated aluminum conductor armoured cables. Two separate
earthling terminals shall be provided for earth connection for each bank.
Capacitor of 500 V shall be suitably rated in series with 189 Hz Harmonic block reactor
to offer requisite rating of 25 & 50 KVAR at 433 Volts. Capacitor so chosen shall be
able to suppress the harmonics generated in the system due to various utilities viz.
computers, drivers and flour cent lamps etc and shall avoid resultant unbalancing of
load.
187
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The capacitor bank shall be subject to routine tests as specified in relevant Indian
standards and the test certificate shall be furnished the capacitor shall be suitable for
indoor use up to ambient temperature of + 50 & - 20 degree C. The permissible over
loads shall be as given below:-
a) Voltage overload shall be 10% for continuous operation and 15% for 6 hours
in 24 hours cycle.
b) Current overload 15% for continuous and 50% for 6 hours in 24 hours cycle.
c) Overload 30% for continuous and 45% for 6 hours in 24 hour cycle.
The capacitor bank shall be floor mounting type. Capacitor shall be of aluminum foil
and craft paper hermetically sealed in sturdy corrosion proof sheet steel 2mm thick
containers and impregnated with non-inflammable synthetic liquid. Every element of
capacitor unit shall be provided with its own built in silvered fuse. Capacitor shall have
suitable discharge device to reduce the residual voltage from crest value of the rated
voltage to 50V or less with in 1 minute after capacitor is connected from the source of
supply. The loss factor of capacitor shall not exceed permissible value as per BS. The
capacitors shall with stand voltage of 2500 V AC supply for 1 minute. Insulation
resistance between capacitor terminals and containers when test voltage of 500V is
applied shall not be less than 50M Ohms.
Above shall be housed in sheet steel enclosure cubical type free standing front
operated with lockable doors. The panel shall be fabricated from CRCA sheet steel of
1.6mm thick and shall be folded and braced as necessary to provided a support for all
components joints of any kind in sheet steel be seem welded. Panel shall have IP 42 or
more protection and to be equipped with necessary heat dissipation arrangement. It
shall be totally enclosed design completely dust tight and vermin proof. Neoprene
gaskets between all adjacent units and beneath all covers shall be used for the
purpose.
Totally enclosed low impedance ventilated electrolytic copper conductor bus duct
sandwich type shall be used between transformer secondary and incoming of LT panel
as well as from DG alternators to incoming of LT panel. Conductor size shall suit the bus
bar rating of 1800 A and 500 A at 400 V AC supply. Rated short circuit withstand
capacity for 1 sec shall not be less than 60 kA and the max. temperature rise
permissible shall be 55 degree C above an ambient of 40 degree C. Bus duct shall be
suitable for three phase four wire system. Neutral conductor shall be full capacity as the
phase conductor. Each conductor shall be insulated minimum class B insulation over its
entire length. The bus duct shall be complete with necessary bends, flanges, adopter
boxes, offsets, flexible joints, end covers and MS supports for hanging arrangement as
per approved drawings and requirement at site. . Double earth bar of aluminum shall
run along the entire bus duct. Degree of protection for the bus duct shall be minimum
188
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
IP-54. contacts shall be silver plated at joints and tap off points. Bus bar trunking should
pass seismic test certified complying with UBC seismic Zone-4 conditions by any
international recognized body.
4.1 GENERAL:
Medium voltage distribution system shall be applicable for wiring 3 phase, 4 wire 415
volts. 50 Hz, AC supply and single phase, 2 wire 230 volts, 50 Hz, AC supply.
This section covers the general technical requirements & measurement of the various
components in internal electrical installation works.
4.2.1 The system shall be governed by the requirements of IS: 732 and I.E. Rules and NEC.IS
Standards and Codes applicable for medium voltage distribution is also listed in
specification.
4.2.2 The definitions of terms shall be in accordance with IS: 732-1989 (Indian Standard Code
of Practice for Electrical Wiring), except for the definitions of point, circuit, & sub-main
wiring, which are defined in clauses hereunder.
5.1 GENERAL
L.T. Cables shall be supplied, inspected, laid tested and commissioned in accordance
with drawings, specifications, relevant Indian Standards specifications and cable
manufacturers instructions. The cable shall be delivered at site in original drums with
manufacturers name clearly written on the drums. The recommendations of the cable
manufacturer with regard to jointing and sealing shall be strictly followed.
5.2 MATERIALS
The L.T. Power cables shall be XLPE insulated PVC sheathed type aluminum
conductor armored cable conforming to IS : 7098 : 1988 (Part-I) with up to date
amendments where as control cable shall be XLPE insulated and PVC sheathed
copper conductor armored / unarmored cable conforming to IS:7098 (Part-I) 1988.
Cables shall be laid directly in ground, pipes, masonry ducts, on cable tray, surface of
wall/ceiling etc. as indicated on drawings and/or as per the direction of
Engineer-In-Charge. Cable laying shall be carried out as per CPWD specifications.
5.4 INSPECTION
All cables shall be inspected at factory premises before dispatch at site and checked
for any damage during transit.
189
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The Contractor shall take care to see that the cables received at site are apportioned
to various locations in such a manner as to ensure maximum utilization and avoiding
of cable joints. This apportioning shall be got approved from Engineer-In-Charge
before the cables are cut to lengths.
The cable shall be laid in excavated trench over 80mm layer of sand cushion. The
relative position of the cables, laid in the same trench shall preserved. At all changes
in direction in horizontal and vertical planes, the cables shall be bent smooth with a
radius of bent not less than 12 times the diameter of cables. Minimum 3 meter long
loop shall be provided at both end of cable.
Distinguishing marks may be made on the cable ends for identifications of phases.
Insulation tapes of appropriate voltage and in red, yellow and blue colors shall be
wrapped just below the sockets for phase identifications.
The cables shall be protected by bricks laid on the top layer of the sand for the full
length of underground cable. Where more than one cables is laid in the same trench,
the bricks shall cover all the cables and shall project a minimum of approximately
80mm on either side of the cables. Cable under road crossings and any other places
subject to heavy traffic, shall be protected by running them through Hume Pipes of
suitable size.
All excavation and back fill required for the installation of the cables shall be carried
out by the Contractor in accordance with the drawings and requirements laid down
elsewhere. Trenches shall be dug true to line and grades. Back fill for trenches shall
be filled in layer not exceeding 150mm. Each layer shall be properly rammed and
consolidated before laying the next layer.
The Contractor shall restore all surfaces, roadways, sidewalks, Krebs wall or the
works cut by excavation to their original condition to the satisfaction of the
Engineer-In-Charge.
Cable shall be laid on G.I. perforated Cable tray. Cables shall be properly dressed
before cable ties/clamps are fixed. Wherever cable tray is not proposed, cables shall
be fixed on surface of wall or ceiling slab by suitable MS clamps/ saddles. Care shall
be taken to avoid crossing of cable.
190
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Prior to installation, burying of cables, following tests shall be carried out. Insulation
test between phases, phase & neutral, phase & earth for each length of cable.
( c) After Jointing
On completion of cable laying work, the following tests shall be conducted in the
presence of the Engineer-In-Charge.
c. Earth Test.
All tests shall be carried out in accordance with relevant Indian Standard code of
practice and Indian Electricity Rules. The Contractor shall provide necessary
instruments, equipments and labour for conducting the above tests & shall bear all
expenses of conducting such tests.
6.1 SCOPE
This section 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.
6.2 APPLICATION :
i) The electrical distribution system 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 substation, as well as in the internal/ external electrical
installations.
ii) Earthing system is also required for lightning protection, computer installations
etc. for function 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.
7.1 SCOPE
This section describes the details of test to be conducted in the completed internal
electrical installation, before commissioning.
191
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
7.2 GENERAL:
7.1.1 TESTS
Testing shall be carried out for the completed installations, in the presence of and to
the satisfaction of the Engineer-In-Charge by the Contractor.
I/We certify that the installation detailed below has been installed by me/us and tested
and that best of my/ our knowledge and belief it complies with Indian Electricity Rules
1956, as well as the Contract Specifications.
Luminaries shall be supplied as per the design specified in the Schedule of Quantities.
Luminaries shall be complete in all respects with basic mounting channel, connector
block, internal wiring and decorative attachments, if any.
All the LEDs are ROHS complaint.
All LED's fixture shall be compliance with LM79 & LM80 report.
Surface/suspended Mounted Light suitable for 40 Watts LED CRCA steel sheet
housing comprising of White (WH) / Warm White (WW) / Neutral White (NW) LEDs
connected in series parallel. Opal diffuser is supported by a pair of engg. plastic end
plates which facilitate easy removal for maintenance. Driver: Constant current output
driver, operating range 150 275V AC supply voltages and luminaire efficiency of
luminaire not less than 93 lm/w <15% THD & 2.5kV Surge protection. Driver should be
manufactured in India, with ROHS compliant, Finish: White powder coated (RAL
9016).
192
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Surface/suspended Mounted Light suitable for 80W @ 65deg beam angle LED
highbay having Powder coated high pressure die-cast aluminium housing and LED
driver compartment, Eye-bolt provided for suspension mounting, LED fixed on die-cast
aluminum heat sink for proper thermal management. LED Colour Temp. from 5700K
300K.Optics: Secondary lens optics provided. Driver: Constant voltage constant
current SMPS, operating voltage range 100300V AC, provided with open and short
circuit protection and input surge voltage protection 10 kV. Completely prewired with
accessories up to terminal block with IP66 IK05 luminaire efficiency of luminaire not
less than 90 lm/w and <10% THD.
Recess mounted LED luminaire suitable for 2 x 2grid ceiling system with system
wattage of 36 W, 240 V, 50 Hz housed in CRCA body painted RAL 9016. Primary
optics consisting of 9 nos of light grade high reflective FR grade polycarbonate deep
recess cells. Primary optics Deep Recess glare free lightg rade polycarbonate with 3x3
array of LED without diffusers bottom cover. CRI : 80 , CCT : 5700 K +/- 300 , UGR <15
, Beam angle < 87 degree , Luminaire efficacy : 87 lm/W . Driver efficiency : 85%.
Operating voltage 150 V265 V, THD < 15%, PF > 0.97. Integral Driver with 2.5 kV
surge protection, no load and short circuit protection. LM 79 report to be submitted for
luminaire and LM 80 for LED source.
Recessed downlighter LED luminaire. White powder coated die-cast aluminium
housing. High power White (WH) LED chips mounted on MCPCB, pasted on diecast
housing and high efficiency PMMA diffuser .Specially designed flat opal diffuser fixed
to housing with engg. Plastic front cover, Driver installed on cast aluminium housing
and prewired upto the terminal block. It has a system level lumen package of 1213
lumens with system wattage of 12W providing a luminaire efficacy of >101 lm/W.
constant current output driver, operating range 150 275V AC supply, voltages, LED
Colour Temp. from 5700K 300K. placed externally on top of the luminaire. with
PF>0.95 and THD<10%. The system level lifetime is around 50,000 burning hours with
70% percent lumen maintenance. The luminaire is IP 20 protected. Specified as no
load and short circuit protection. LM 79 report to be submitted for luminaire and LM 80
for LED source.
Recessed downlighter LED luminaire.White powder coated die-cast aluminium
housing. High power White (WH) LED chips mounted on MCPCB, pasted on diecast
housing and high efficiency PMMA diffuser .Specially designed flat opal diffuser fixed
to housing with engg. Plastic front cover, Driver installed on cast aluminium housing
and prewired upto the terminal block. It has a system level lumen package of 1600
lumens with system wattage of 16W providing a luminaire efficacy of >105 lm/W.
constant current output driver, operating range 150 275V AC supply, voltages, LED
Colour Temp. from 5700K 300K. placed externally on top of the luminaire. with
PF>0.95 and THD<10%. The system level lifetime is around 50,000 burning hours with
70% percent lumen maintenance. The luminaire is IP 20 protected. Specified as no
load and short circuit protection. LM 79 report to be submitted for luminaire and LM 80
for LED source.
Recessed downlighter LED luminaire. White powder coated die-cast aluminium
housing. High power White (WH) LED chips mounted on MCPCB, pasted on diecast
housing and high efficiency PMMA diffuser .Specially designed flat opal diffuser fixed
to housing with engg. Plastic front cover, Driver installed on cast aluminium housing
and prewired upto the terminal block. It has a system level lumen package of 1900
lumens with system wattage of 18W providing a luminaire efficacy of >105 lm/W.
constant current output driver, operating range 150 275V AC supply, voltages, LED
Colour Temp. from 5700K 300K. placed externally on top of the luminaire. with
PF>0.95 and THD<10%. The system level lifetime is around 50,000 burning hours with
70% percent lumen maintenance. The luminaire is IP 20 protected. Specified as no
load and short circuit protection. LM 79 report to be submitted for luminaire and LM 80
for LED source.
193
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Surface/suspended Mounted Light suitable for 18W LED Downlight shall be made out
of white powder coated single peice aluminium housing, painted white in RAL 9016
Colour shade, With circular Light opening of 158mm diameter of flat opal diffuser fixed
to housing with engineering plastic front cover. LED should be mounted on MCPCB
pasted on die cast housing to give uniform light distribution.Luminaire luminous flux not
less than 1357 lm, connected load 18w, luminaire efficiency of luminaire not less than
75lm/w .The driver should be integral thermally separated mounted on top of luminaire,
it should be constant current output current THD <15% & having 2.5 kV surge
protection, with operating range of 150-275 V AC supply voltages. Driver should be
manufactured in India, ROHS compliant.
20W LED wall/surface suitable for exterior application with intgreal control gear made
of Polycarbonate housing and frame. with IP-65 protection & LEDs are connected in
series parallel. Opal polycarbonate diffuser to minimize glare. Luminaire is suitable for
wall mounting through SS mounting brackets & 150 - 265V AC supply voltage and
CCT of 5700k with a power factor PF > 0.90 to be provided & Should not less than 40
lumens. should have a ambient range from -10 Deg to 50 Deg C should be provided for
the control gear THD < 20% & having 2kV surge protection.
Three year warranty of all the LED light, fixture, driver etc. complete in all respect.
The light fixtures shall be assembled and installed in position complete and ready for
service in accordance with the detailed drawings, manufacturers instructions and to
the satisfaction of the Engineer In charge.
All the materials used in the construction of luminaries shall be of such quality, design
and construction that will provide adequate protection in normal use, against
mechanical, electrical failure/faults and exposure to the risk of injury or electric shock &
shall withstand the effect of exposure to atmosphere.
A suitable capacitor to improve the power factor of luminaries to at least 0.9 lag shall
be provided. Capacitors shall be hermetically sealed.
Erection of fixtures shall include assembling of all components of the fixtures such as
drivers, decorative attachments, etc.
External and road light fittings shall be weather proof fittings of approved design so as
to effectively prevent the admission of moisture. An insulating distance piece of
moisture proof material shall be inserted between the lamp holder nipple and the
fitting. Flexible cord conductors and cord grip lamp holders must not be used where
exposed to weather.
The flood light fixtures shall be of the totally enclosed weatherproof and dust proof
type manufactured from aluminum alloy with a stove enameled finish having
minimum rating of IP-66. The fixture shall give an asymmetric distribution to suit the
installation and be complete with aluminum reflector, lamp holders, heat resisting
glass and internal heat resistant wiring. The fixtures shall be equipped with:
194
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
240w LED flood light suitable for High mast Flood with integral control gear made
of Extruded aluminium heat sink, designed to act as efficient heat dissipater
important for LED luminaires. Pressure die-cast aluminium cover on both sides for
holding of extruded aluminium heat sink. Extruded aluminium control gear
compartment is an integral part of luminaire. with IP-66 & IK08 protection & LEDs
are provided with secondary lens optics to get optimum optical performance & 110
- 280V AC supply voltage and CCT of 5700k with a power factor PF > 0.95 to be
provided & Should not less than 105 lumens. should have a ambient range from
-10 Deg to 50 Deg C. should be provided for the control gear THD < 10% & having
5kV surge protection with 5 year warranty. The product should compliance for
DRIVER Compliance to safety requirements in IEC : 61347 -2-13 and as per IEC :
62384. For LED Compliance to requirements in IEC : 62471 & ANSI standard
C78.377A. EMI/EMC. Compliance to IEC 61547, IEC 61000-3-2 & IEC 610003-3.
Photo biological. Compliance IEC 62471
Five year warranty of all the LED light, fixture, driver etc. complete in all respect.
The obstruction light fixture shall be of omni directional red in compliance with
ICAO Annex 14 and FAA L-810 specifications. The light shall be equipped with a
Neon spiral lamp having 100,000 hour of life. In case the main one burns out. All
components shall be of cast aluminum alloy and yellow epoxy painted and suitably
protected against corrosion and the lantern shall be waterproof. Intensity shall not
be less than 3000 candela.
9.2 EARTHING
SWG GI earth wire shall be laid with the feeder cables. This GI wire shall be connected
to the earth bar of the appropriate feeder pillar, and shall be bonded to each metal
streetlight pole.
Earth connections will be installed on terminal poles and as indicated on the drawings
Supply and install a totally weatherproof, outdoor with slanting top or inside the poles
for outdoor uses, corrosion resistant cable joint junction box.
Suitably rated block connectors (60 Amps) shall be used internally for all connections.
Cables shall be made off using compression glands. Unused spouts shall be sealed
with blanking plugs. The junction box must contain a 6 Amp 10 kA C curve MCB
mounted on DIN rail alongside 4# 60 Amps terminal blocks. Two earth studs suitable
for connection of three 10 mm2 cable lugs shall also be provided. A 2.5 mm2 3 core
PVC/FRLS cable is to be used from the terminal box to the lamp. The openings shall
be fitted with a steel cover retained by 1No lockable lock & key and with two nos. bolts.
195
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The out junction box shall be made out from 1.6mm thick CRCA sheet steel, duly
painted with Epoxy primer & paint in approved shade, adequately sized for the number
and size of cables to be terminated, mounting clamp fixing arrangement by providing
25x6mm MS strips on back of the Pole Box , two clamps with hardware for mounting of
pole box on the pole.
This section of the documents shall comprise of the supply and installation complete
including earthing, testing and commissioning of Flood Lighting for parking areas and
approach road through galvanized steel high masts with lowering lantern carriage and
tubular poles with fixed luminaries all as specified and/or indicated on the drawings.
The work shall generally be carried out in accordance with the CPWD Specifications.
The distribution boards for this section of the works shall be as specified in other
sections of this specification.
The contractor shall submit for the engineers approval full physical, mechanical and
electrical details of the equipment he proposes to use prior to placement of order. Full
details of concrete foundation for high mast columns as recommended by the
manufactures shall also be submitted for approval.
All concrete foundation shall be provided by others, under a civil engineering contract
unless, specified otherwise. The contractor shall be required to provide the civil
engineering contractor with the approved details of masts foundation, foundation bolts,
template and associated installation instructions together with accurate mast locations
and cable sleeve requirements plus the sleeves required inclusive bends and boxes.
The supply system for the external lighting installation will be 415/220 V, 3 phase,
4-wire 50 HZ with neutral solidly earthed. The main distribution panel feeding external
lighting supply from the Electric Sub Station shall be fed to the feeder pillars located
near the load centers to minimize the voltage drop and for even distribution. The feeder
pillars shall be rain and dust proof and suitable for operation in humid atmosphere.
