You are on page 1of 311

LAND PORTS AUTHORITY OF INDIA

MINISTRY OF HOME AFFAIRS,


GOVERNMENT OF INDIA

E-TENDER DOCUMENTS
FOR
DEVELOPMENT OF INTEGRATED CHECK POST
AT DAWKI MEGHALAYA ALONG
INDO-BANGLADESH BORDER

PART-1
TECHNICIAL BID

TENDER NOTICE NO: RITES/AP/ICP/DAWKI/TENDER/2016/01

June 2016

Consultants

(A Govt. of India Enterprise)


AIRPORTS DIVISION
RITES BHAWAN - 2, Plot No. - 144, SECTOR 44,
GURGAON 122 003 (HARYANA) INDIA
Phone : 0124 - 2728 111, Fax : 0124 - 2571 633
web: www.rites.com
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

RITES LTD.
E-TENDER AND CONTRACT DOCUMENT
CONTENTS

S. No. Details Page


PART 1 : Technical Bid
SECTION No 1 Notice Inviting Tender and Instructions to 001 to 048
Bidders & Power of attorney
SECTION No 2 Tender and Contract Form 49
SECTION No 3 Special Conditions 050 to 053
SECTION No 4 Schedules A to F 054 to 059
SECTION No 5 Technical Specifications 060 to 272
SECTION No 6 Tender Drawings 273 to 274
and 33 nos.
tender drawings

PART 2 : Financial Bid SCHEDULE A - BILL OF QUANTITIES


Abstract : Total of Sub heads 002 to 003
SCHEDULE NO. I Civil Works DSR Items (Based on 004 to 052
DSR-2014)
SCHEDULE NO. 2 Civil Works Non Schedule Items 052 to 085
SCHEDULE NO. 3 Electrical Works DSR Items (Based on 085 to 095
DSR-2014)
SCHEDULE NO. 4 Electrical Works Non Schedule Items 095 to 117
SCHEDULE NO. 5 Interior and Furnishing Works 117 to 139
SCHEDULE NO. 6 Signage Works 139 to 144

PART - 3 General Conditions of Contract 2015 *


SECTION No 7* Conditions of Contract
SECTION No 8* Clauses of Contract
SECTION No 9* RITES Safety Code
SECTION No 10* RITES Model Rules for Workers
SECTION No 11* RITES Contract Labour Regulations
*General Conditions of Contract 2015 (Compilation of Sections 7 to 11) is available with all
correction slips up to date, in RITES website www.rites.com

i.
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

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).

1.2 Estimated Cost of Work


The work is estimated to cost Rs. 71.71 Crore (Rupees Seventy One Crore and
Seventy One Lakhs Only). Estimate is generally based on CPWD Delhi Schedule of
Rates 2014 enhanced by + 22.76 % and on market rates for non-schedule items. This
Estimate, however, is given merely as a rough guide.

1.3 Time for Completion


The time allowed for completion will be 24 (Twenty Four) months from the date of
start which is defined in Schedule F under Clause 5.1(a) of Clauses of Contract.

1.4 Brief Scope of Work :


Present constrained traffic conditions and lack of facilities require that integrated
check-post is undertaken. The ICP project aims at facilitating improved border trade
and people contact by creating appropriate facilities for cargo and passenger traffic.

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

Salient Features of ICP at Dawki, Meghalaya


i) Pavements - Pre-cast C.C. block Pavements - 60,000 sqm
ii) Buildings and Prefabricated Sheds = as per attached table in following pages.
iii) Gates / Security Gates
iv) Storm water drainage, open/covered drains : 1800m and channelized nalla 360 m
v) Water Supply & distribution System : 1270m
vi) Sewerage collection, treatment and disposal system : 30 KLD STP
vii) ESS & Transformer 500 KVA (1 working + 1 standby) and DG set 200 KVA (1 no.)
& 125 KVA (1 no.).
viii) Area Lighting 76,000 Sq.mt & boundary lighting (Single arm pole, triple arm, high
mast 30 m & 16m.)
ix) Fire Fighting system
x) Interior works
xi) Signage
xii) Miscellaneous equipment and systems
a. Weigh bridges- 80 T
b. Surveillance system (CCTV)
c. PA system
d. Telephone connectivity including EPABX
e. LAN connectivity
f. Slope retention works
The building works proposed under the project are further divided into three
categories, namely: RCC Buildings, RCC buildings with steel roof and Sheds.
The various structures coming under Buildings head which are provided with RCC
framed structures are :
RCC Buildings Boundary Wall, Entrance Gate
Service buildings : Electric substation & Pump
house
RCC Buildings with Steel Terminal building
Roof Cargo Building
Toilet Block
Toilet cum Canteen
Sheds & Other Misc. Warehouse
Structures (Design & Build) Rummaging Shed