They shall be made of at least 2.0 mm sheet steel having hinged lockable doors. They
shall have pedestals of suitable height which are grounded on concrete foundation
raised above the ground level by 300 mm. Feeder pillars shall be painted with one coat
of water proof paint and two finished coat of spray stove enamel paint of Grey colour.
Feeder pillars shall be complete with cable boxes, glands, and clamps, for incomer and
outgoing cables. All cables entries shall be from below. All switchgears shall be as per
BOQ. Incomer shall be a 4P MCCB. All openings in the feeder pillar and distribution
boards etc. shall be vermin and rodent proof. The operation of all external lighting shall
be actuated through photosensitive switches capable of setting at a predetermined
level.
General illumination requirements on the road network and parking areas shall be 15
lux and shall be achieved with LED light fixture lamps.
196
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
For parking areas and cluster of processors, illumination shall be achieved through
30M Hot dip Galvanized high masts with 240W LED flood light luminarie shall be
installed within the ICP as per drawing. Photometric characteristics of the fixtures
offered by the tenderer shall be so chosen and fixtures arranged so as to give
minimum glare to moving motorists and following minimum illumination levels
measured in the horizontal plane.
Each high mast shall be provided with lightning protection to comply with relevant
Indian Standards including providing an earth station adjacent to each mast with an
inspection chamber etc.
Each high mast shall also be provided with a twin obstruction light mounted on an up
stand fixed to the lantern carriage.
Important: Power supply to mast and aviation obstruction lighting lamps shall be
actuated through photocell in a manner that even if mast lighting is switched off
manually, power to obstruction lights would remain on, so that they could be activated
during dark.
The high mast shall be continuously tapered presenting a good visual appearance.
The high mast shall be designed confirming to IS: 875 for 47 m/s wind speed. Design
shall be such that oscillations caused on account of wind speed are damped as far as
possible and an adequate allowance is made for the stress due to these oscillations.
Full calculations on the design shall be made available by the manufacture. Masts
shall be constructed from mild steel plates cut and folded to form a multi sided
polygonal section, telescope jointed. Steel used for the construction shall comply with
INDIAN STANDARS of appropriate grade. Welding shall be of the best possible quality
and in accordance with standards. A door opening of adequate size in the base of each
mast shall be provided to permit clear access to equipment mounted therein complete
with a close fitting vandal resistant weatherproof lockable door.
The base flange shall be free from lamination and welded to the mast the connection
shall develop fully the strength of the section. Supplementary gussets shall also be
provided between bolt holes.
A cable entry of not less than 25 cm. diameter shall be provided centrally in each base
plate to coincide with the cable duct in the mast foundation. Any space left between the
underside of the mast base plate and the top of the foundation shall be dry packed with
cement mortar.
Masts shall be delivered to site in manageable section and joined onsite. The
manufacture shall supply detailed instruction relating to site assembly. Bolted
connections shall not be permitted.
Holding down blots shall be supplied complete with anchor plates for casting into the
foundation. They shall be guaranteed performance medium tensile steel bolts. A
precision made steel template with tubed holes to ensure correct vertical and
horizontal bolt alignment shall also be provided. The entire mast shall be hot dip
galvanized internally and externally in accordance with IS specification unless
manufactured from intrinsically non-corrosive steel.
197
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
For installation and maintenance purposes it shall be possible to raise or lower the
lantern carriage using a double drum winch in the base of mast.
The steel wire rope supporting the canteen carriage shall be in tension at all times. The
top pulley assembly shall be of large diameter, pulleys appropriate to the multicore
flexible cable being used. Sufficient pulleys shall be provided to cater for the requisite
number of riser cables as well as steel wire ropes. They shall be of non-corrodible
material and shall run on self lubricating bearing with stainless steel axles.
Arrangement shall exist to ensure that the electric cables and steel wire ropes are
separated before passing over their respective pulleys and close fitting guides shall
protect the pulleys to prevent ropes and cables leaving the pulleys grooves. The pulley
shall be housed in a chassis integral with a sleeve which slips over the top of the mast
and is secured axially and in azimuth. Guides and stops shall be provided for docking
the lantern carriage and an anchor point shall be securely welded to the assembly to
receive the safety maintenance equipment. Chassis assembly shall also be hot dip
galvanized and shall be covered by an approved weather proof cover.
Winches of the double drum type shall be warm driven with a gear ratio of not less than
50:1. Winches shall be self lubricating by means of an oil bath. At least four turns of
rope shall remain on the drum when the lantern carriage is fully lowered. Dimensions
of the winch shall be such to enable its installation or removal through the door
opening. Winch drums shall be grooved to ensure a tidy rope lay. A test certificate
issued by an independent laboratory shall be supplied with each winch. The capacity
and operating speed of the winch shall be clearly marked on each winch on an
indelible label together with the specification of the recommended lubricant. The winch
shall be capable of operation by hand or by means of a power tool. The driving spindle
shall be positively locked when not in use by automatic means.
Steel wire ropes shall be flexible stainless steel of at least 7/19 size/construction.
Thimble and terminals shall be of compatible material. The winch drive portable power
tool shall be multi-speed reversible tool incorporating a torque limiting device which
can be readily adjusted and locked. A remote control switch shall be incorporated to
allow the equipment to be operated from a distance of 5 meters. Suitable arrangement
shall be made to support the power tool accurately and securely during operation. The
power tool shall be radio suppressed. Handless shall to provide for hand operating the
winches and they shall incorporate a torque limiter which can be readily adjusted and
locked. A limit switch shall be provided adjacent to the winch to cut off the supply to the
operating tool when the lantern carriage is approximately 30 cm from the locked
position. Winch shall also be capable of manual operation over the whole raising and
lowering cycle if necessary.
The lantern carriage shall be of durable steel construction fitted with lantern and lamp
control gear fixing and junction box mounting plates. It shall be in two halves jointed by
bolted flanges to permit removal from the erected mast. It shall incorporate
arrangements to prevent damage to the galvanized finish of the mast and such
arrangements shall preferably not require rollers or other moving parts. It should be
capable of carrying load not less than 215 kgs.
Junction boxes of heavy duty weather proof type shall be provided and positioned on
lantern carriages each to accommodate the termination of a multi-core flexible supply
cable riser. Each junction box shall contain adequate live, neutral and earth terminals
to facilitate outgoing final wiring connections to a maximum of three fixtures per phase
or to obstruction lights. The load shall be properly balanced. The junction boxes shall
be provided with MCB/HRC fuses for protection of each fixture. The metal work of all
fixtures, carriage and control gear shall be efficiently earthed by means of separate
198
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
earth conductors. The wiring of the lanterns and associated control gear shall be
carried out with multi-core copper flexible 600 V grade high temperature insulated and
sheathed cable of 6 mm size. Each multi-core cable shall terminate in the base
compartment with a metal cased multi-pin plug and socket coupler fitted with a guard
ring and at the mast head at terminals provided in the junction boxes via nylon glands.
Two sets of extension leads shall be provided to facilitate testing equipment when the
carriage has been lowered. The base compartment shall house switches, cable
terminal boxes and other related equipment. A 12 mm diameter stainless steel stud
shall be attached to the mast structure within the base compartment to provide a
lightening and cable earthing point.
The mast shall be fitted with lightening protection comprising an air terminal at the
mast head, hard drawn down tape or conductor bonded to each section of the mast
and test link, all efficiently bonded to an adjacent earthing station.
The flood light fixtures shall be of the totally enclosed weatherproof and dust proof
type manufactured from aluminum alloy with a stove enameled finish having minimum
rating of IP-66. The fixture shall give an asymmetric distribution to suit the installation
and be complete with aluminum reflector, lamp holders, heat resisting glass and
internal heat resistant wiring. The fixtures shall be equipped with:
The obstruction light fixture shall be of omni directional red in compliance with ICAO
Annex 14 and FAA L-810 specifications. The light shall be equipped with a Neon
spiral lamp having 100,000 hour of life. in case the main one burns out. All
components shall be of cast aluminum alloy and yellow epoxy painted and suitably
protected against corrosion and the lantern shall be waterproof. Intensity shall not be
less than 3000 candela.
Complete details of required foundations to suit the approved masts shall be submitted
for the Engineers approval. The foundation shall be of reinforced concrete type for
flanged base plate mounting as recommended by the mast manufacture. The
incoming duct arrangement shall be adequate for incoming cables and outgoing
lightening conductor. Foundation bolts shall be supplied by the manufacture with a
fixing template.
9.10 Control
Control of the high mast flood lighting shall be by photo cell operated switch which
would actuate with the intensity of day light. The obstruction lights shall also be
controlled through a photocell relay. The photoelectric unit with relay shall be housed
within the switchboard with the detector head externally mounted. The unit shall be
preset for 70 lux ON and 150 lux OFF.
199
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
9.11 Testing
Each mast shall be protected against damages by collision by a guard rail cage, of 2.4
m by 2.4 m mounted on vertical angle steel sections of the size 200 mm by 16mm,
solidly founded to or in the concrete foundation of the flood light pole. The top of the
guardrail shall be 750 mm above ground level and the corners shall be suitably
rounded off so that no sharp edges are protruding.
All parts of the cage, angle iron and bolts are to be galvanized in accordance with IS
Specification.
The contractor shall compare the dimensions of the lantern carriage with the guard rail
cage and ensure that unrestricted maintenance access would be available. He shall
make adjustments to the guard rail cage dimensions if necessary and allow for it in his
rates.
10.1 FINISH
Tenderer shall supply full descriptive literature and technical particulars of the
equipment offered. General arrangement and wiring drawing shall also be supplied by
the tenderer.
This specification covers HT switch gear Panels suitable for 11000 volts 50 Hz. 3
phase 3 wire alternating current solidly earthed electric supply system, complete with
all accessories and inbuilt power pack unit as per this specification.
The panels shall be complete with interlocking features, automatic safety shutters,
internal connections for interconnections of the panels, bus bar chamber, ON and OFF
indicators, earthing sockets, with all the instruments and relays in position and duly
wired up with copper conductor cables and any other accessories to complete the
supplies in all respects.
200
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
o The panel shall be indoor type, metal clad, extensible horizontal draw out type
complete with interlocking features, automatic safety shutters, handle for arising
and lowering the switchgear and rollers for the rolling out, draw out truck etc. and
manually operated, trip free type, Vacuum circuit breaker ; incorporating
mechanical as well as Electrical ON/OFF LED indicator. The closing mechanism
shall be as per the following:-
Independent Manual spring assisted, and Spring charged electrically & manually
closed, and shall consist of :
i. Triple pole vacuum circuit breaker, 11000 volts 630 amps capacity ( as required),
rupturing capacity 18.4KA at 11 KV (Symmetrical).
ii. 630 amps rating (as required) air insulated but encapsulated, high conductivity
Copper bus bars of uniform cross-section for electrical purposes, suitably insulated
with sleeves and extensible type on the both ends.
iii. ON & OFF (RED and GREEN) indicating light.
iv. Isolating plug contacts.
v. IDMT (equivalent to CDG-61 Relay) induction type non-directional, triple pole
combined over current and earth fault relay having over current setting 50% -200%
earth fault setting 10% - 40% short circuit setting 200% - 800% with flag indication
with Series Trip/Shunt trip on 24 V operating off Power Pack supply.
vi. 24 volts DC shunt trip release.
vii. CT chamber with Three - Current transformers dual ratio, rating as per attached
data-sheet., 15 VA burden for protection, 15 VA burden for metering. accuracy 5P-10
for protection and class 0.5 for metering as per Schedule of Quantities and
Data-sheets.
viii. Ammeter range suitable to CTs offered dial size 144mm x 144mm with selector
switch.
ix. 3x11000 /110 volts resin cast potential transformer withdraw able type with automatic
shutters, 100VA burden, accuracy class-1 with protective fuses. The secondary for
PT shall have terminals on terminals block where from 110 volts power supply can be
extended to adjoining panels through an extra set of HRC fuses provided for the
purposes.
x. One Voltmeter range 0-15 KV dial size 144mm x 144mm with selector switch.
xi One - Cable box complete with accessories to suit 11 KV 3 phase XLPE (E) cable
size 300 sq. mm suitably mounted on the panel for incoming cable.
xii Test terminal block, fuses, circuit labels, Indication light etc. as per standard practice.
xiii Necessary strip heaters to prevent absorption of moisture during winter and
monsoon.
xiv. Under voltage, over voltage, auxiliary and master trip relays as required.
xv. Necessary trip supply healthy indicator lamp and switch and other standard
accessories.
xvi. HT panel shall be provided Anti pumping devices, Auxiliary relays for
Temperature scanner & door interlock of transformer.
201
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
RELAY ON 11 KV HT PANEL
1 Current Rating 5A
2 Settings 50-200% in seven equal steps of 25% for O/C & 20-80% in
seven equal steps of 10% for E/F
3 Operating Time 0-3 second at 10 times current setting
4 Type of relay (i) CDG-31 DC shunt Trip, 2 element O/C & 1 element E/F
relay for other 2 nos. Feeder controlling Circuit Breakers.
(ii) CDG-61 DC shunt trip 2 element O/C & 1 element E/F
for Transformer controlling Circuit Breaker
(iii) VAA-33, 2 Nos for Transformer controlling Circuit
Breakers
5 Auxiliary Contracts Self Reset
6 Type of Mounting Flush, 3D Horizontal case suitable for Flush mounting trip
isolating switch and CT shorting switch provided on the
craddle assembly.
202
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
10.7 INSTALLATION :
All Panels /accessories are efficiently earthed and connected to the required number
of earth electrodes.
Clearances in the front, rear and sides of the Panels shall be as per drawings &
specifications.
Automatic safety shutters, Door interlock, handle interlock in all the panel shall be
operative.
Earth continuity,
The operation of the Protection devices shall be tested by means of secondary &
primary injection test & the Primary injection test will be preferred of relay through CTs.
o breaker operation.
The entire Switch Board / Panel shall be withstanding high voltage test after
installation.
Any other tests as may be required by the inspector shall be conducted.
203
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
11.5 EARTHING:
The star point on the low voltage side shall be brought out for solid earthing. The
transformer tank & cable end box should be provided with two suitable earth terminals
for earthing.
11.6 WINDINGS
The windings shall be manufactured from electrolytic grade copper conductors and
fully insulated for rated voltage by HIGH QALITY INSULATED nomex calendared
paper. The high and low voltage windings shall be totally encapsulated and should be
Cast under vacuum in moulds with fiber glass reinforced epoxy resin laminate. Both
HV & LV windings of each phase shall be separately cast as a rigid tubular coil with no
mechanical & electrical connection between their co-axial arrangements. The
transformer shall be free of partial discharges at least up to 1.1 times the rated voltage.
The windings shall absorb no moisture under the worst tropical conditions.
11.7 CORE
The core shall be built up with high grade, non-aging low loss & high permeability
CRGO Silicon Steel Lamination. CRGO sheet shall be coated with inorganic material
like carlite or equivalent insulation to reduce eddy current to minimum. After shearing,
the laminations shall be treated to remove all burrs & shall be annealed to remove all
the residual stresses.
Core framework and clamps shall be arranged and tightened to securely hold
laminations in order to prevent any settling or displacement in case of heavy shocks
during transport, handling or short circuits. All the iron parts, except the core shall be
galvanized and treated with high temperature resistant paint. Core fastening bolts shall
be insulated to reduce losses and avoid hot spots. Transformer shall be designed to
withstand 10% over fluxing corresponding to rated voltage.
Suitable lugs shall be provided for lifting the complete core & coil assembly of the
transformer.
11.8 INSULATION
Inter-turn and inter coil insulation shall be designed such that di-electric stress is
uniformly distributed throughout the windings under all operating conditions. The
winding shall be provided with Class 'F' insulation or better.
11.12 IMPEDANCE
The desired Impedance shall be as mentioned in the IS 2026
204
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
11.15 COOLING
The transformer shall be designed for natural cooling (AN).
11.16 ENCLOSURE:
Transformers shall be provided with a sheet steel enclosure with adequate provision
for ventilation. The degree of protection of enclosure shall be IP-21 for indoor
installations & IP - 44 for outdoor installations. The sheet steel thickness of enclosure
shall be minimum 2 mm & shall be treated for anticorrosive panting.
11.17.2 LV End:
Terminals/bus bars shall be suitable to receive BUS DUCT. The complete details shall
be given on finalization of the order. Alternatively, termination shall be through the side
/ top of the enclosure to the bus duct. The flange details for mounting of the bus duct
shall be given after finalization of the order.
11.18 UNDERCARRIAGE
Transformers shall be supported on structural base equipped with bi-directional rollers
suitable for moving the fully assembled transformers.
11.19 ACCESSORIES
The following fittings shall be provided on the Dry Type Transformers:
i) Rating & Terminal marking plate
ii) 4 nos. bi-directional flat rollers
iii) 2 nos. earthing terminals with lugs on the transformer base channel on diagonally
opposite ends
iv) Lifting arrangement
v) Extra Neutral bushing brought out of Enclosure
vi) 1 no. PT-100 sensor in each LV windings wired up to the Winding temperature
indicator Scanner. The instrument shall have two sets of adjustable contacts for
alarm & trip. Instrument shall have scanner to read and show temperature of all the
three phases sequentially.
vii) On the doors of the enclosure a set of the sensor / device shall be provided with the
potential free auxiliary contacts to make the interlocking between the transformer
door and the incoming HT breaker:
viii) High Tensile Steel bolts and nuts exposed to the atmosphere shall be either
galvanized / zinc passivated 0r preferably Stain less steel bolts to make them as
rust free.
ix) The incoming HT breaker should not be get closed if the transformer doors are
open.
x) The transformer doors should not be getting open if the incoming HT breaker is in
closed (ON) position.
205
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
11.20 TESTS
Transformers shall be subjected to routine & type tests as specified in IS 2026, IS
11171 IEC - 726 & given below:
NOTE : Transformers complete with all accessories and shall be as per relevant
latest IS etc.
11.24 INSTALLATION:
Installation shall conform to Indian Standard Code of Practices IS: 1886-1967 and
meet with the approval of the Electrical Inspectorate and other statutory bodies.
Transformers shall be positioned with acceptable clearance all round & its wheels shall
be either locked or provided wheel stoppers.
Visual inspection shall be conducted for mechanical damage to any part or parts,
leaking tanks, tubes or bushings. Suitable steps shall be taken to rectify the defects
immediately.
The star point of L V winding shall be earthed by means of two separate and distinct
earth conductors copper strip.
11.25 COMMISSIONING:
The following pre-commissioning tests shall be conducted and test results recorded.
a) Continuity of the windings.
b) Operations of sensors shall be proper.
c) Setting of temperature sensor & Tap
d) Insulation resistance between windings and also between windings and earth
206
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
& other test as required checking the healthy ness of the transformer.
After energising, transformer shall be kept on `No Load' for a period of 24 hours before
load is switched. Thereafter Transformers shall be brought up to full load over a period
of one hour.
The contractor shall provide the necessary data as per data sheet below along with the
Tender
207
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Bottom
23. Lightning impulse level To be filled by bidder along with tender
24. Efficiency at 75 0c at unity P. F.
a) At 100% load To be filled by bidder along with tender
b) At 75% load To be filled by bidder along with tender
c) At 50% load To be filled by bidder along with tender
25. Efficiency at 75 0c at 0.8 P. F.
a) At 100% load To be filled by bidder along with tender
b) At 75% load To be filled by bidder along with tender
c) At 50% load To be filled by bidder along with tender
26. Neutral Provided
SALIENT FEATURES
1) The only weighbridge with SIGMA-DELTA converter based digitizer, the best
208
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
209
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
13.1 Scope:
Work covered by this contract shall include supply, transportation, delivery, installation,
testing and commissioning of automatic start direct coupled Diesel Generator Sets and
shall include but not limited to the following.
Radiator cooled engine with alternator mounted on a rigid fabricated steel base
frame with resilient anti-vibration mountings.
Daily and outdoor storage fuel tank with oil piping and filters.
Air intake filter.
Exhaust piping with thermal insulation and with residential type silencer.
Obtaining necessary permission from relevant Deptt. for installation and operation
of DG Sets.
Obtaining statutory approvals from Chief Electrical Inspector.
Obtaining approvals from Pollution Authorities as required.
Associated civil works
The Contractors scope of work shall include supplying and fixing of complete work as set
down in these tender documents, material and components not specifically stated in the
tender documents but which are necessary for satisfactory installation and operation of the
system shall be deemed to have been included in the Contractors scope of work.
Type - Suitable for generating set application, multi-cylinder, solid injection, cold
starting.
Cycle - Four stroke
Speed - 1,500 r.p.m.
Speed variation - Within 2% for operation between 1% and 10%
Method of starting - Battery
Net site output - As per schedule of quantities. The output shall be based on base
duty application i.e. continuous operation around the clock with varying loads.
The engine rating shall be stated in the tender in accordance with the latest revision of
relevant INDIAN STANDARS.
210
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The accessories to be provided with the engines shall include the following:
211
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
A clearly visible graduated fuel level indication shall be provided in the day as well as
main tank.
Exhaust piping shall be fabricated from class A MS pipes of size suitable to limit
backpressure to permissible limit as per CPCB norms. Flanged joints in the exhaust
piping shall be covered with removable moulded asbestos sectional muffs or similar
composition.
212
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
13.8 Alternator:
13.8.1. Rating
The alternators shall have the following rating and characteristics:
Voltage Regulation - Within 1.0% of the rated voltage from no load to full load
Overload - More than 10% of the nominal for 1 hour every 12 hours without
excessive heating
13.8.2. Construction
A direct coupled, screen protected drip proof type, self excited and self regulated
alternator shall be provided with the diesel engine. The combined engine alternator unit
shall be mounted on a common rigid fabricated base frame, and the alternator shall be
continuously rated. The alternator shall have its windings star connected with the neutral
connection brought out to a separate terminal. The alternator shall fully comply with the
latest Standard in respect of winding insulation and fast response to maintain steady
voltage.
13.8.3. Temperature Rise
The Max temperature rise of the various components of the alternator shall not exceed
those permitted under IS with full output and under the ambient temperature conditions
specified in Clause 1.3 above.
13.8.4. Rating and Regulation
The alternator shall be directly coupled to the diesel engine through a flexible coupling and
shall be suitable to deliver the rated output at 0.8 P.F. lagging, on a 3 phase 4 wire 415
volts 50 cycle system. The alternator shall be of the self-regulated and self excited type in
a screen protected, drip proof enclosure. The alternator shall be with static excitation
system and the voltage regulation from no load to rated load shall be within 1% of rated
voltage.
13.8.5. Alternator Insulation
The alternator should have class H insulation to withstand tropical conditions.
13.8.6. Auto Mode
(a) A line voltage monitor shall monitor supply voltage on each phase. When the main
supply fails completely or falls below set value or any phase, the monitor module
shall initiate start up of diesel engine. To avoid initiation due to momentary dips or
system disturbance, a time delay adjustable between 0.5 to 5 seconds shall be
incorporated in the start up initiation.
(b) Under this event, main breakers of DG set will be opened & breakers of
transformer will be closed.
(c) Suitable adjustable timers shall be provided which will make it feasible to vary
independently ON-OFF setting periods from 0-10 seconds. If the alternator does not
build up voltage after the first or any start, as the case may be, further starting
attempt will not be made and the starting facility will be reset.
(d) When the main supply is restored and is healthy as sensed by the line voltage
monitor setting both for under voltage and unbalance, and after the quality is
213
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
monitored by a suitable time which can be set between 1 minute to 10 minutes, the
alternator supply circuit breaker shall open before mains circuit breaker closes.
(e) The diesel alternator set reverts to stand by for next automatic operation.
13.8.7. Manual Mode
Under manual mode it shall be possible for the operator to start up the generator set by
pressing the (START) push button.
(a) Three attempt starting facility shall also be operative for the start up function.
(b) The CLOSE and TRIP operation of Mains, Alternator and Bus-coupler circuit
breakers as required shall be manual by pressing the appropriate push button on the
panel. Closure shall be feasible only after alternator has built up full voltage. If the load
is already on MAINS pressure on CLOSE button shall be ineffective.
(c) When running under manual mode, if the mains supply has failed, the load shall
automatically get transferred to the alternator immediately overriding the stipulation of
pressure on CLOSE button.
(d) Engine shut down, other than due to faults shall be manual by pressing a STOP
button.
13.8.8. Test Mode
(a) When under TEST mode pressure of TEST button shall complete the start up
sequence simulation and start the engine.
(b) Engine shall build up voltage but the set shall not close alternator circuit breaker when
the load is on the mains. Monitoring performance for voltage/frequency etc should be
feasible without supply to load.
(c) If during TEST run the power supply fails, the load shall automatically get transferred to
alternator.
(d) Bringing the mode selector to auto position shut down the sets.
13.9 Fuel Oil System
13.9.1 Daily Service Fuel Tank
Daily service fuel tank shall be provided of rated capacity.
The tank shall be waterproof and dust proof and shall be fabricated from not less than
2mm MS sheet.
A float operated fuel level indicator, fuel draw off connection, drain cock and overflow
connection shall be provided on the tank. A removable cover of ample size with lock shall
allow free access to the interior. The tank shall be mounted on steel supports. An on-line
fuel filter shall be provided at the inlet of tank.
13.9.2 Fuel Transfer Hand Pump
A semi-rotary hand transfer pump shall be provided with necessary piping as required for
filling the main fuel tank to be installed outside the substation at a height for gravity flow.
13.10 Engine Auxiliary Motors and Wiring
The contractor shall supply, install and test all engine axillaries. This shall include the
supply and installation of all electrical and control wiring between the Main LV Switchboard
and the individual auxiliaries. Wiring shall be with copper conductor PVC insulated wires in
flexible/rigid conduits including loop earthing or armored cables.
13.11 Starting Battery And Protection
A 24 volt heavy duty battery of adequate capacity, 180 AH. Complete with battery charging
equipment shall be supplied and installed by the supplier to energies electric starting
equipment. The battery shall be contained in an approved steel frame. The charging unit
shall be contained in the control cubicle and be, complete with ammeter and voltmeter,
fuses, charging rate adjustment and interconnection.
214
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
13.13 Piping
13.13.1 Piping Materials
Unless otherwise specified, pipes shall be medium class MS as per standards suitable for
welded joints. Wherever so specified, class B GI pipes with screwed joints could be used
for pipes up to 50mm dia. Pipes shall be given one primary coat of rust inhibiting paint
being installed.
Fitting shall be new and from approved manufactures, Fitting shall be of pressure rating
suitable for the piping system. Flanges shall confirm to standards. Supply of flanges shall
include bolts, nuts, washers, gaskets etc; as required. All equipment and valve
connections shall be through flanges.
Gate valves and Check valves shall conform to standards. Gate valves shall have
non-rising spindles unless otherwise specified. Valves up to 40 mm dis shall have
gunmetal body and valves of more than 40 mm dia. cast iron body unless otherwise
specified. Valves shall be suitable for test pressure as per piping system requirements and
as per standards. Butterfly valves shall conform to standards. The valves shall be suitable
for flow in either direction and seal in both directions. The valves shall be of integral
moulded design.
Pressure gauge shall be duly calibrated not less than 100mm dia and of appropriate range
and with shut off gauge cock etc.
Pipes shall be supported from wall mounted or ceiling suspended supports at an interval of
maximum 2 mtrs unless otherwise stated/approved using 12mm thick ribbed rubber pad or
any other approved resilient material.. Pipes supports shall be of steel, adjustable for
height and primer coated with rust preventive paint and finish with 2 coats of enamel paint
of approved colour. Pipe hangers shall be fixed on walls and ceilings by means of dash
fasteners.
Pipe sleeves of 50mm or larger diameter shall be provided wherever pipes pass through
wall and the annular space filled with felt and finished with retaining rings.
Insulated piping shall be supported in such a manner as not to put undue pressure on the
insulation.
13.13.3 Testing
All piping shall be tested to hydrostatic test pressure of at least one and a half times the
maximum operating pressure, but not less than 7Kg/sq cm for a period of not less than 24
hours. All leaks and defects in joints revealed during the testing shall be rectified to the
satisfaction of the Engineer.
The Engineer-in-charge shall be notified well in advance by the contractor of his intention
to test a section of piping and all testing shall be witnessed by the Engineer-in-charge or
215
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
his authorized representative. The contractor shall make sure that proper noiseless
circulation of fluid is achieved through all coils and other heat exchange equipment in the
system concerned. If proper circulation is not achieved due to air bound connections, the
contractor shall rectify the defective connections. He shall bear all the expenses for
carrying out the above rectification.
No insulation shall be applied to piping until the completion of the pressure testing to the
satisfaction of the Engineer-in-charge.
After the piping is installed, tested and run for at least ten days of eight hours each, the
piping shall be given two finish coats of approved color.
13.14 General
The DG sets with support systems shall be complete with all equipment, visual and audible
alarms, indications and controls required for fully reliable and safe operation of the DG sets
whether specifically stated in these specifications or not. It is essential that the operation of
all protection equipment be completely reliable in all respects.
Whenever the engine is shut down due to over speed, low lubricating oil pressure, high
water temperature or excess starting time, the circuit breaker shall also be tripped and the
starting systems of the engine shall be locked out until the respective protective relay is
reset.
Tests proving the satisfactory performance of all operating gear and safety functions and
controls shall be carried out.
Performance test at site shall include (but not limited) the following:
S. No Test Acceptance criteria
1. Fuel consumption at 60%, 5% of guarantee performance.
80% and 100% load Actual DG set efficiency as
determined in the manufactures
works tests shall be used as the basis
of calculation of specific fuel
consumption ratio.
216
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Contractor shall carry out any further tests/trials that Engineer may desire to satisfy
themselves that the Generator Set and associated equipment fully comply with the
conditions as set out in these Specifications.
All calibrated instruments, materials, load configurations, fuel, lubricating oil and labour
required for carrying out of the test shall be provided by the Contractor free of cost. The
Contractor shall give ample notice of the test to the Engineer-in-charge.
2.1 The Contractor shall execute the work on the basis of indicative designs provided
hereunder, however, the detailed working drawing shall be prepared by the contractor
for approval by the Engineer in charge prior to execution of work. 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. The work will
be carried out by the authorized agent of manufacturer.
2.2 All equipment shall be tested at manufacturer's Works as per latest relevant governing
specifications and Test Certificates / Reports be submitted to the Engineer-in-charge.
The contractor shall intimate 15 days in advance the schedule date of such tests to
the Engineer-in-charge to enable their representatives to witness the tests. But under
no circumstances factory test shall absolve the Contractor of his responsibility for
Performance of the Equipment or System.
2.3 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and cost for the same
shall be borne by the contractor.
2.4 The Contractor shall take full responsibility for proper operation of the entire system.
2.5 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 and cost for
the same shall be borne by the contractor.
2.6 On completion of erection, the contractor shall thoroughly clean all the equipment,
inspect and check the entire installation for correctness and completeness and furnish
217
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4.0 INSTALLATION:
4.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings, and as recommended by the equipment manufacturer.
4.2 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.
4.3 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.
4.4 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.
5.0 DEMONSTRATION:
5.1 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.
5.2 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.
Demonstrate scan, update and alarm responsiveness and any other demo which may
be deemed fit.
6.0 MANUALS
The following manuals shall be provided at the time of Handing over:
6.1 An Operators Manual shall contain graphic explanations of keyboard use for all
operator functions specified under Operator Training.
6.2 Computerized printouts of all data file layouts including all point processing
programming details, flowcharts, etc.
6.3 On completion of works "As Built" drawings for completed installation shall be
prepared by the Contractor and (5) Five copies (in hard and soft form) 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.
218
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
8.1.1 The scope of work includes all items of work as per specifications, drawings, terms and
conditions of contract etc. required for successful commissioning of the system. This
shall include, but not limited to the following:-
8.2.2 The number of detectors and location shall confirm to relevant standards.
Addressable intelligent 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.
8.2.3 The fire alarm panel shall operate at 240V+ 10% 50Hz. The FDAS shall also be
provided with a dedicated standby 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.
8.2.4 The FRLS cables shall be used from detectors to the alarm panel.
8.2.5 The system should be able to detect any type of smoke, fire and heat in the respective
site area.
219
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
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. Alarm verification shall be
printed on the printer at the Control Stations 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 pre-programmed operation.
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.
The networking should be peer to peer type wherein all information is available on all
the panels
220
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
It shall be possible for the panel to have a loop length with different modules offering
up to 2 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 UL 9th Edition/ VDS/ EN54 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.
c. The panel should have a LCD touch 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 UL 9th
Edition/VDS/ EN54 Certification.
f. The panel should have a 230V AC power supply unit in plug-in design with rack
and panel connector is a 24VDC 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.
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 1000 event history.
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 cm for display and operation of alarm messages, malfunctions,
221
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
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.
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/VDS/UL 9th
Edition guidelines.
Each detector shall have in built fault isolation unit.
Heat 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 manual stations shall be provided to connect to the Fire Alarm Control
Panel loops.
222
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
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.
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 different types of tones.
Technical specifications
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.
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,
223
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
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 type
written "Sequence of Operation."
1.0 SCOPE:
1.1 The specification of Video Surveillance System covers technical specification and
requirement of IP based Video Surveillance Systems consisting of indoor dome
type IP camera, outdoor P/T/Z IP dome camera, outdoor IR bullet day/night IP
camera, Box type IP Camera, single/multi channel video encoders, video
management hardware & software, recording servers, switches, colour monitor etc.
for surveillance of ICP & other establishments from centralized location at station.
1.2 Video Surveillance System shall be end to end IP based with IP cameras as per site
requirement.
1.3 The entire system shall be based on open architecture where the Cameras should be
ONVIF Complaint and can work and integrate with any make of IT hardware.
2.2 It shall be possible to integrate the surveillance system using the existing LAN / WAN
infrastructure on optical / microwave backbone network of ICP.
2.3 In IP based video surveillance system, the cameras shall be provided at different
locations so that the output is available as ethernet and connected to the
backbone to the control room.
2.4 Each camera shall have a video at 4 CIF (Common Intermediate Format) and 6
frames and a dual stream capability such that the viewing and recording at different
resolutions and frames per second are possible.
2.5 IP based video surveillance system and cameras shall offer dual streams of H.264
video compression standards at 4 CIF, 6 fps simultaneously.
224
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2.6 System shall provide secured recording for evidence purposes and user
authentication to protect data integrity.
2.7 The storage device for recording shall be external and of standard make with RAID
6 protection.
2.8 The recording shall be preferably stored for at least 30 days at CIF, 6 frames per
second. However the system should be capable of recording at 4 CIF 6 frames per
second for all cameras.
3.1 Original Equipment Manufacturer (OEM) of video surveillance system shall have
office in India. OEM or its authorized representative shall have service facility in
India.
3.2 Manufactured products shall have quality system compliance and shall be UL or EN
and FCC certified.
3.3 All IP cameras and video management software should be from the same
manufacturer as all these equipments communicate directly with each other.
3.4 All the IP cameras shall be freely accessible and programmable from the control
room.
3.5 Every control room of surveillance system shall be capable of getting connected to the
optical or other communication backbone of ICP.
3.6 The power supply available at the locations shall be 230 V / 50 Hz AC which may vary
from 160 Volts to 270 Volts. All modules of the surveillance system should work using
this power supply only with requisite converters & voltage stabilizers of suitable
capacity, if required.
4.1 IP based Video surveillance System for all type of stations should mainly consist of the
following:
225
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
4.2 Fixed box type IP colour cameras should preferably be provided in parking area,
entrance/exit points, platforms, yards etc. or any other locations as decided by purchaser.
4.3 Fixed dome type IP colour cameras should preferably be provided in waiting halls, ticket
counters, offices etc. or any other locations as decided by purchaser.
4.4 High speed P/T/Z IP dome cameras should preferably be provided in parking area,
circulating area, platforms, foot over bridges etc. and for general perimeter surveillance or
any other locations as decided by purchaser.
4.5 For video surveillance system, there shall be required number of workstations for
monitoring, one server for video management and required number of servers for video
recording along with external storage array with RAID 6 protection for recording all the
cameras. Minimum 16 cameras should be preferably viewed on one large monitor or as
specified by purchaser.
4.6 At locations where video surveillance systems of multiple stations are to be viewed from
one centralized location, the video surveillance system shall be integrated with the available
backbone of the ICP, details of which shall be provided by ICP. The vendor shall supply all
the necessary interface equipments required for such integration.
4.7 At each location of video surveillance system, there shall be a local control room with
provision for monitoring & controlling cameras, recording and playback.
4.8 Administrator of centralized control room shall have right to create or delete any user from
the system.
4.9 The Administrator shall be able to allow or deny a user access to some specified camera/
control and playback at any given point of time.
4.10 CAT-6 cable shall be laid between IP cameras and switches installed in the field.
4.11 From field switches, optical fiber cable is to be laid to central switch. If distance between
field switch & central switch is less than 90 meters, CAT-6 cable may also be used. The field
switches shall have 10/100/1000 SFP port for fiber interface for switch to switch connectivity.
All field switches should be connected to central switch in star configuration. Media converter
can be used for fiber connectivity to remote IP camera.
4.12 Separate power cable is to be laid from central location to each camera location,
for powering all the cameras and other devices installed in the field.
4.13 Monitoring & viewing work stations, video management server, recording server,
storage device, central switch & UPS are to be kept in the main control room in AC
environment.
4.15 Suitable housing enclosures fitted with heater & blower kit shall be provide to all outdoor
equipments i.e. IP cameras, switches, encoders etc. to satisfactory work upto temperature
of -30oC to +50oC , if required due to local weather conditions and specified by purchaser.
4.16 The system shall support activity controlled frame rate control. This is required to
226
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
automatically adjust frame rate depending on motion & scene. During periods of negligible
motion, the frame rate should drop to 1fps and when motion occurs, the frame rate should
return to standard fps.
4.17 The system shall be compliant to global standard ONVIF (Open Network Video Interface
Forum) for the interface of network video products.