KEY BUILDING FEATURES & SPECIFICATIONS


S. Buildings Area No. of Floor Total Height (in M)
No. (in sqm) Storeys Height
(in M)
A) RCC BUILDINGS
1 Entrance Gate-01 317 Double 3.6 10.3
Height
2 Entrance Gate-02 103 Double 3.6 8.7
Height
3 Boundary Wall 2.7
4 ESS & Pump House => 290.53 Single 4 5
237.45sqm + 53.08sqm
B) RCC BUILDINGS WITH STEEL ROOF
5 Terminal Building 4626 Double 4.9 11.8
(Ground floor & first
floor)

2
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

KEY BUILDING FEATURES & SPECIFICATIONS


S. Buildings Area No. of Floor Total Height (in M)
No. (in sqm) Storeys Height
(in M)
6 Cargo Building (Ground 2456 Double 4.5 11.8
floor & first floor)
7 Toilet Block 123.5 Single 3 4.5
8 Toilet cum Canteen 187 Single 3 4.5
Total Area 8103
C) SHEDS & OTHER MISC. STRUCTURES (DESIGN & BUILD)

9 Warehouse 956 Single 7 Pre-Engineered


steel framed
10 Rummaging Shed 132.6 Single 6 building/shed
Total Area (Sheds) 1088.6
Total Area in sqm (Buildings & Sheds) 9191.6

1.5 Availability of Site


The complete land for ICP construction site shall be handed over to contractor in one
go at the beginning of the project itself.
The site for the work is available./ shall be made available in parts, as specified below:

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.

1.7 Date & Time of opening of bids: 11:30 Hrs on 06.07.2016.

1.8 Pre-bid Clarification Start time & date: 10:00 Hrs on 16.06.2016

1.9 Pre-bid Clarification End Time & date: 16:00Hrs on 28.06.2016

Requirements of Clarifications can be sent at following email only: airports@rites.com


and yksharma@rites.com.
The Tenderer or his official representative is invited to attend a pre-bid meeting which
will take place at the Office of Group General Manager (B&A), RITES Limited, First
Floor, RITES BHAWAN II, Plot No. 144, Sector 44, Gurgaon 122 003
(Haryana) Ph 0124 - 2728111, 2728129 on 01.07.2016 at 11:30 Hrs.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED


2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether
Normal or Large. Normal Works are those costing 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.

2.4 In this Tender Joint Venture is not allowed.

2.5 The documents to be furnished by the Bidder to prove that he is satisfying the
Qualification Criteria laid down should all be in the 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.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON


QUALIFICATION CRITERIA
3.1 The information to be furnished and the documents to be enclosed shall be as per
Clause 28 hereinafter.

4.0 CONTENTS OF TENDER DOCUMENT


4.1 Each set of Tender or Bidding Document will comprise the Documents listed below
and addenda issued in accordance with clause 6:
PART-1 Technical Bid Packet
(Read with Correction Slip Nos.1 to 4)
Section 1 Notice Inviting Tender and Instructions to Tenderers including Annexures
Section 2 Tender and Contract Form. [DELETED]
Section 3 Special Conditions.
Section 4 Schedules A to F
Section 5 Technical Specifications
Section 6 Drawings

PART - 2 Financial Bid Packet


Schedule of Quantities (Bill of Quantities)

PART - 3:- General Conditions of Contract 2015


(read with correction Slip issued upto the date of submission of
tender)
Section 7 Conditions of Contract
Section 8 Clauses of Contract
Section 9 RITES Safety Code
Section 10 RITES Model Rules for protection of Health and Sanitary
arrangements for Workers
Section 11 RITES Contractors Labour Regulations

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.

5.0 ACCESSING / PURCHASING OF BID DOCUMENTS


(a) To participate in the E-Bid submission for RITES, it is mandatory for the bidders to
get their firms registered with E-Procurement portal https://rites.eproc.in.
(b) Bidder should enroll themselves on the E-Procurement portal by clicking the option
New Registration link available on the home page. A Bidder Registration link
containing the detailed guidelines for e-procurement system is available on the
RITES E-Procurement portal. During registration, the bidders should provide the
correct/true information including a valid email-id. All correspondence shall be
made directly with the contractors/bidders through the email-id provided. The
registration charges are INR 3900.00 + service tax as applicable, and this is
required to be paid to M/s C1 India Pvt. Ltd. through integrated E-payment
gateway. The registration will be approved only after receipt of payments. Validity
of registration is for three years. In case of any difficulty faced during registration
you are requested to contact e-Tendering Helpdesk Number provided on
E-Procurement portal.

(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.

(f) Following may be noted:


Bids can be submitted only during validity of registration of bidder with RITES
E-Procurement portal.
The amendments / clarifications to the bid document, if any, will be posted on
E- Procurement portal / RITES website only.

(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.