Electrical
Input voltage +12 VDC or
Power-over-Ethernet (48 VDC nominal)
Power consumption 3.8 W max.
6.3 W max. (IR version)
PoE IEEE 802.3af (802.3at Type 1)
Power level: Class 2
Sensor
Sensor type 1/2.7 inch CMOS
Total sensor pixels 1952 x 1092 (2MP)
Video streaming
Video compression H.264 (MP); M-JPEG
Streaming Multiple configurable streams in H.264 and
MJPEG, configurable frame rate and bandwidth.
Regions of Interest (ROI)
Video resolution
1080p HD 1920x1080
Video Function
Day/Night Color, Monochrome, Auto
Adjustable picture Contrast, Saturation, Brightness
settings
Optical
Lens type 3 to 10 mm Varifocal, DC Iris F1.3 360, IR
corrected
227
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Local storage
Internal RAM 10 s pre-alarm recording
Memory card slot Supports up to 32 GB micro SDHC / 2 TB micro
SDXC card. (An SD card of Class 6 or higher is
recommended for HD recording)
Recording Continuous recording, ring recording. alarm/
events/schedule recording
Environmental
Operating temperature (continuous) -20 C to +50 C (-4 F to +122 F)
Storage temperature -30 C to +70 C (-22 F to +158 F)
Humidity 20% to 90% relative humidity (non
condensing)
DESCRIPTION
GENERAL SPECIFICATIONS
228
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ELECTRICAL SPECIFICATIONS
ENVIRONMENTAL SPECIFICATIONS
General
7.0 2 MEGAPIXEL Network PTZ Camera 30x zoom with Auto Tracking
DESCRIPTION
229
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
GENERAL SPECIFICATIONS
NETWORK
ELECTRICAL SPECIFICATIONS
ENVIRONMENTAL SPECIFICATIONS
230
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Electrical
Input voltage 24 VDC 50/60 Hz or
12 VDC Power-over-Ethernet (48 VDC nominal)
Current Consumption 400 mA | 500 mA IVA (12 VDC)
350 mA | 450 mA IVA (24 VAC)
150 mA | 175 mA IVA (PoE 48 VDC)
Power consumption 4.8 W | 6 W IVA (12 VDC)
8.4 W | 10.8 W IVA (24 VAC)
7.2 W | 8.4 W IVA (PoE 48 VDC)
PoE IEEE 802.3af (802.3at Type 1)
Sensor
Sensor type 1/2.7 inch CMOS
Total sensor pixels 1952 x 1092 (2.0MP)
Video performance
Sensitivity (3200K, reflectivity 89%, F1.2, 30IRE)
Color 0.22 lx (0.022 fc)
Mono 0.05 lx (0.005 fc)
Dynamic range 76 dB Wide Dynamic Range (92 dB with IAE )
Video streaming
Video compression H.264 (MP); M-JPEG
Streaming Multiple configurable streams in H.264 and
MJPEG, configurable frame rate and bandwidth.
Regions of Interest (ROI)
Video resolution
1080p HD 1920x1080
Video Function
Day/Night Color, Mono, Auto
Adjustable picture Contrast, Saturation, Brightness
settings
Audio streaming
Signal-to-noise ratio > 50 dB
231
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Optical
Lens type Manual and DC-Iris auto-detect with override
DC-iris drive: max. 50 mA continuous
Lens mount CS mount (C-mount with adapter ring)
Local storage
Internal RAM 10 s pre-alarm recording
Memory card slot Supports up to 32 GB micro SDHC / 2 TB SDXC
card. (An SD card of Class 6 or higher is
recommended for HD recording)
Recording Continuous recording, ring recording. alarm/
events/schedule recording
Environmental
Operating temperature -10C to +50C (Minimum)
Operating temperature (IVA) -20C to +50C
Storage temperature -30C to +70C
Operating Humidity 20% to 93% relative humidity
Storage Humidity Up to 98% relative humidity
ii. Redundant recorders: have two recorders with same settings in different
locations. One is primary and the other is secondary. Primary server is used to
configure cameras, secondary server is used only to receive streams and
record. Camera stream can be multicasted to preserve network bandwidth
232
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The VMS shall be able to support cameras at upto 60 frames per second and any
resolution supported by the camera and the camera driver. The VMS shall
7 automatically offer only supported fps and resolution combinations for user
convenience.
The system shall allow the recording, live monitoring, playback of recorded video
8 audio, and data simultaneously
14 The VMS shall support H.264, MPEG-4 and MJPEG compression methods
15 The VMS shall support multi streaming
The VMS shall support exporting video in a tamper proof format. The media player
provided in the software shall automatically notify if the video or audio has been
16
modified
The VMS shall provide file export tool for export of single frame of video in BMP,
GIF, TIF, JPG and PNG formats and export of video files in ASF,AVI and MKV
17
format
233
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Recording Software
Software shall operate in server-client architecture. The servers shall include
1 recorders, system management server(s) and possible gateway/web server(s).
Software should be of enterprise level and able to handle up to 64 cameras with one
recorder. One master recorder shall manage a system of up to 100 recorders with
2
the possibility to expand the system to include multiple master recorders. Recorder
Software should have a spare of minimum 15 %
The system management server shall run as a Windows service on one of the
recorders. The system management server shall control the following:
a) Overall system operation.
b) Data communication between recorders and client programs.
3
c) Maintain user and profile lists.
d) Authenticate and authorize users and applications.
e) Maintain system logs.
f) Handle system diagnostics.
Software shall allow the recording, live monitoring, playback of archived video,
4
audio and data, network transmission and changes to settings simultaneously.
Server software shall enable the client to dynamically create connections between
5 Cameras and workstations and view live or recorded video on the digital
monitors(audio, video, serial ports and digital /Os)
Server software shall provide the client seamless operation of all cameras and
6 workstations available in the system regardless of the actual connection to different
archive servers
The recorders shall support multi streaming between the recorder server and the
7
client machines
Offered software shall use standard servers for all the processing and shall not
8
need any proprietary server hardware
234
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
235
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
236
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
237
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SERVER
Video Management -- 2U Rack server
Processor/Cache
Dual Socket LGA 2011
Dual Intel Xeon E5 -2620 v2 processor (Hexacore,2.1Ghz clock frequency)
Cache upto 15 MB per Processor
QPI upto 7.2 GT/sec
System Memory
238
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
RAID Architecture
LSI SAS 2208 chipset with 1Gb cache Hardware RAID controller
for RAID 0,1,10,5,50,60
Onboard Devices
Intel C602 chipset
Support for Intelligent Platform Management Interface v.2.0
IPMI 2.0 with virtual media over LAN and KVM-over-LAN support
Network Controllers/ports
Intel i350 Dual Port Gigabit Ethernet (2 RJ 45 LAN ports)
Virtual Machine Device Queues reduce I/O overhead
Supports 10BASE-T, 100BASE-TX, and 1000BASE-T, RJ45 output
1x RJ 45 (IPMI port)
Drive Bay Details
12x 3.5" Hot-swap SAS / SATA Drive Bays and optional 2x 2.5"
Hot-swap SAS/SATA Drive Bays on rear side of Chassis
E16: Single Expander SAS2 backplane
Hard Disk Details
Enterprise Hard Drives for 24 X 7 video surveillance
2 TB SATA 6 GBPS 7.2K rpm
64 MB cache , 5.90 watts
AFR(Annualized Failure Rate) < 1%
MTBF of > 1M hours
Power Details
920watts high-efficiency (94+%) power supply with PMBus
a Recessed mount (ceiling), wall mount, horn speakers, box c/w line matching
transformers and volume controls, where applicable;
239
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
2.0 MATERIALS
2.1 All materials shall be of new and unused quality. All equipment and materials
previously installed or used shall be rejected. Materials and equipment shall be
240
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
241
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
digital audio processing to ensure good audio quality being delivered to the
Loudspeakers.
3.13 A built-in amplifier monitoring circuits shall continuously monitor the functioning of
the power amplifiers and shall automatically switch in a spare power amplifier in
case of failure of any of the amplifiers. Upon detection, the status of the fault shall
be indicated by the LED display on the amplifier itself as well as in the Central
Monitoring, Configuration and Diagnostic PC. The number of spare power
amplifiers to be provided shall be ten percent of the total quantity of each range of
power amplifiers.
3.14 All speaker lines shall be supervised for open circuit fault, short circuit fault, and
short to ground fault. Upon detection, the status of the fault shall be indicated by the
LCD display the Central Monitoring, Configuration and Diagnostic PC.
3.15 The loudspeakers shall be located such that they meet the necessary
requirements. Rooms with on / off volume control units as required are indicated in
the schedule of tables. Facilities shall be incorporated to override these volume
control units, including those in the off position to enable emergency
announcements to be broadcast. In general, one ceiling speaker shall be provided
for every 25 square meters in each room such as offices and corridors, while a
minimum of one ceiling speaker shall be provided for areas less than 25 square
meters such as booths, pantry and toilets.
3.16 The system shall also have the means to cut-off the music sources during
emergency paging and shall enable the emergency announcement to be heard in
these areas. All volume controls as specified shall be overridden during emergency
announcements.
3.17 There shall be background music to selected areas. It shall be possible to
pre-program any of the input music sources to any of these zones. Sources
provided shall be an integrated compact disc player with digital tuner.
3.18 All equipment such as the central network controller and power amplifiers shall be
housed in 19-inch equipment racks.
242
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
the speaking distance from the microphone. A built-in Speech filter improves
intelligibility and prevents clipping of audio input.
4.10 Each user key on the call station shall be programmable via the Central
Configuration PC. Each key shall be capable of being programmed with a priority
hierarchy, signal tones, digitally stored messages and routing instructions prior to a
call. Each user key when depressed shall activate a zone or group of zones of
speakers according to type of announcement to be made.
4.11 Supervised control inputs and audio inputs shall provide the interface between the
inputs and the central PA/EVC/BGM system. Each input is supervised and freely
programmable for any system actions with priorities setting.
4.12 The central network controller shall manage the operation of the system; that is,
detection of the user keys being depressed, routing of the microphone and attention
signal tones, setting of the priority levels and switching of the loudspeaker volume
control override circuits. It shall also acts as the 'watchdog,' continuously checking
the system hardware.
4.13 A digital message module shall be stored in the central network controller for
broadcasting of message in case of emergency. More than one message shall be
able to be played simultaneously and be able to be scheduled at specific time. The
status of these messages shall be monitored.
4.14 For evacuation and emergency procedures, signals shall be programmed to
precede an announcement from a call station, or they shall be capable of being
broadcast independently by a defined user-key or from a centralized PC call station.
4.15 Signals shall be capable of being programmed to precede an announcement from a
call station or may be used independently as alarms for evacuation or emergency
procedures.
4.16 Multi-program applications shall be made easy, with several channels being used
simultaneously to distribute music or radio broadcasts. The system controller shall
be capable of altering music programme allocation where necessary.
4.17 Whatever signal is being transmitted, the emergency and alarm calls shall always
have top priority. They shall be broadcast immediately and at full volume, even in
those zones where loudspeaker are currently switched off or set at a low volume.
4.18 Signal processing modules shall be provided for the call station inputs. It shall act
as a compressor, to supply uniform microphone output levels, compensating for
variations in voice volume, irrespective of different voice strengths and speaking
distances.
4.19 All equipment shall be housed in standard 19" racks; as far as possible, all
inter-connections shall be by means of standard cables and connectors, for ease of
service ability.
4.20 The contractor shall supply, install and wire up the proposed loudspeakers. All
speakers shall be designed for music and public address application.
4.21 PC Call station shall be provided for making the live paging announcements to any of
the selected zones in the dedicated PA Network, the PC call station should have
Graphical based user interface for easier user interface, It shall be possible to
broadcast Pre recorded messages in case of emergency.
243
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Network controller
Power Amplifiers
PA call stations with keypads
Call Station Interface
TCP/IP interface
PC Call Station
Network cables
Loudspeakers
Background Music Source
The PA system elements are connected by the daisy chain principle. The
interconnection between the system units is achieved by using patch cords and
connector cables between controller and amplifier and copper cable between
speaker and controller. The system cabling between master and slave units can be
implemented in ring network whereby a single failure on the network cable will not
affect the functioning of the system.
The equipment for the PA system, i.e. network controller, power amplifiers, and PA
call stations, have built-in audio processing facilities, the audio processing is done
in the digital domain.
The distribution of PA cables is configured to ensure that the failure of an amplifier,
a cable or a speaker does not render the PA system inoperative or result in the total
loss of PA facility in any part of any zone
5.2.1 The power amplifiers shall have audio inputs with microphone/line level selection.
5.2.2 The audio input of the power amplifier can be selected as automatic volume control
input in the configuration software.
244
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
5.2.3 The power amplifiers shall have supervised control inputs that are freely
programmable. These can be programmed for any action to be initiated in the
system and can be assigned with priorities.
5.2.4 The power amplifier shall have audio output that can be monitored by connecting a
headphone to the headphone socket. Status changes of the unit shall be monitored
continuously and reported to the network controller for fault/status reporting.
5.2.5 The control input built-in the power amplifier shall have the ability to monitor the cable
between the control input and the external switch against open and short circuits.
5.2.6 The power amplifier shall be designed for redundant network wiring.
5.2.7 The amplifier monitoring and changeover facility shall be incorporated in the power
amplifier. The changeover relays shall be included in the unit. The unit shall be
incorporated with digital audio processing and audio delay.
Electrical
Microphone
S/N : 80 dB at max.
Sound pressure level : 85 dB (SPL) at 0.5 m and 1 kHz
Headset
Connector 3.5 mm jack
Call Station Interface between a single remote call station or a remote call station kit and
the fiber optical PA network. It uses CAT-5 cable for the connection to the remote call
station. The CAT-5 cable, carrying digital audio and control data, can be as long as 1 km.
The length of the CAT-5 cable is not a part of the PA optical network length. This
considerably increases the overall possible length of the optical network, especially in
cases, where the call station is located far from the rest of the system.
Electrical
245
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
a. The call station keypad shall be used in combination with the call station basic unit
for making a manual or prerecorded call to any pre-assigned zones or executing a
predefined action. The call station keypad shall have 8 keys.
b. The call station keypad keys can be freely programmed for recall of selection, live
speech call, cancel selection, BGM mute, BGM volume control and each key at the
call station keypad shall have 2 color LEDs.
The Call Station Numeric Keypad is used in combination with a basic or remote call
station. The call station provides the microphone and press to talk key, while the
numeric keypad can be used for user access, zone and zone group selection. It works
together with call station keypads for preconfigured actions. The built n LCD provides
feedback to the user.
The call station numeric keypad has a 12 key numeric keypad, providing a telephone
like user interface with *, # and 09 keys. A single numeric keypad connects directly
to a basic or remote call station and subsequently up to 15 other keypads can be linked
for controlling functions.
The PC Call station is used for making live speech or pre-record announcements to any
zone or a group of zones or to execute any pre-defined actions. The PC Call Station is
comprised of a stylish high quality condenser microphone on a gooseneck, user-friendly
operation PC software and a PC with a 15 LCD monitor. The PC Call station software
provides the user with a powerful and easy-to-use tool that brings all aspects of
announcements to a single point control.
The on-screen configuration sections allow the user to enter the properties of any
combination of zones or individual zone such as entering the name of a zone/group,
pre-defined input/output relay actions and selected attention/alarm tones or
pre-recorded messages. After configuration, the user can operate the system via the
Operation key layout section.
Microphone Performance
246
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The CD-player shall play normal audio CDs and CD-Rs with MP3-encoded files. The
CD-player is designed to allow for high quality uninterrupted music playback from a
single MP3-disc.Music shall be organized on a disc in multiple folders with music
selection for different occasions, with programming facilities for up to 999 tracks.
Repeat and random play modes are also provided. The digitally controlled FM/AM
tuner uses a frequency synthesizer for accurate capture of radio stations and 10 presets
for FM and 10 presets for AM to store favorite radio stations. Both the CD-player and the
tuner operate simultaneously on different outputs to facilitate two-channel BGM
distribution.
9.0 Loudspeakers
Speaker shall be wall mountable with 6W RMS output, with multi tapping for 3/1.5W it shall be
ideal for speech and music reproduction.
Maximum power 9W
Power handling capacity 1.5-3-6W
Sound pressure level at 99/91 dB(SPL)
30W/1W(1kHz,1m)
Rated voltage 100 V
Rated impedance 1667ohms
Effective frequency range (-10 dB) 180Hz-20kHz
Opening angle 1 kHz / 4 kHz (-6 dB) 95/73
247
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The speakers shall be recessed ceiling speaker with multiple tapping of 3/1.5W and spring
clamps for mounting the speaker on the false ceiling. it shall be ideal for speech and music
reproduction
Maximum power 9W
Power handling capacity 1.5-3-6W
Sound pressure level at 30W/1W (1kHz,1m) 98 dB(SPL)
Rated voltage 100 V
Rated impedance 1667ohms
Effective frequency range (-10 dB) 80Hz-16kHz
Opening angle 1 kHz / 4 kHz (-6 dB) 180/1240
Safety standard According to EN60065
Electrical
Maximum power 45 W
Rated power (PHC) 30 W
Power tapping 30/15/7.5/3.75 W
Sound pressure level at rated power / 1 W 105/90 dB (SPL)
(1 kHz, 1 m)
Effective frequency 100 Hz to 18.5 kHz
range (-10 dB)
Rated input voltage 15.5/70/100 V
Rated impedance 8/163/333 ohm
Transducers 127 mm (5) woofer, 13 mm (0.51) dome tweeter
Connection 2 m (78.8 in.) two wire cable
Note:- Technical performance data acc. to IEC 60268-5
Mechanical
Dimensions (HxWxD) 250x 60x140 mm
9.84x6.30x5.51 in
Weight Approx. 2.4 kg
(5.29 lb)
Environmental
Operating temperature - -25 C to +55 C (-13 F to +131 F)
Storage temperature - -40 C to +70 C (-40 F to +158 F)
Relative humidity <95%
Safety EN 60065
Water and dust protection IEC 60529, IP 66
Self extinguishing UL94 V 0
Chlorine resistant IEC60068-2-42
Corrosion resistant IEC60068 2-52
248
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Electrical
Maximum power 37.5 W
Rated power 25 / 12.5 / 6.25 W
Sound pressure level at 25 W / 1 W (1 kHz, 1 m) 121 dB / 107 dB (SPL)
Effective frequency range (-10 dB) 550 Hz to 5 kHz
Opening angle at 1 kHz/4 kHz (-6 dB) 70 / 25
Rated voltage 100 V
Rated impedance 400 ohm
Connector Screw terminal block
Note:- Technical performance data acc. to IEC 60268-5
Mechanical
Dimensions (L x Dmax) 425 x 355 mm (16.7 x 14 in)
Weight 3.6 kg (8 lb)
Cable diameter 6 mm to 12 mm (0.24 in to 0.47 in)
Environmental
Operating temperature - -25 C to +55 C (-13 F to
+131 F)
Storage temperature - 40 C to +70 C (-40 F to +158 F)
Relative humidity <95%
Safety EN 60065
Water and dust protection IEC 60529, IP 66
Emergency EN 54 24 / BS 5839 8 /
These are special cables with two plastic fibers for data communication and two
copper cores for the power supply. The cables all have the network connectors fitted.
They connect the network controller to power amplifiers, call stations etc.
9.6.1 The contractor shall make provision for all necessary power supply units, voltage
regulators, etc, to ensure that the equipment will perform satisfactorily c/w necessary
surge arrestors and filters.
9.6.2 All necessary power supply (s/s/os etc) required for the operation of the sound equipment
shall be designed, supplied and installed by the contractor.
The emergency override unit when activated from the Fire Command Centre, it will
override all incoming signals to allow emergency messages to pass through.
9.8.1 The contractor shall test the system in the presence of the Engineer in-charge to show
249
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
that its performance satisfies the requirement of this specification. All test equipments
shall be professional and supplied by the contractor. A sound pressure meter will be
required.
9.8.2 No claim is allowed for this test. The cost shall be deemed to be included in the schedule
of rates for the equipment.
9.8.3 The signal path that links all the Nodes together must be tested and installed as per
standard, using IT network switchers or a PC to perform a method of connection
between the nodes shall not be acceptable. The entire link must be connected via
redundant Fire Rated Fiber Optic Cable.
NOTE The items contained in these schedule are composite in nature, the
specifications for elements common to these items are given in these
specification for adherence.
2. Electrical Engineering Works
1. The electrical and telecommunication works shall be carried out as per particular
specifications given below, Wherever no particular specifications are given for any
item, the work shall be carried out as per CPWD specifications as mentioned below
with up to date amendments till date:
2. In the case of DSR Electrical items, the above mentioned CPWD Specification shall
be followed. Where it is felt that the CPWD Specification concerned does not reflect
250
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
the full scope of work under any item, reference may be given to IS or any other
relevant Specifications.
3. For items where no specific reference has been made to any Specifications (for NS
items), the following should be adopted in the order of precedence starting from top
and in all cases the latest edition with up to date correction slip should be followed.
i) CPWD Specifications
ii) Indian Standard Specifications issued by Bureau of Indian Standards
iii) Manufacturers specifications
In case of doubt, the Engineer in Charges Directives shall be final and binding.
Special Notes:
(1) The Contractor shall supply ISI marked material as per any of the makes or brands
indicated above. In case the firm is not manufacturing ISI marked material for any
of the brands, first quality material shall be accepted. The samples of the material
shall in either case have to be got approved from the Engineer-in-Charge.
(2) Material where no make/brand has been mentioned, ISI marked shall be
submitted by the Contractor for approval of Engineer-in-Charge. For those class of
materials, where no firms exist with ISI approval, sample of the first quality
material of the firm shall be submitted for the approval of the Engineer-in-charge.
(4) Any variation from the above mentioned makes/brands will require specific
approval of the Engineer-in-Charge.
ORDER OF PRECEDENCE
WORKING DRAWINGS
Any subsequent drawings which are issued from time to time shall also form part
of the contract. The working drawings are for guidance of the contractor, who shall
submit Shop drawings for approval prior to commencement of any works.
SCOPE OF WORK
The Contractor shall carry out and complete the said work under this contract in
every respect in conformity with the current rules and regulations of the local
electricity Supply authority, Department of Electrical Safety (State Administration),
state government / national building code/Central government/or any other
statuary bodies and with the directions of and to the satisfaction of the Engineer In
charge. The Contractor shall furnish all labour, supply and install all materials,
appliances, equipments necessary for the complete provision and testing of the
251
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
whole Installation as specified herein and shown on the drawings. This also
includes any material, appliances, equipment not specifically mentioned herein or
noted on the drawings as being furnished or installed but which are necessary and
customary to make complete installation functional. The work shall include all
incidental jobs connected with successful commissioning of the system.
AS BUILT DRAWINGS
SHOP DRAWINGS
The Contractor shall obtain and pay for any fees and permits required for the
installation of the work and obtaining certificates & approvals. On Completion of
the work, the Contractor shall obtain and deliver to the Engineer In-charge,
certificates of final inspection & any other State statuary authority. All the
incidental & liasoning charges what-so-ever shall be borne by the contractor and
are deemed to be included in the quoted prices. The Engineer In-charge shall
have full powers to require the materials or work to be tested by an independent
agency at the Contractors expense in order to prove their soundness and
adequacy.
The contractor shall assist Owner in arranging all necessary local, provincial or
national government permits and shall make arrangements for inspection and
tests required thereby.
Pre delivery factory inspection (at the manufacturers place) of the materials and
equipments are necessary prior to dispatch of the materials/equipments. The
contractor shall include all charges in their prices for samples, testing & inspection
of materials at the works of manufacturer. The contractors rates shall be deemed
to include all such expenditures & cost for two persons.
The contractor shall also arrange all the test certificates & results & submit to the
Engineer-in-charge in original with the four sets of photo copies along with
catalogue & Manuals.
The Contractor shall also keep and maintain a copy of all relevant IS codes (latest
edition) and other standard and make it available to the Owner /Engineer
In-charge as and when required.
252
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The Contractor shall keep and maintain the necessary equipments for measuring
and testing the quality of works and make it available to Engineer In-charge, as
and when required.
ENGINEER / FOREMAN
The Contractor shall employ a competent, licensed, qualified full time engineer to
direct the work of installations in accordance with the drawings & specifications.
The engineer shall be available at site at all times to receive instructions from the
Engineer-in-charge in any day to day activities throughout the duration of the
contract. The engineer shall correlate the progress of work in conjunction with all
relevant requirements. The skilled workers employed for the work should have
requisite qualifications and should posses competency certificate.
PART (A)
SCOPE OF WORK
GENERAL
253
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The offered system shall be modular in design. The Architecture of the EPABX
shall be capable of seamless migration to its maximum capacity by simply adding
peripheral cards on the same set of control cards without compromising on any
function / features of this system or any degration of service. Peer to Peer
connectivity shall be possible on operator console. The system shall have
universal ports for line / Trunk cards, wherein any peripheral card can be inserted
in any slot of the peripheral shelf, thereby enhancing the flexibility of the
configuration.
1.2 Trunks
The offered exchange shall be an ISDN ready switch. The system platform shall
support analog CO trunks and ISDN BRI & PRI Cards (Basic Rate Interface &
Primary Rate Interface). The system shall support level DID on Tie Line Trunks.
1.3 Operating System
The offered system shall have the capability to offer CLI on Analog Extensions for
all internal calls. The system shall also offer CLI on Analog Trunks. The CLI shall
provide Name & Number on the Display of the Analog Extension. This feature has
become mandatory & is treated as a security feature. It should also support CLI
based routing of calls.
1.5 Conference
The system shall support in built Music on hold. It shall also be able to interface
with an external music device.
The system shall have in built Diagnostic features such as detection of faulty
intercom / lines. The offered system shall have remote maintenance facility over
P&T line.
The analog telephone sets should have minimum below mention requirement;
254
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The analog telephone sets should have minimum below mention requirement;
The offered system shall be provided with MDF & IDF having LSA-Plus disconnection
module, back mounting frame & wire manager on good quality powder coated MS box
with lock & keys. The MDF should be equipped with IPMs on all outdoor circuits to
protect exchange/cards from surge voltage & current. The system shall be provided
with integrated system modules.
The rack should minimum have below requirement, but no be limited to the following
specs;
The Vendor shall provide 5 Pair/20 Pair/200 Pair armored PIJF telephone cable as per
TEC Specifications No.: GR/CUG/01/03 or latest amendment.
The Vendor shall provide 40/33 mm dia and 50/42 mm dia Pre-lubricated HDPE duct
for protection of outdoor OFC/PIJF cable as per TEC specifications No.:
TEC/GR/TX/CDS-008/03 March 11 or latest amendment.
255
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The cables should minimum have below requirement, but no be limited to the following
specs;
256
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
1. Scope
This document covers earthing & bonding system to be adopted for signaling
equipments with solid state components which are more susceptible to damage due to
surges, transients and over voltages being encountered in the system due to lightning,
sub-station switching etc. These signalling equipments include Electronic Interlocking,
Integrated Power supply equipment, Digital Axle counter, Data logger etc.
2. References
3. Importance of Earthing
Efficiently dissipate heavy fault currents and electrical surges, both in magnitude and
duration, to protect equipment being damaged so as to minimize down time, service
interruption and replacement cost.
Provide a stable reference for electrical and RF circuits at the installation to minimize
noise during normal operation.
Protection of personnel who work within the area from dangerous electric shock
caused due to step potential or
touch potential.
257
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
Low lying areas close to the building or equipment are good for locating Earth
Electrodes.
The location can be close to any existing water bodies or water points but not
naturally well-drained.
Dry sand, lime stone, granite and any stony ground should be avoided.
Earthing electrode should not be installed on high bank or made-up soil.
The acceptable Earth Resistance at earth bus bar shall not be more than 1 ohm.
The components of Earthing & Bonding system are- Earth electrode, Earth
enhancement material, Earth pit, Equi-potential earth bus bar, connecting cable &
tape/strip and all other associated accessories.
The earth electrode shall be made of high tensile low carbon steel circular rods,
molecularly bonded with copper on outer surface to meet the requirements of
Underwriters Laboratories (UL) 467-2007 or latest. Such copper bonded steel cored
rod is preferred due to its overall combination of strength, corrosion resistance, low
resistance path to earth and cost effectiveness.
The earth electrode shall be UL listed and of minimum 17.0mm diameter and
minimum 3.0mtrs. long.
The minimum copper bonding thickness shall be of 250 microns.
Marking: UL marking, Manufacturers name or trade name, length, diameter,
catalogue number must be punched on every earth electrode.
Earth electrode can be visually inspected, checked for dimensions and thickness of
copper coating using micron gauge. The supplier shall arrange for such inspection at
the time of supply, if so desired.
shall mainly consist of Graphite and Portland cement. Bentonite content shall be
negligible.
shall have high conductivity, improves earths absorbing power and humidity
retention capability.
shall be non-corrosive in nature having low water solubility but highly hygroscopic.
shall have resistivity of less than 0.2 ohms-meter. Resistivity shall be tested by
making a 20cm. cube of the material and checking resistance of the cube at the ends.
The supplier shall arrange for such testing at the time of supply, if so desired.
Necessary certificate from National/ International lab for the resistivity shall also be
submitted.
shall be suitable for installation in dry form or in a slurry form.
258
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
shall not depend on the continuous presence of water to maintain its conductivity.
shall be permanent & maintenance free and in its set form, maintains constant earth
resistance with time.
shall be thermally stable between -100 C to +600 C ambient temperatures.
shall not dissolve, decompose or leach out with time.
shall not require periodic charging treatment nor replacement and maintenance.
shall be suitable for any kind of electrode and all kinds of soils of different resistivity.
shall not pollute the soil or local water table and meets environmental friendly
requirements for landfill.
shall not be explosive.
shall not cause burns, irritation to eye, skin etc.
Marking: The Earth enhancement material shall be supplied in sealed, moisture proof
bags. These bags shall be marked with Manufacturers name or trade name, quantity
etc.
The excavated soil is suitable as a backfill but should be sieved to remove any large
stones and placed around the electrode taking care to ensure that it is well compacted.
Material like sand, salt, coke breeze, cinders and ash shall not be used because of its
acidic and corrosive nature.
At certain locations, it may not be possible to achieve earth resistance of 1ohm with
one earth electrode /pit due to higher soil resistivity. In such cases, provision of loop
earth consisting of more than one earth pit shall be done. The number of pits required
shall be decided based on the resistance achieved for the earth pits already installed.
The procedure mentioned above for one earth pit shall be repeated for other earth pits.
The distance between two successive earth electrodes shall be min. 3 mtrs. And
max. upto twice the length of the earth electrode i.e. 6 mtrs. approx.
These earth pits shall then be inter linked using 25X2 mm. copper tape to form a loop
259
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
8.5 Equipotential Earth Busbar and its connection to equipments & Surge protection
devices in the Equipment room:
There shall be one equi-potential earth busbar for each of the equipment room i.e.
260
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
IPS/Battery charger room and EI/Relay room. The equi-potential earth busbars located
in individual rooms shall be termed as Sub equi-potential busbars (SEEB). The
equi-potential earth busbar located in the IPS /Battery charger room and directly
connected to Class B SPDs and the main earth pit shall be termed as Main
equi-potential earth busbar (MEEB).
The EEBs shall have pre-drilled holes of suitable size for termination of bonding
conductors. The EEBs shall be insulated from the building walls. Each EEB shall be
installed on the wall with low voltage insulator spacers of height 60mm. The insulators
used shall have suitable insulating and fire resistant properties for this application. The
EEBs shall be installed at the height of 0.5m from the room floor surface for ease of
installation & maintenance. All terminations on the EEBs shall be by using copper lugs
with spring washers.
To minimize the effect of circulating earth loops and to provide equi-potential bonding,
star type bonding connection is required. As such, each of the SEEBs installed in the
rooms shall be directly connected to MEEB using bonding conductors. Also,
equipment/racks in the room shall be directly connected to its SEEB. The bonding
conductors shall be bonded to their respective lugs by exothermic welding.
All connections i.e routing of bonding conductors from equipments to SEEB & from
SEEBs to MEEB shall be as short and as direct as possible with min. bends and
separated from other wiring. However, connection from SPD to MEEB shall be as short
as possible and preferably without any bend.
261
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The complete layout with dimensions of the earthing & bonding system shall be
submitted by the supplier after commissioning.
Note: - The contractor shall suggest minimum two makes out of the approved list
which he intends to use. Material where no make / brand have been
mentioned, ISI marked samples shall be submitted by the contractor for
approval of Engineer-In-charge. Contractor shall seek approval of specific
make from Engineer-In-charge before commencement of work.
262
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SKYTONE/
23 HT CABLE UNIVERSAL/WORLDCAB/GEMSCAB/P
OLYCAB
CABSEAL,RAYCHEM (EPKT) or
24 HT CABLE END TERMINATION
equivalent ISI make with prior approval
CREE, NICHIA, LUMILED,
25 LED LAMPS
SOEUL,OSRAM,PHILIPS,SURYA
WEATHER PROOF JUNCTION
26 GEWISS/ HENSEL
BOXES
27 CONNECTORS / TERMINALS WAGO/ ELEMEX/ PHOENIX
4-PAIR UTP CABLE CAT- 6,PATCH
ORTRONICS/ CLIPSAL/ SYSTIMAX/
28 PANEL INFORMATION OUTLETS,
DIGILINK/ MOLEX
PATCH CORDS
6-CORE MULTIMODE FIBERS,
ORTRONICS/ CLIPSAL/ SYSTIMAX/
29 JOINTS,PIGTAILS,CONNECTOR,PAT
DIGILINK/ MOLEX
CH CORDS
ORTRONICS/ CLIPSAL/ SYSTIMAX/
30 L I U / DRAWER
DIGILINK/ MOLEX
31 CABINETS & RACKS APWPRESIDENT/ ORTRONICS/ RITTAL
32 SWITCHES & ROUTERS CISCO/ HP-PROCURVE/ NORTEL
UPS (10 kVA online UPS with
33 AROS/ DB POWER/ MG
accessories)
SHREDER/CROMPTON/ BAJAJ/
34 HIGH MAST & STREET POLES
PHILIPS/ UTKARSH/ SURYA / BPPP
LED LIGHT FIXTURES FOR HIGH
35 GE / BAJAJ/ PHILIPS/WIPRO/SURYA
MAST & EXTERNAL ILLUMINATION
HT & LT CABLE JOINTING KIT CABSEAL,RAYCHEM (EPKT),M-SEAL or
36
( ST. THROUGH JT.) equivalent ISI make with prior approval
37 SLIDING GATES CAME/ JSST/ MAGNETIC
38 WIEGH BRIDGE AVERY/ STATWEIGH India Pvt Ltd./SWS
39 CORROGATED PVC PIPE DUROLINE or equivalent ISI make with
263
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
NOTE: FOR THE MATERIALS WHOSE MAKES ARE NOT SPECIFIED ABOVE NEEDS
PRIOR APPROVAL FROM ENGINEER- IN-CHARGE BEFORE USE
264
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
265
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
266
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
S.
MATERIAL DESCRIPTION NAME OF MANUFACTURER
NO.
1 G.I. pipes (Up to 150 mm dia) Jindal Hissar/API
APPOLO/TATA/NEZONE/SWASTIC/
JAIN/SURYA
2 Neycer , Parryware, Hindware, HINDUSTAN
SANITARY WARE, CLASSIC, CERA Jaquar
Sanitary ware /Bolan
3 Parko,Marc ,EssEss, Jal, PLUMBER,
CP fittings JAQUAR,
4 MDPE pipes Kimplas/Reliance
5 Pressure Sand filter ION Exchange/Thermax
6 Water Softener ION Exchange/Thermax
7 Chlorine solution dosing Asia LMI/ANT
8 Cable Trays OBO/Slotco
9 Level indicator Valve-AIP/Lehry, Tube-Transparent/RM or
equivalent
10 Water flow meter Lehry/Sant/Enolgas/DASMESH/CAPSSTAIN
11 Synthetic enamel paint J&N/Asian Paint/Nerolac
12 Non return valves AIP/Lehry/Deepak
13 Y Strianers WJ/Strainwell
14 MSEP screen Fabricated from MS sheet of TATA, SAIL,
Jindal
15 Air diffusion Rheau/OTT
267
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
S.
MATERIAL DESCRIPTION NAME OF MANUFACTURER
NO.
16 UPVC PIPES & Fittings SFMC/Astral/AASHIRWAD/JAIN
IRRIGATION/URIPLAST/SUPREME
17 CPVC Pipes/UPVC PIPES SFMC/Astral/AASHIRWAD/PRINCE/
FINOLEX
18 G.I.Fittings (Malleable) UNIK / KENT/ZENITH/SURYA
19 G.I./ M.S Forged Steel fittings IS:1239 VS / DRP / True Forge / Simless
(Part-II)
20 Stoneware pipes & Gully Trap Anand/Perfect/BURNMAKE
21 Horizontal Soil/Waste hanging supports Chilly/Lovely
22 Gunmetal Valve (Fullway valve)
(a) ClassI Zoloto / Leader / Sant
(b) Class-II Leader / Sant
23 Ball valve CIM/TIMME/AIP/LEHREY/LEADER/AUDCO/
ZOLOTO
24 Butterfly Valve Audco / KSB /
CRI/LEHREY/KEYSTONE/KIRLOSKAR/
CASTLE
25 Air Release Valve Kirloskar / IVC / RBM/RB/ZOLOTO
26 C.I double flanged sluice valve Kirloskar / Leader/ZOLOTO
27 C.I Disk Type non return valves (65mm Kirloskar / Leader / Inter Valve / KSB
dia and above Dual plate type)
28 Float valve (gunmetal) upto 40mm Leader / Sant
29 Float valve (C.I) 50mm and above Leader / Sant / Sarker
30 FRP Manhole Covers Thermodrain/PU
31 Plastic Encapsulated Foot Rest KGM Or Equivalent
32 Grating for Floor Trap & Floor Drain Vijay / GMGR
33 C.I Strainer more than 65mm dia. Leader / Kartar
34 Insulation
a) For Internal Super Cera / Kaiflex
b) For External Pykote / Makpolykote
35 Water Supply/Sump Pumps Grundfoss/Wilo
36 Motors for Water supply/Sump Pumps Grundfoss/Wilo
37 STP De-Canter Premiertech/C-Tech
38 Magnetic Float Switch Waveteck/ waree
39 Motor Control Panel Advance/Adlec/Application
40 RCC Pipes KK/Pragati/Laxmi/INDIA HUME PIPES/JAIN
SPUN
41 Swichgear for Motor Control Panel Schnieder/ABB
42 Cables Finolax/ Polypack
43 Water Level controller Minilac/Waree
44 Poly propylene Pipes & Fittings Valasir/Poloplast/Wavin
45 Maxi/Mini Vents, Maxi Filtra Studor/Mcalpine
46 P or S Trap Poloplast/Mcalpine/Wavin
47 Irrigation System Toro/Hunter/Harvell
48 Water Treatment Plant ION Exchange/Thermax
49 RO Plant Pentair/Kent
268
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
269
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
NOTES :
1 Contractor has the option to use any of the Approved Makes as mentioned above. However
to maintain look & uniformity, contractor shall use one make itemwise throughout the project
in consultation with Engineer.
In case, any other item/ material required to complete the work for which makes are not
2 specified above, the Contractor shall take prior approval of the Engineer.-in-charge at site.
270
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ANNEXURE - H
List of Minimum Equipment to be provided in the field Testing Laboratory by the contractor at
his own cost.
1. Sieve Analysis : Sets of I.S. and B.S sieves comprising of sizes 125 mm, 90 mm, 65 mm,
63 mm, 60 mm, 53 mm, 45 mm, 40 mm, 26.5 mm, 25 mm, 22.4 mm, 20 mm, 13.2 mm,
12.5 mm, 11.2 mm, 10 mm, 5.6 mm, 4.75 mm, 2.8 mm, 2.36 mm, 2 mm, 1.18 mm, 900
micron, 600 micron, 425 micron, 300 micron, 150 micron, 90 micron and 75 micron.
2. Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing
switch assembly.
3. Apparatus for determining Angularity number (Elongation & Flakiness index). As per IS:
2386 (Part i)
4. Aggregate Impact test machine. As per IS:5640
5. Los angles abrasion test machine. As per IS:2386 (Part iv) (Optional)
6. Specific Gravity test for aggregate by Basket method.
7. Enamel trays
(i) 300 mm x 250 mm x 40 mm - 2 nos.
(ii) Circular plates of 250 mm dia - 4 nos.
271
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
The Contractor shall be responsible for the provision of adequately experience and
qualified laboratory staff, in sufficient number to be able to meet all testing requirement to
the approval of the Engineer, and for the supply of all transportation of staff, testing
equipment and sample necessary to allow the testing to be performed in a time scale
compatible with the needs of the site.
Contractor shall arrange to maintain the laboratory in satisfactory manner and will carry
stocks of spare equipment and laboratory consumables until the issue of Taking over
Certificate.
In addition to the above, the Contractor shall arrange any other equipment for carrying
out testing required for quality control as per the specifications.
272
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
SECTION 6
TENDER DRAWINGS
GENERAL DRGS
ROAD DRGS
ARCHITECTURAL DRGS
273
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border
ELECTRICAL DRGS
23 EXTERNAL ELECTRIFICATION RITES/AP/D/E-01
SERVICES DRGS
STRUCTURAL DRGS
SIGNAGE DRG
274
B 187.2m
m
241.9
proposed byepass road for muktapur
X X
194.7m
62
.2m
ian 4 sq FOR 388 NOS.
Ind - 500
a AREA 28307 SQ.M.
are
.9 m
10
OR
IT F S 5
/EX UCK ucks
AIN
TRY TR r 15
.8m
EN DIAN port t
DR
IN t/im AREA STATEMENT:
ED
or
exp
ERT
32
.5
LAND ACQUIRED IN PHASE I -(Area-61672.62 SQM)
DIV
m
48
20
LAND ACQUIRED IN PHASE II- (Area-22076.75 SQM)
TO OCK
ADVERSE POSITION LAND - (Approx. Area-5787.02 SQM)
BL
ILE
AREA OF EXIST. MUKTAPUR ROAD- 2413.43 SQM
T
AREA OF PROP. BYPASS ROAD FOR MUKTAPUR- 8879.0 SQM
.9m
35
141.6m
39
TOTAL AREA OF TERMINAL BUILDING ON GROUND & FIRST
sh t sq.m
.7m
m
9.9
e FLOOR = 2715.5+1910.5=4626 SQM
A
d
9m
gla 47 WAREHOUSE = 1420.0 sqm
Ban ea- 90
.8m
15
CARGO BUILDING GROUND FLOOR & FIRST FLOOR
ar
14
= 1456 + 1000 = 2456 sqm
.9m
TOILET BLOCK FOR EXPORT DRIVERS=123.5 SQM
dge
289.7m
weigh bri
TOILET BLOCK CUM CANTEEN =193.5 SQM
ENTRANCE GATE FOR CARGO - 317.0 sqm
ENTRANCE GATE FOR PASSENGERS - 103.0 SQM
ELECTRIC SUBSTATION - 237.45 sqm
RUMMAGING SHED - 132.6 sqm
44
.6m
ge
rid b
igh
we
TRAFFIC FIGURES:
s
ger A 230MM THK PCC KERB WALL
Cargo Export:
sen ndia
17
Pas rom I
PAVEMENT WITH 100MM THK CONCRETE PAVERS
m
To/
F 2.0M WIDE PATH WITH 60MM THK INTERLOCKING PAVERS
G
SPACE FOR PLANTER 1000X1000 @10M C/C
B LD
18.6
AL
m
IN Passenger(Arr.+Dep.):
RM
entry for
passengers
.6m
DesignYear-2034=60/day
24
m
s
ger esh
Note:
sen glad
X
X Pas Ban
m
Terminal Building is designed
o
26
r
o/F to cater 50 PHP
X
.7m
X T A
X PLAN
X X X X X X Boundary wall
Buffer parking is available for
X 368 trucks
GATE
X
X X As/detail
X X
RCC KERB AS / BOQ / TENDER
TO BANGLADESH --->
X
X X X 2000
proposed X SLOPE @ 1:60
ADVERSE
X
realignment for preventive custom AVERAGE PAVEMENT LVL. AS/SITE
import &export
passenger Gate LAND AREA 95.5
EXISTING
m X
X
X
DRAIN
X 100 mm - Interlocking Paver Block
50 mm - Sand Bed
60 mm - Interlocking Paver Block 300mm - Wet Mix Macadam
X 50 mm - Sand Bed 300mm - Granular Sub Base
PCC 1:8:!6
300mm - Wet Mix Macadam
X 300mm - Granular Sub Base SECTION AA
X
X
COAL AND AGGREGATE DUMPING AREA X
X
TYPICAL DETAIL OF FOOTPATH
X ALONG THE BOUNDARY
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
LAYOUT PLAN
SECTION A SECTION B
700
30
2000
750
600
50
3 nos.12 bars ARCHITECTURAL /ENGINEERING DRAWINGS AND ANY DISCREPANCY
8mm @150c/c NOTED SHOULD IMMIDIATLY BE BROUGHT TO THE NOTICE OF
275
R.C.C. COLUMN 3 nos.12 bars ENGINEER PRIOR TO EXECUTION
C 12 MM TH. CEMENT PLASTER (1:6)
WITH DESIGN AS/DETAIL C2 (250 x 300)
230 MM TH. BRICK MASONRY
IN CEMENT MORTAR (1:6) 350
EXPANSION GAP 3.IN CASE OF ANY DISCREPANCY IN DIMENSION,THE DIMENSION OF
(25MM)@30 M c/c TIE BEAM (TB1) ARCHITECTURE DRAWING PREVAIL.
PLAN AT GROUND LVL. (350 X 275)
4.THE STRUCTURAL DESIGN INCLUDING SAFETY FROM NATURAL
HAZARDS SPECIALLY SEISMIC BASED ON SOIL CONDITIONS, HAS BEEN
DULY INCORPORATED IN DESIGN OF THE BUILDING & ITS FOUNDATION .
1500
1500
7. ALL STEEL REINFORCEMENT SHALL BE OF HIGH YIELD STRENGTH
DEFORMED BARS CONFORMING TO I.S: 1786-1985 WITH MIN. YIELD STRESS
20 MM SQUARE BAR WELDED TO
INSIDE
/ 0.2% PROOF STRESS OF 415 N/ SQ, MM (GRADE Fe 415)
HORIZONTAL M.S. ANGLE
40 X 40 X 4 MM M.S. ANGLE WELDED OUTSIDE
TO VERTICAL M.S. ANGLE
275 50
COPING BEAM 312
8@150C/C
CONFORMING TO I.S.: 456-2000 STONE AGGREGATE SHALL BE 20 mm
312
NOMINAL SIZE.
1200
1200
1500
600
10.WATER FOR CONSTRUCTION PURPOSE SHALL CONFORM TO CLAUSE 5.4
OF I.S.-456-2000.
2700
300
100
11. REINFORCEMENT IN SHORT SPAN SHALL BE PLACED IN BOTTOM
230 MM TH. BRICK MASONRY LAYER IN SLABS.
1200
1200
IN CEMENT MORTAR (1:6)
1200
100 100
12.LAP SHOULD NOT BE PROVIDED .
a) WITHIN A JOINT
b) WITHIN A DISTANCE 2 d FROM JOINT FACE.
FGL. FGL.
450 450
D
PB PCC1:4:8
c) WITHIN A DISTANCE LENGTH OF MEMBER FROM THE JOINT FACE.
100
B
EXPANSION GAP SECTION 13.NOT MORE THAN 50% OF BAR SHALL BE SPLICED AT ONE SECTION.
(25MM)@30 M c/c
14. TIES AT 100 c/c SHALL BE PROVIDED OVER A LENGTH, h/6 c/c OF
COLUMNS HEIGHT FROM EACH JOINTS FACE AT TOP & BOTTOM, AS
I.S.13920-1993
A'
15.THE REINFORCEMENT DETAILING SHALL BE AS PER IS: 13920.
350
THAN 50% BARS SHALL BE LAPPED AT ONE SECTION. LAPS SHALL BE
AVOIDED UPTO 0.25 X L FROM SUPPORT IN BEAMS AND SLABS.
A
PLAN 18.PLINTH FILLING & BACK FILLING IN FOUNDATION TRENCHES TO BE
DONE IN LAYERS AND SHOULD BE WELL COMPACTED AS PER CPWD
SPECS.
R.C.C. FOOTING DETAIL
19. NO FOUNDATION SHALL REST ON LOOSE SOIL STRATA.IN CASE LOOSE
SOIL FOUND ARCHITECT/CONTRACTOR MUST BE CONSULTED.
20. NET SAFE BEARING CAPACITY OF SOIL HAS BEEN TAKEN 10.0 T/M
WITHOUT GSB AS PER SOIL INVESTIGATION REPORT.
3000 c/c 3000 c/c 3000 c/c
B 1500
SCHEDULE OF BEAM
250 BEAM MARK SIZE INmm REINFOCEMENT STIRRUPS SUFFIX DATE INITIALS DETAILS
b
(B X D)
REVISIONS
350
L
C C C C C
230 X 300 312 -- 2L 8@
PB 312
F F F F 150C/C
2L 8@
TIE BEAM 350 X 275 312 -- 312 150C/C CLIENT
PLAN AT BEAM LVL.
CONSULTANT
12 MM SQUARE BAR
SCHEDULE OF FOOTING
SCHEDULE OF COLUMNS
WELDED TO 20 MM
SQUARE BAR
SIZE INmm DEPTH IN REINFOCEMENT
HEIGHT OF COLUMN REINFORCEMENT (L X B) MM (D) LONG SHORT
F.G.L FROM MARK SHAPE 10@ 10@
N.G.L. (H) SIZE VERTICAL TIE 1800X1500 300
150C/C 150C/C JOB TITLE
40 X 40 X 4 MM M.S. ANGLE
h/6 HEIGHT WELDED TO VERTICAL M.S.
ANGLE
DRAWING TITLE
40 X 40 X 4 MM M.S. ANGLE
35 EMBEDED IN P.C.C. BLOCK
1:3:6 BOUNDARY WALL DETAIL
P.C.C. COPING AS/SPEC.
TWO COATS OF COLOUR WASH OVER
3000 c/c 3000 c/c 3000 c/c 1. ALL DIMENSIONS ARE IN MM U.O.S.
450 450
b ENGINEER PRIOR TO EXECUTION
75
M-25
350
3.IN CASE OF ANY DISCREPANCY IN DIMENSION,THE DIMENSION OF
d
ARCHITECTURE DRAWING PREVAIL.
C C C 3 nos.12 bars
C 8mm @150c/c
275
C 3 nos.12 bars
4.THE STRUCTURAL DESIGN INCLUDING SAFETY FROM NATURAL
HAZARDS SPECIALLY SEISMIC BASED ON SOIL CONDITIONS, HAS BEEN
350 DULY INCORPORATED IN DESIGN OF THE BUILDING & ITS FOUNDATION .
900
TIE BEAM (TB1) 5.ALL MAIN WALLS ARE OF 230 MM.
(350 X 275) 6.CLEAR COVER TO ALL MAIN REINFORCEMENT BAR SHALL BE : FOR SLAB
- 20MM, COLUMNS- 40MM, BEAMS - 25MM, FOUNDATIONS -50MM
a) WITHIN A JOINT
b) WITHIN A DISTANCE 2 d FROM JOINT FACE.
c) WITHIN A DISTANCE LENGTH OF MEMBER FROM THE JOINT FACE.
300
14. TIES AT 100 c/c SHALL BE PROVIDED OVER A LENGTH, h/6 c/c OF
COLUMNS HEIGHT FROM EACH JOINTS FACE AT TOP & BOTTOM, AS
230 MM TH. BRICK MASONRY 230 I.S.13920-1993
IN CEMENT MORTAR (1:6)
15.THE REINFORCEMENT DETAILING SHALL BE AS PER IS: 13920.
1200
PB FGL. FOR M25 GRADE OF CONCRETE, LAPS SHALL BE STAGGERED . NOT MORE
THAN 50% BARS SHALL BE LAPPED AT ONE SECTION. LAPS SHALL BE
AVOIDED UPTO 0.25 X L FROM SUPPORT IN BEAMS AND SLABS.
1000
18.PLINTH FILLING & BACK FILLING IN FOUNDATION TRENCHES TO BE
DONE IN LAYERS AND SHOULD BE WELL COMPACTED AS PER CPWD
1.5M APART SPECS.
NGL. 19. NO FOUNDATION SHALL REST ON LOOSE SOIL STRATA.IN CASE LOOSE
SOIL FOUND ARCHITECT/CONTRACTOR MUST BE CONSULTED.
EXPANSION GAP 20. NET SAFE BEARING CAPACITY OF SOIL HAS BEEN TAKEN 10.00 T/M
(25MM)@30 M c/c WITHOUT GSB AS PER SOIL INVESTIGATION REPORT.
SCHEDULE OF COLUMNS
HEIGHT OF COLUMN REINFORCEMENT
F.G.L FROM MARK SHAPE
12 MM SQUARE BAR 12 MM SQUARE BAR
WELDED TO 20 MM
WELDED TO 20 MM
8@150c/c
UPTO C 250X350 812
1500
1500
&
2.0M 8@100c/c
20 MM SQUARE BAR WELDED TO
HORIZONTAL M.S. ANGLE
40 X 40 X 4 MM M.S. ANGLE WELDED
OUTSIDE
INSIDE
AT ENDS
h/6 HEIGHT
TO VERTICAL M.S. ANGLE
40 X 40 X 4 MM M.S. ANGLE EMBEDED
IN P.C.C. BLOCK 1:3:6
275 50
1200
300
1500
JOB TITLE
OUTSIDE
DEVELOPMENT OF INTEGRATED
INSIDE
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
20 MM SQUARE BAR WELDED TO
HORIZONTAL M.S. ANGLE DRAWING TITLE
1200
1200
40 X 40 X 4 MM M.S. ANGLE
WELDED TO VERTICAL M.S. BOUNDARY WALL DETAIL UPTO 2.0M
ANGLE
100350
100350
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
L- SECTION OF ROAD -1
Edge Strip
Edge Strip
Sand Bed
Base Course
Section at A-A
50 mm - Sand Bed
A A
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
Earth Filling
INDO-BANGLADESH BORDER
Typical Plan
Pavement Section of Truck Parking
A B
5600
A 5370
3200
GREEN AREA
1800
1800
lvl+150
565
755 1700 1000 900 680
3' 3'
1500
3500
230
3500
3 1800
TOILET
W1 3
W1 1800X2400
2175
2400
750
450MM WD & 150MM
4300
RAISED PATH
3385
lvl+450
3255
lvl+150 lvl+150
TRUSS ABOVE
7000
7000
7000
2 2 SCHEDULE OF FINISHES
GUARD ROOM
CEILING
6575
lvl+450
10000
AREA FLOOR INTERNAL WALL
2400
INSIDE
3385
W W
B B
5140 1. OFFICE
2400
425
lvl0 2. TOILET
300X300 non slip tile 200 X 300 Wall Tiles (as
per approved sample)
flooring
W1
ENTRY GATE EXIT GATE W1 upto 2.1 m height all
around, OBD in matching
1140
1 450 1 shade above.All internal
partitions to be of 2.1m
850 1800 850 230 230 230 800 1900 800
1720
920
height only.
1500
2400 690
3500 3500 EXTERNAL
FINISH
W
1' 1' ROOFING
900
10500 6500 10500
34500
4100
elevation
lvl+10300MM
850 750
DN
lvl+9550MM
2515
STEEL TRUSS
lvl+8700MM
WITH
GALVALUME SCHEDULE OF OPENINGS
2325
SHEET SIZE
1915
6250
CLADDING
4980
1500
S.NO TYPE WIDTH HEIGHT C. LVL. L. LVL. ABBR. REMARKS
5500
SPACE FOR
WATER TANK
1. DW 2700 3000 00 3000 Al. framed door window with glass
lvl+7200MM
4980
3150
3150
Al. framed particle board door with
6. D2 750 2100 - 2100
TRUSS ABOVE single shutter
2400
5500
FLOORING AS/DETAIL
W W lvl+4050MM R.C.C. SLAB R.C.C. SLAB R.C.C. SLAB
9540
lvl+4050 lvl+4050
450 440
6000
6000
RCC LINTEL
W1 W1
440
3600
3600
1270
570 DW
1270
570 W2
4000
450
450
FIRST FLOOR PLAN
lvl+450MM DPC
5600 lvl0
ROAD AS/DETAIL SECTION FLOORING AS/SPECS. ROAD AS/DETAIL SECTION
SAND FILLING
BRICK BATS PLINTH BEAM AS/STR
EARTH FILLING
SECTION BB
lvl+7200MM lvl+7200MM
lvl+10300MM
750
lvl+9550MM
lvl+7200MM lvl+7200MM
lvl+9550MM
5500
W
TERRACE PLAN
W2
CONSULTANT
GUARD ROOM
W
2665
DW
3600
JOB TITLE
DPC
lvl+450MM DEVELOPMENT OF INTEGRATED
lvl0 CHECK POST AT DAWKI ALONG
FLOORING AS/SPECS.
SAND FILLING PLINTH BEAM AS/STR
INDO-BANGLADESH BORDER
BRICK BATS
EARTH FILLING
ENTRANCE GATE-01
8700
19300
450
450 450 450
3500 10500 3500
450
450
V/EF w
D1
2065
115
1500
Toilet
3040x1500
D2 GUARD ROOM
750 2520 D1
1000 INSIDE 3040x4700
5600
4700
5600
6500
lvl+450
GUARD ROOM W1
3085
lvl+450 lvl0
SCHEDULE OF FINISHES
W2
2535
B W1
GATE W1
B 1.
450
OFFICE
OUTSIDE
shade above.All internal
A
partitions to be of 2.1m
height only.
EXTERNAL
FINISH
elevation ROOFING
1500
1500
WIDTH HEIGHT C. LVL.
1. D1 2700 3000 00 3000 Al. framed door window with glass
1200
1200
Al. framed particle board door with
5. D2 750 2100 - 2100 single shutter
150 150
water tank TRUSS ABOVE
1950
1950
lvl+4050MM lvl+4050MM
6000
5500
lvl+4050 lvl+4050
W1 W1
3600
3600
3600
450
lvl+450MM lvl+450MM
FIRST FLOOR PLAN lvl0 lvl0
450
ELEVATION A SUFFIX
REVISIONS
DATE INITIALS DETAILS
CLIENT
STEEL TRUSS
WITH
lvl+8700MM GALVALUME
SHEET
CLADDING
lvl+7200MM lvl+7200MM CONSULTANT
1500
lvl+7200MM
3150
JOB TITLE
lvl+8700MM RIDGE LINE
6000
DRAWING TITLE
5500
W1 W1
3600
DPC
lvl+450MM
lvl0
SECTION BB
6000mm WIDE CANOPY
A B C D E E' F G H H' I J K L
6000
79600
800 800
12000 6000 6000 6000 6000 6000 6000 6000 6000 6000 12000
3600mm wd canopy
STEEL COLUMN A UP
1
3600
2
D1 D1 D1
DUCT D2
TOILET W.C. W.C.
DUCT
1615X2770
TOILET(he) D2
IMMIGRATION 12 D2
ELECTRICAL 7 16
5755X5030
5mm
DROP
5mm
DROP
900X535
ROOM OFFICER 5
17
ISOLATION
6090x3660 3910X3660 ENTRY LOUNGE CUM TOILET(she)
3 DGHS ROOM
SECURITY CHECK 3140X5030
3000mm wd canopy
D6 D4 1 x-ray 3000X2875 2865X5030 D2
D2 D2
8995
cleaner
5325X5160 D4 D3
1000X
1650
1650 1650
D3
3000mm wd canopy
D2
12000
IMMIGRATION
WATER COOLER
WATER COOLER
CUSTOMS
SPACE FOR
SPACE FOR
5325 2000m wd corridor
STAFF CHECK
4860
STATE
TOURISM 4145X4270 150MM RAISED FROM 150MM RAISED FROM
3590
7735X3400 D3
GENTS
CHILD CARE H. TOILET
TOILET
D4 ROOM 1800x2535 2400X2535
B CUSTOMS CHECK TABLE BELT
D4 D4
2100X2535 D3
4555
7445 X-Ray
x-ray 13015
DETAIL B LADIES TOILET
D3
12315
RETAIL VIP LOUNGE 3290x1850
TOILET
3890X6000 D6 8420x4500 3130X1850
D5
IMMI. BACKUP
3
5920
OFFICE
24000
VIP LOUNGE
B
D5
TOILET
D6 4105X6000 BANK
12000
LADIES TOILET 3130X1850
8390x4500 RETAIL
3290x1850
6685X6000 4500X6000
x-ray
D3
15810
5825
4550
2.7M WIDE CORRIDOR
D3
SCHEDULE OF OPENINGS
12000
TOILET ROOM D6 D4
1800x2535 2100X2535
2400X2535
SIZE
D3
TOURIST STATE
DFMD
D4 TAXI S.NO TYPE WIDTH HEIGHT C. LVL. L. LVL. ABBR. REMARKS
INFORMATION TOURISM
DROP
BOOKING
12mm
1. D1 1800 2400 00
CENTRE 3000X3940 4085x3235
WATER COOLER
WATER COOLER
IMMIGRATION
12000
SPACE FOR
8685
D3
W.C.
D4
ENTRY LOUNGE CUM
1360
W.C. 1000X1650
1500X1650 W.C.
DGHS UP
5560
6. D6 1500 2100 00 2100
1000X1650
SECURITY CHECK
TOILET(she) 3000X2875 x-ray 1 D4 7 D7 1500 2100 00 2100
DFMD
D2 D2 D2
11955X11850 CUSTOMS
B 3255X5030 ISOLATION
3
OFFICE
STAFF
ELECTRICAL B
LVL. +450 5545x3485 ROOM
TOILET(he)
17
DUCT ROOM 16
6705X5335
900X535 D2 D2 5630X5030 2805X5030
12 7 6000x5000 TOTAL PLINTH AREA ON GROUND FLOOR =2715.50 SQM
RAMP W.C.
1500X1650
W.C.
TOILET
TOTAL AREA ON FIRST FLOOR = 1910.50 SQM
1500X1650
up 2990x1800
4
TOTAL AREA ON ground +first floor =4626.0 SQM
D GD GD
PASSENGER
LVL. +450
GLASS PARTITION
5
UP
RAMP
3600mm wd canopy
PLPB PARTITION
up
A
115 THK. BRICK WALL
A
6000
SCHEDULE OF FINISHES
GROUND FLOOR PLAN
SUFFIX DATE INITIALS DETAILS
REVISIONS
1. ALL OFFICES,
HALLS
CLIENT
2.
3.
GLAZING
SILL CONSULTANT
4.
PERFORATED SS
SHEET CLADDING
TILL FALSE LVL.
JOB TITLE
DEVELOPMENT OF INTEGRATED
25MM THK. BLACK GRANITE
750 5. CHECK POST AT DAWKI ALONG
POLISHED & EDGE MOULDED INDO-BANGLADESH BORDER
CLADDING ON SIDES AND TOP 6.
1.0M
DETAIL B DETAIL A
A B C D E E' F G H H' I J K L
6000
79600
800 800
12000 6000 6000 6000 6000 6000 6000 6000 6000 6000 12000
STEEL COLUMN
1
A
3600
2 D2
TOILET D5
1615X2770 TOILET
12 TOILET 2520x2690
7 16 2360x2690
AC CUSTOMS REST ROOM
ELECTRICAL 17
9570X5160 ENTRY LOUNGE CUM 5940x4905
D5
REST ROOM
ROOM 3
2015X2400 UP
LOBBY BELOW
CONFERENCE ROOM D4
C
DN 5850X8750
D2 D4 D4 Width=1800 D6 19495x8750 O
12000
Tread=300
Riser=154
D4 R
CUSTOMS OFFICER R TOILET(he)
9245X3360 I 9915X4500
D
O
SCHEDULE OF OPENINGS
9245 14330 5850 19495
6400
SIZE
LOBBY
D6
R D2 D2 D2 D2
S.NO TYPE WIDTH HEIGHT C. LVL. L. LVL. ABBR. REMARKS
B
W.C. W.C. W.C. W.C.
1000X 1000X 1000X 1000X
14330X6400
WATER COOLER
1. D1 1800 2400 00
SPACE FOR
1650
TOILET
B
1000X
7 D7 1500 00 2100
1650
D3
2100
LVL. +5350
1280X W.C.
C (she)
W.C.
CLEANERS
ROOM
O 2800X4650
WATER COOLER
FINISHED FLOOR LVL
150MM RAISED FROM
2550X3300
SPACE FOR
6805
W.C. W.C. W.C. W.C. R SECURITY STAFF 12665
LOBBY
TOTAL PLINTH AREA ON GROUND FLOOR =2715.50 SQM
1000X 1000X 1000X 1000X
R 5875X6670
6400
1650
D2
1650
D2
1650
D2
1650
D2 11715X6400 D6 D4
TOTAL AREA ON FIRST FLOOR = 1910.50 SQM
I D6 D4
LVL. +5350 SERVER
D ELECTRICAL TOTAL AREA ON ground +first floor =4626.0 SQM
O
D6
ROOM
TOILET(he) ROOM
R 3790X3760
9370X4965 5875X3760
12000
3790
8330
12665 5900 6680 11715 1970 3790 5875
115
D6 IMMIGRATION
CONFERENCE
Width=1800 D4
Tread=300
STAFF
D4 D4
Riser=154
DINING
GLASS PARTITION
DN
ENTRY LOUNGE CUM 6680X5010
SECURITY CHECK 12665X8520 UP
PANTRY D4
LPAI OFFICER CONTROL &
115 THK. BRICK WALL
1
A
5 SUFFIX DATE INITIALS DETAILS
REVISIONS
3000mm wd canopy
A
6000
CLIENT
CONSULTANT
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
DRAWING TITLE
TERMINAL BUILDING
(FIRST FLOOR PLAN)
SEAMLESS PROFILE PRECOATED
GALVALUME SHEET WITH FIBRE GLASS
LVL. +11740
INSULATED ROOF PANELS
6430
SCHEDULE OF FINISHES
11785
AREA FLOOR INTERNAL WALL
INTERNAL/ CEILING
EXPOSED COLUMNS
1. ALL OFFICES,
FIRST FLOOR LVL.+5350 HALLS
2.
4900
3.
4100
PLINTH LVL+450
4.
GROUND LVL. (00)
450
K L
A B C D E E' F G H H' I J
5.
ELEVATION A 6.
7.
8.
EXTERNAL
FINISH
as/str.
2. D2 750 2100 00 2100
3. D3 1000 2100 00 2100
4. D4 1000 2100 00 2100
FALSE CEILING FALSE CEILING FALSE CEILING LVL.+8850 D5
5. 750 2100 00 2100
CONTROL & SERVER ALUMINIUM PARTITION IMMIGRATION SECURITY SECURITY STAFF 6. D6 1500 2100 00 2100
COMMAND ROOM ALUMINIUM PARTITION ROOM STAFF PANTRY CONFERENCE DINING OFFICER ALUMINIUM PARTITION
7 D7 1500 2100 00 2100
3500
3500
FIRST FLOOR LVL.+5350 TOTAL PLINTH AREA ON GROUND FLOOR =2715.50 SQM
TOTAL AREA ON FIRST FLOOR = 1910.50 SQM
900
500
CUSTOMS OFFICE
3000 STAFF FALSE CEILING
3000 TOTAL AREA ON ground +first floor =4626.0 SQM
FALSE CEILING
ALUMINIUM PARTITION DGHS ISOLATION
ROOM TOILET (he) TOILET (she)
4100
4100
3500
ROOF TRUSS
D4 W.C. W.C. W.C.
HANGER RODS
CONFERENCE CORRIDOR
ROOM
SUFFIX DATE INITIALS DETAILS
REVISIONS
ALIUMINIUM PARTITION
ASPER SPECS
SEAMLESS PROFILE PRECOATED
GALVALUME SHEET WITH FIBRE GLASS
FIRST FLOOR LVL. DETAIL C INSULATED ROOF PANELS
115THK. BRICK WALL CLADDED
WITH POLISHED GRANITE STEEL TRUSS 4 3 2
CLIENT
DETAIL C
as/str.
R42345
FALSE CEILING ASPER SPECS FALSE CEILING LVL.+8850 SEAMLESS PROFILE PRECOATED
GALVALUME SHEET WITH FIBRE GLASS
LVL.+8050 INSULATED ROOF PANELS
6425
PORCH
6400
4900
3500
CHECK CHECK
4500
JOB TITLE
4100
1525
DEVELOPMENT OF INTEGRATED
450
PLINTH LVL+450 PLINTH LVL+450
CHECK POST AT DAWKI ALONG
900
GROUND LVL. (00) GROUND LVL. (00)
INDO-BANGLADESH BORDER
LOUVERS WITH EXHAUST FAN
GRANITE STONE CLADDING AS/SPECS.
4 3 2 DRAWING TITLE
115
600
115
1800 4200 6730 115 115 115
880 700 700 1805 1650
575 1125 4240 4030 7615
2605
115
1695
4375
115
600
6260
6260
6260
6375
115
2275
3655
3550
6420
115
600
115
115
1000
115
B 115
3000
3000
3580
1865
7955
4320
115
115
600
D4
750
115
2405
1975
1500
3470
115
600
1925
3000mm wd canopy
3000mm wd canopy
at first floor lvl.
10010
7760
5955
6455
5680
detail/misc
115 Refer dwg. no. rites/ap/d/arch
detail/misc
3000 9785 6735 11400 6490 11755
115 115
3000mm wd canopy
A
GROUND FLOOR PLAN
6200 650
100 mm Tile Skirting, 19mm granite stone False Ceiling- 600 X 600
Textured Paint finish cladding upto 1500 height, Armstrong Ceiling Tiles
above as per tender item perforated ACP/SS as per tender item.
in appd shade. panelling above
from first floor finish lvl.
Mezzanine at +3.0m lvl.
3000 Toilets
flooring
300 X 450 Wall Tiles (as flow CP fittings for public False Ceiling- 600 X 600
at first floor lvl.
Internal Partitions Offices - Aluminium Frame Partitons with PLPB panel and glass as per design.
300X 450 Wall Tiles (as
600X600 Vitrified Tiles Low flow push button
per approved sample)
Kitchen/Pantry (as per approved sample) mixer, SS sink of size as
upto 2.1 m height all
marked.
around, and above
Granite Countertop
counter top, OBD
above
Granite Stone dado ------- level, Weatherproof external acrylic paint on external walls .
1335
PORCH PORCH
R1
32
10
6000
as/str.
LOUVERS TO HIDE
FALSE CEILING
3300
HANGER RODS &
CARRIERS
4500
4500
450
as/str.
3300
1200
3300
450
11000
6700 4070
D2
DW
eq
1430
D1 D1 D1 D1
115
5000
4775
2400
W
2410
6965
6610
900
SCHEDULE OF OPENINGS
400 700 700 700 700 900
eq
SIZE
S.NO TYPE WIDTH HEIGHT C. LVL. L. LVL. REMARKS
600 115
300 1800 1975 3805
590
Al. framed(double door window )
230 1. DW 3200 2700 00 2550 with glass
300
380
Al. framed particle board door
2. D1 750 2100 00 2100 single shutter
1200
W2 Al. framed particle board door
3. D2 1000 2100 00 2100 single shutter
2100
4.
4265
4035
5. V1 2100 450 2100 2550
880
6. W 2400 1650 900 2550
14500
7. W1 2100 900 1200 2100
1200
230
D2
115
380
115
eq
400 700 700 700 700 900 900 SCHEDULE OF FINISHES
6610
6965
AREA FLOOR INTERNAL WALL
INTERNAL/ CEILING
EXPOSED COLUMNS
2410
5000
Anodised Aluminium
300X300 non slip tile 19mm granite stone Push button type low
1. Toilets door shutters with
2400
4775
toilets.
10-12mm thick
Toughened Glass door
D1 D1 D1 D1 for main entry door.
Granite Countertop Frost Glass with
grill/wiremesh in
1430
ventilators.
eq
KHURRA 450X450MM KHURRA 450X450MM
DW
D2 Roof Sheeting
Seamless Profile Precoated Galvalume Sheet as per detailed specs, roof slope 1 in 10,
1780 V
2790 680 1000 300 eq 1800 eq 570
115 260
Canopy with galvalume sheet
cladding at roof level
TERRACE Lvl+3600
1500
3150
3600
3600
1200
P.Lvl +450
450
G.Lvl 0
ELEVATION B
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
2.4m wide canopy with
galvalume sheet cladding
INDIA-BANGLADESH BORDER
900
3000
2725
900
3600
3600
1050
1050
2550
600
100
65
610
610
900
450
450
450
G.Lvl 0 G.Lvl 0
SECTION - AA SECTION - BB
9400
115
230
660
150
2885
3115
1800
1200
5110
230
1000 115 1000 1115 1180 3580 750
230
660
895
SIZE
S.NO TYPE WIDTH HEIGHT C. LVL. L. LVL. REMARKS
1915
900
D1 D1 D1 D1 2. D1 750 2100 00 2100
3. V 2100 450 2100 2550
250 750 365 750 365 750 365 750
900
4875
2100
2100
2100
13000
1050
600
13000
400
400 700 700 700
900
D11480
600
1695
1545
9885
3730
900
600
750
2180
2100
2100
900
4780
450
250 750 365 750 365 750 515 750
D1 D1 D1 D1
1765
1765
450
900
230
230
115
230
230 1145 2100 2450 2100 1140
R.W.P.
1 2 3
450
R.C.C SLAB AS/STR. TERRACE LVL +3600
1500 1500
450
3150
3600
W.C. W.C. W.C. W.C.
2100
2100
FLOOR FINISH
(AS/SPECIFICATION) PLINTH LVL +450
450
F.G.L. 0.00
SECTION - BB
D D C B A DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
900
INDIA-BANGLADESH BORDER
900
R.C.C SLAB AS/STR. TERRACE LVL +3600
R.C.C SLAB AS/STR.
1500
450
W.C. W.C.
3600
2100
700
450
F.G.L. 0.00
SECTION - AA
PART SECTION C
X X X X X X X
X X X X X X
X X X X X X X X X X X
600
450 900 450 555 700 700 700 700 700 700 700 555 450 900 450
115
3330
2500
1800 6200 1800
2100
150
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDIA-BANGLADESH BORDER
URINALS FOR
EXPORT DRIVERS
BRICK TILING
WATER PROOFING
FIBRE GLASS CLOTH
A B C D BRICK BATS WITH MORTAR
WATER PROOFING
3150 3000 3150 R.C.C. SLAB
B
600
9600
9000
BRICK WALL RCC BEAM
30HP PUMP
B
Fire Fighting Fire Fighting Fire Fighting
5HP PUMP
4150
Fire Fighting 25HP PUMP
5472
5000
2100
W1 1. R/S 2100 00
9140x5000
STEEL FRAMED ROLLING SHUTTER
AS/SITE
230MM THK BRICK WALL NGL NGL
BRICK WALL 9140
B
62mm thick CC flooring with PLINTH
W1
a 1000 a concrete hardener topping
C.C. 1:4:8
BEAM
W1 sand filling
2 Brick bats
1000MM WIDE ROOF Earth filling
2
TOTAL PLINTH AREA OF WATER TANK & PUMP HOUSE =
SECTION AT BB
113.57 SQM
PUMP HOUSE) A 1.
AREA
PUMP ROOM
FLOOR
62mm thick CC flooring
with concrete hardener
INTERNAL WALL
100mm cement plaster
skirting & OBD above
CEILING
OBD
TERRACE LVL.+4600
1000 1000
WEATHER PROOF EXTERIOR PAINT
REVISIONS
W1 W1
CLIENT
CONSULTANT
PLINTH LVL.+150
A B C D JOB TITLE
DEVELOPMENT OF INTEGRATED
ELEVATION AT A CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
PUMP HOUSE
1250
2100
3000
2100
4375
3000
230
2100
4000
7570
1 2 1 2
WAREHOUSE ROOF PLAN,
ELEVATION & SECTION
RUMMAGING SHED
SOFFIT CLEAT (22X37MM)
CEILING PLASTER
40mm S/S PIPE
R.C.C. SLAB
12mm S/S PIPE 4MM GI HANGER ROD
50
5
20
4
12
200 200
METAL CRADLE FILLED UP
1000
12
WITH BITUMEN FILLER (ABOVE) 3
12
MADE OUT OF DOUBLE WEBBED
R.C.C. BEAM 1
300
GI SECTION OF MADE OUT OF
F. LVL. 3MM THK. S/S FLANGE
RAWL PLUGS & SCREWS DOUBLE WEBBED GI SECTION OF
WITH OVAL SHAPPED
TYP. DETAILS OF WINDOW SILL
0.35MM THICKNESS WITH POWDER
SLOT & WASHER
STAIRCASE RAILING DETAIL
COATED FINISH FOR EXPOSED SURFACE
INSIDE PLASTER
R.C.C. COLUMN 25 MM GAP 600 600
12 MM GAP
12
200 MM ASBESTOS CEMENT FLAT
SHEET OR ALUMINIUM PLATE OR
ROD (1200mm C/C)
SIMILAR MATERIAL
200
1000
COLUMN
12
RAWL PLUGS & SCREWS WITH
OVAL SHAPPED SLOT & WASHER
EXPANDEX
200
BOARD
12
SEALING
TYP. DETAILS OF
POWDER COATED GI
COMPOUND ANGLES OF SIZE
MAIN 'T' SECTION OF SIZE 24MMX38MM MADE
300
19X32X0.35MM
EXPANSION JOINT AT
OUT OF DOUBLE WEBBED GI SECTION OF 0.35MM
FINISHED FLOOR LVL WALL/PARTITION THICKNESS WITH POWDER COATED FINISH
FOR EXPOSED SURFACE
25 25
60
0
EXPANSION JOINT DETAIL AT TERRACE R.C.C. BEAM
AS/STR. R.C.C SLAB 600X600X15MM ARMSTRONG
AS/STR MAIN 'T' SECTION OF SIZE 24MMX38MM MADE OUT OF DOUBLE WEBBED
CEILING TILES AS / SPEC.
GI SECTION OF 0.35MM THICKNESS WITH POWDER COATED
FINISH FOR EXPOSED SURFACE.
PAINTING TOP OF ROOF WITH BITUMEN
MIRROR
TERRACE WATER PROOFING FIBER BOARD FALSE CEILING
900
25
600
A 25
RCC LINTEL
100
25
FIXTURE AS/ APPROVAL
WASH BASIN
100 HIGH SKIRTING
P.L.
800
FLOOR FINISH
230
G.L.
TYPICAL DETAILFOR WASH BASIN
WINDOW /ALUMINIUM FRAMED
PRELAMINATED PARTICLE
15
BOARD/GLASS PARTITION
RIVET BRICK WALL AS / SPEC AS/DETAIL
AL-PE PANEL BRICK WALL
AS/ SPEC.
350
25
SELF TAPING
AL-PE PANEL SCREW AS/ SPEC.
AS/ SPEC.
X
RIVET
AS/ SPEC.
I - SECTION
AS / SPEC.
450
H
PLASTER 15 X
AS / SPEC. SILICONE
AS/ SPEC. PLASTER
AS / SPEC.
600 MISCELLANEOUS DETAILS
15
SILICONE
I - SECTION
AS / SPEC.
TYP. SECTION THROUGH
AS/ SPEC.
TYPICAL DETAIL
TOE WALL 230MM THK
TYPICAL DETAIL FOR A.C.P. CLADDING TYP. DETAIL OF R.C.C.
FOR A.C.P. CLADDING AT JUNCTION COUNTER IN OFFICE AREAS
proposed byepass road for muktapur
HM6
X
X LEGEND
HM7
X
ks X
ruc BUFFER PARKING (INDIAN TRUCKS)
ia n T 5 sq.m
Ind - 639 FOR 388 NOS. X 30 MTR. HIGH MAST
a AREA 27971 SQ.M.
are
HM4
TF
OR
EXI CKS s
5 X
AIN
T RY/ TRU truck HM5
EN DIAN port
DR
IN t/im
FACADE LIGHT
TED
or
X
exp
32
ER
.5
DIV
2.5
FEEDER PILLAR
TO OCK
BL
X
ILE
T
NOTE : 1. Every High Mast should have 2 Nos.
cks G.I. Pipe Earthing.
X
h tru .m 2. Every High Mast will be protected
de s sq by Gaurd Fence.
gla 66
Ban ea- 55
X
ar
HM8
idge
X
weigh br
X X
X
X
HM2
ge
brid
X
igh
we
X
X
s
ger ia
sen Ind G
Pas rom
To/
F
B LD
AL
IN
X
ngers
RM
entry for
asse
TE
for P indian
Gate passengers
tr ance
ly to En
Supp
s h
ger des
X
sen gla
HM1 Pas Ban
rom HM10
T o/F
X
HM9
X X X X X
X
X
X
TO BANGLADESH --->
X X
proposed X
X
X
realignment for preventive custom
import &export
passenger Gate
EXISTING
X
DRAIN
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
LAYOUT PLAN
COAL AND AGGREGATE DUMPING AREA (EXTERNAL ELECTRIFICATION)
proposed byepass road for muktapur
X
X
ks X
ruc BUFFER PARKING (INDIAN TRUCKS)
ia n T 5 sq.m X
Ind - 639 FOR 388 NOS.
a AREA 27971 SQ.M. X
OR are
IT F S 5
/EX UCK cks
N
TRY N TR rt tru
RAI
N
E DIA po
D
IN t/im
ED
or
X
exp
ERT
32
.5
DIV
2.5
TO OCK
BL
X
ILE
T
cks
X
tru
d esh sq.m
gla 66
Ban ea- 55 X
X
ar
dge
weigh bri
X X
X
X
ge
brid
X
igh
we
X
s
ger ia
sen Ind
Pas rom G
F LD
LB
/
To
I NA
X
RM
entry for
TE
indian
passengers
s h
ger des
sen gla
Pas Ban
rom
X
To/F
X X
X
X
TO BANGLADESH --->
X
proposed X
realignment for preventive custom
import &export
passenger Gate
EXISTING
X
DRAIN
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
PLATFORM FOR
WEATHER PROOF
Lvl. +600
TOTAL PLINTH AREA OF ELECTRIC SUBSTATION = 15.83X15.0 = 237.45 SQM
EXTERIOR PAINT
HT Panel
W1/EF
SCHEDULE OF OPENING
3000
1500
5000
4660
D.G. Set 2
4540
3000 S.NO TYPE WIDTH HEIGHT SILL L. LVL. ABBR REMARKS
1. R/S1
15000
2000 2000
ALUMINIUM FRAMED DOOR
6 EF 600 600
Transformer
1245
2000MM WD CANOPY
y
PROJ. ABOVE
4200X9655 1 No. 150mm dia RCC hume pipe
Main LT (NcumE)
laid 600mm below outside GL
TR-1
450
3000
EXHAUST FAN
1500
2240
PLATFORM FOR
A RS1/EF 450
Office A'
3120
3000
Lvl. +600
3560X3000
Lvl. +900 SCHEDULE OF FINISHES
5000
Lvl. +900
D.G. Set 1
y
INTERNAL/ CEILING
230
AREA FLOOR INTERNAL WALL EXPOSED COLUMNS
store
1000
ROOFING 11.52). Or Kota Stone
Flooring
STEEL TRUSS
1685
PLC
845
Office Area
(FUTURE)
P.O.L.
RS1/EF EXHAUST FAN 600X600
TR-1
1000
Roof Sheeting GALVALUME SHEET CLADDING
GALVALUME SHEETING 200 X 300 Wall Tiles (as
3.
3560X2625
Toilets 300X300 non slip tile
per approved sample)
flooring (as per
upto 2.1 m height all
approved sample)
around , OBD above
2625
W1/EF EXTERNAL FINISH : WEATHER PROOF EXTERIOR PAINT
1625
11580 SPOUT
z
I.C.
62mm thick CC flooring with
concrete hardener topping
C.C. 1:4:8
sand filling
Brick bats
Earth filling
PLAN
A
SUFFIX DATE INITIALS DETAILS
REVISIONS
CLIENT
MS. ANGLE
MS. ANGLE 50X50X6
50X50X6
230 mm 150 200 350 200 150 JOB TITLE
230 mm 150 200 1100 200 150 Thick wall DEVELOPMENT OF INTEGRATED
900
Thick wall CHECK POST AT DAWKI ALONG
750
INDO-BANGLADESH BORDER
750
DRAWING TITLE
75 75
ELECTRIC SUBSTATION
75 75 P.C.C. 1:3:6
150
P.C.C. 1:3:6 G.L.0
100
AIN
DR
ED
ERT
32
.5
DIV
2.5
TO OCK
BL
ILE
T
dge
weigh bri
ge
rid
hb ig
we
s
ger a
sen Indi
Pas rom
F
To/
G
LD
A LB
IN
RM
entry for
TE
indian
passengers
s h
ger des
sen gla
Pas Ban
o m
/Fr
To
GATE
TO BANGLADESH --->
proposed
realignment for ADVERSE preventive custom
import &export
passenger Gate LAND AREA
EXISTING
DRAIN
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
ks
ruc
i a n T 5 sq.m BUFFER PARKING (INDIAN TRUCKS)
Ind - 639 FOR 388 NOS.
a
are AREA 27971 SQ.M.
TO OCK
BL
ILE
T
dge
weigh bri
ge
brid
igh
we
s
ger ia
sen Ind
Pas rom
/ F
To
G
LD
A LB
IN
RM
entry for
TE
indian
passengers
s h
ger des
sen gla
Pas Ban
o m
/Fr
To
TO BANGLADESH --->
proposed
realignment for ADVERSE preventive custom
import &export
passenger Gate LAND AREA
EXISTING
DRAIN
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
ks
ruc
i a n T 5 sq.m BUFFER PARKING (INDIAN TRUCKS)
Ind - 639 FOR 388 NOS.
a
are AREA 27971 SQ.M.
TO OCK
BL
ILE
T
dge
weigh bri
ge
brid
igh
we
s
ger ia
sen Ind
Pas rom
F
To/
D G
BL
N AL
I
RM
entry for
TE
indian
passengers
s h
ger des
sen gla
Pas Ban
r o m
To/F
TO BANGLADESH --->
proposed
realignment for ADVERSE preventive custom
import &export
passenger Gate LAND AREA
EXISTING
DRAIN
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
COAL AND AGGREGATE DUMPING AREA
ks
ruc
i a n T 5 sq.m BUFFER PARKING (INDIAN TRUCKS)
Ind - 639 FOR 388 NOS.
a
are AREA 27971 SQ.M.
TO OCK
BL
ILE
T
dge
weigh bri
ge
brid
igh
we
s
ger ia
sen Ind
Pas rom
/ F
To
G
LD
A LB
IN
RM
entry for
TE
indian
passengers
s h
ger des
sen gla
Pas Ban
o m
/Fr
To
TO BANGLADESH --->
proposed
realignment for ADVERSE preventive custom
import &export
passenger Gate LAND AREA
EXISTING
DRAIN
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
A A' B C D E E' F G H H' I J K K' L 2.THIS DRAWING SHOULD BE READ IN CONJUNCTION WITH
RELEVANT ARCHITECTURAL /ENGINEERING DRAWINGS AND ANY
DISCREPANCY NOTED SHOULD IMMEDIATELY BE BROUGHT TO THE
NOTICE OF ENGINEER PRIOR TO EXECUTION
NOMINAL SIZE.
a) WITHIN A JOINT
b) WITHIN A DISTANCE 2 d FROM JOINT FACE.
c) WITHIN A DISTANCE LENGTH OF MEMBER FROM THE JOINT
F2 F2 F2 F2 F2 F2 F2 F2 F2 F2 F2 F2 F2 FACE.
F2
13.NOT MORE THAN 50% OF BAR SHALL BE SPLICED AT ONE
SECTION.
3
24000
C1 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C1 14. TIES AT 100 c/c SHALL BE PROVIDED OVER A LENGTH, h/6 c/c OF
COLUMNS HEIGHT FROM EACH JOINTS FACE AT TOP & BOTTOM, AS
I.S.13920-1993
3' C1
FROM SUPPORT IN BEAMS AND SLABS.
F5 F5 F5 F5 F6 F5 F5 F6 F5 F5 F5 F5 C1 17.ALL BRICKS IN THE MASONRY SHALL HAVE CHARACTERISTIC
STRENGTH OF 7.5 N/sq.mm (UNLESS OTHERWISE SPECIFIED) LAID IN
1:6 (1 CEMENT :6 SAND) MORTAR.
5775
F1 F1
C4 F5 C4 C4 F5 C4 C4 C4 C4 C4 C4 C4 C4 C4 F5 C4
5
CP CP CP
F4 F4 F4 F4 F4 F4 F4 F4 F4
FOUNDATION PLAN
COLUMN
MARK SIZE SHAPE
750
SCHEDULE OF FOOTING CLIENT
F1 3300X3300 500
JOB TITLE
750
F2 4000X4000 600 DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
F3 3000X3300 500
DRAWING TITLE
F5 1800X1800 300 L L
L
450
F6 1800X2400 350
A A' B C D E E' F G H H' I J K K' L GENERAL NOTES:
PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 5.ALL MAIN WALLS ARE OF 230 MM.
2 C2 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C2
6.CLEAR COVER TO ALL MAIN REINFORCEMENT BAR SHALL BE :
PB4 FOR SLAB - 20MM, COLUMNS- 40MM, BEAMS - 25MM, FOUNDATIONS
-50MM
PB4 PB1 PB4 PB1 STAIR CASE PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1
PB1 PB3 PB3 7. ALL STEEL REINFORCEMENT SHALL BE OF HIGH YIELD
PB4 STRENGTH DEFORMED BARS CONFORMING TO I.S: 1786-1985 WITH
PB3
5775
PB2 PB4 PB3 MIN. YIELD STRESS / 0.2% PROOF STRESS OF 415 N/ SQ, MM (GRADE
PB2 Fe 415)
PB3 PB3 PBS PB4 PB4 PB4 8.REINFORCED CEMENT CONCRETE SHALL BE DESIGN MIX M-30
CONFORMING TO I.S.: 456-2000 STONE AGGREGATE SHALL BE 20 mm
NOMINAL SIZE.
PB3 PB3 PB3
12000
PB3
2' PB4
9.CENTER OF FOOTING AND CENTER OF COLUMN SHALL BE KEPT
SAME
CP CP CP CP CP CP CP CP CP CP CP CP CP C1
C1 PB3 PB3 PB3
10.WATER FOR CONSTRUCTION PURPOSE SHALL CONFORM TO
COLUMN CP BELOW CLAUSE 5.4 OF I.S.-456-2000.
PB1 PB1
PLINTH BEAM
PB1 PB1 PB1 PB3 PB1 PB3 PB1 PB1 PB1 PB1 PB1 PB4
PB4 PB1
PB1 PB3 11. REINFORCEMENT IN SHORT SPAN SHALL BE PLACED IN BOTTOM
5775
PB2 I.S.13920-1993
PB4 PB4 PB2
PB3 PB3 PB3 PB3 15.THE REINFORCEMENT DETAILING SHALL BE AS PER IS: 13920.
PB3 PB3 16.LAP LENGTH/DEVELOPMENT LENGTH(Ld) FOR MAIN
PB3 REINFORCEMENT BARS AS PER I.S.-456-2000 SHALL BE 50X dia OF
PB4 CP CP CP CP CP CP CP CP CP CP CP CP CP BAR FOR M20,AND 41X dia FOR M25 GRADE OF CONCRETE, LAPS
12000
PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1
C4 PB1 PB1 C4 PB1 PB1 C4 PB1 C4 C4 PB1 C4 PB1 C4 PB1 C4 C4 PB1 C4 PB1 C4 PB1 C4 PB1 PB1 C4
5
CP CP CP
CLIENT
CONSULTANT
250
250 450
JOB TITLE
DRAWING TITLE
TERMINAL BUILDING
PLINTH BEAM PLAN & DETAILS
GENERAL NOTES:
B2 B2 B3
STAIR CASE
B5 S1 B2 B2 B5 B3 B2 S1 B2 S1
S1 S1 S1 B4 B5 S1 S1 S1 B1
8.REINFORCED CEMENT CONCRETE SHALL BE DESIGN MIX M-30
S1 CONFORMING TO I.S.: 456-2000 STONE AGGREGATE SHALL BE 20 mm
5775
B1 NOMINAL SIZE.
C1 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C1 I.S.13920-1993
C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4
5
MARK SIZE
250
SCHEDULE OF SLAB
B1 250X600
B7 250X600
CLIENT
SLAB MARK DEPTH
250
250
1 2
B2 350X750
B8 250X600 S1 150
CONSULTANT
350
250
B3 350X750
B9 250X600 JOB TITLE
DEVELOPMENT OF INTEGRATED
350
CHECK POST AT DAWKI ALONG
250
INDO-BANGLADESH BORDER
B4 350X750
B10 250X600
DRAWING TITLE
350
250
proposed byepass road for muktapur
EXPORT TRUCK
WAITING PARKING
EXPORT TRUCK / X
WAITING PARKING
X
cks BUFFER PARKING (INDIAN TRUCKS)
WAREHOUSE Tru .m
ian 5 sq FOR 388 NOS.
X
Ind - 639
a
OR
IT F S
/EX UCK cks
are 5
AREA 27971 SQ.M. X
AIN
TRY TR ru
EN DIAN ort t
DR
IN t/imp
ED
or
exp
ERT
32
.5
DIV
INDIAN EXPORT
2.5
TRUCKS
T O OC K
BL
X
ILE
INDIAN
T
IMPORT/EMPTY
TRUCKS
cks
tru
a d esh 6 sq.m
gl 6
Ban ea- 55
ar
X
HM8
ge
CARGO
weigh brid
PASSENGER X
TERMINAL EXIT FOR EXPORT
TRUCKS
DRIVERS AREA HM2
ge
brid
igh
X
we
DRIVERS AREA
DRIVERS AREA
s
ger ia
sen Ind
Pas rom DG FRONT - WAY TO
T o /F
L BL BANGLADESH
NA
MI
X
gers DRIVERS AREA BACK - EMPTY VEHICLES
R
entry for
ssen
TE WAREHOUSE
for Pa indian
Gate passengers
ance
Entr
Supp
ly to CARGO BUILDING
s h
ger des
sen gla
HM1 Pas Ban
om
X
F r
T o/
HM9
X X X
TO BANGLADESH --->
X
proposed X
realignment for preventive custom
PASSENGER import &export
passenger Gate TERMINAL
EXISTING
DRIVERS AREA
FRONT WELCOME TO THE
REPUBLIC OF INDIA
DRAIN
ENTRY FOR EMPTY INDIAN
TRUCKS
BACK
CITY A,B,C - kms
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER
EXTERNAL SIGNAGES