5.1 Clarifications on Tender Documents


A prospective Tenderer requiring any clarification on the Tender Document may notify
on line only.

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.

6.0 AMENDMENT OF TENDER DOCUMENT


6.1 Before the deadline for submission of tenders, the Tender Document may be modified
by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will
however be stopped 7 days prior to the deadline for submission of tenders as finally

5
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

stipulated.

6.2 Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and


shall become a part of the tender document. All Tenderers are advised to see the
website for addendum/ corrigendum to the tender document which may be uploaded
upto 7 days prior to the deadline for submission of Tender as finally 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.

7.0 PREPARATION AND SUBMISSION OF BIDS


a) Part-1 and Part-2 of tender document may be downloaded from E-procurement
portal of RITES and Part 3 from RITES website, prior to the deadline for
submission of bids. The bids (Part-1 and Part-2 only) shall be submitted online
following the instructions appearing on the screen. Part-3 of the tender document
need not be submitted online but it shall be deemed to have been submitted. Users
are requested to map their system as per the System settings available on the link
System Requirement and Registration Manual on the E-Procurement portal.

b) After downloading / getting the tender document/schedules, the Bidder should go


through them carefully and then submit the documents as asked, otherwise bid will
be rejected. It is construed that the bidder has read all the terms and conditions
before submitting their offer. Bidders are advised that prior to bid submission they
should read the Bid Submission manual available on E-Procurement portal on
RITES website.

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.

f) Cost of Tender Document & Earnest Money deposit (EMD)


During bid submission the bidder has to select the payment option as offline to pay
the cost of tender document and EMD and enter details of the instruments. In case
of exemption from payment of cost of tender document and EMD, the scanned
copy of document in support of exemption will have to be uploaded by the bidder
during bid submission. The onus of proving that the bidder is exempted from
payment of cost of tender document and/or EMD lies on the bidder. In this
connection, it should be noted that mere opening of bid does not mean that the bid
has to be considered by RITES as a valid bid. If later, it is discovered from the
uploaded documents that bidder is not exempted from payment of cost of tender
and/or EMD, his bid shall be treated as non-responsive.

6
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Cost of Tender Document: The cost of tender document is Rs. 15,000/-.


(Rupees Fifteen Thousand Only) which is non refundable. It shall be in the
form of a Bankers Cheque/ Pay Order/ Demand Draft favoring RITES Ltd.
issued by a scheduled commercial bank, payable at Gurgaon / Delhi. No other
mode of payment will be accepted.
Earnest Money deposit (EMD) - The bids shall be accompanied by total
Earnest Money Deposit (EMD) of Rs. 25,00,000/- (Rupees Twenty Five
Lakhs Only) in the form specified in Clause 9 hereinafter.

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

8.0 TENDER VALIDITY


8.1 The Tender shall be valid for a period of 90 days from the due date for submission of
Tender or any extended date as indicated in sub para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to
the expiry of the original time limit for Tender Validity, the Employer may request that
the Tenderers may extend the period of validity 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.

9.0 EARNEST MONEY


9.1 The Tender should be accompanied by total earnest money of Rs. 25,00,000/-
(Rupees Twenty Five Lakhs Only) in any one of the following forms:
Bankers Cheque / Pay Order / Demand Draft issued by any Scheduled Commercial
Bank drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi.

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.

9.3 Refund of Earnest Money


The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will
be returned without interest soon after scrutiny of Technical Bid has been completed
by the Employer subject to provisions of Clause 9.4 (b). The Earnest Money of the
Tenderers whose Technical Bid is found acceptable but who are neither the lowest nor
the second lowest will be returned without interest within 07 days of opening of
Financial Bid. The Earnest Money of the remaining unsuccessful bidders will be
released within seven days of the Accepting Authoritys decision on acceptance or
otherwise of the tender subject to provisions of Clause 9.4 (b). The bidder shall submit
RTGS/NEFT Mandate Form as per performa given in Annexure VII, duly filled in.
.
9.4 The Earnest Money is liable to be forfeited
a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance,
whichever is earlier, any Tenderer
i) withdraws his tender or
ii) makes any modification in the terms and conditions of the tender which are not
acceptable to the Employer.

b) in case any information/document which may result in the tenderers


disqualification is concealed by the Tenderer or any statement / information /
document furnished by the Tenderer or issued by a Bank/Agency/third party and
submitted by the tenderer, is subsequently found to be false or fraudulent or
repudiated by the said Bank/Agency/Third Party

c) in the case of a successful Tenderer, if the Tenderer


i) fails to furnish the Performance Guarantee within the period specified under
Clause 1 of
Clauses of Contract.
or
ii) fails to commence the work without valid reasons within the period as specified
in Schedule F after the date of issue of Letter of Acceptance or from the first
date of handing over of the site, whichever is later.
In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer
shall not be allowed to participate in the retendering process of the work.

8
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

10.0 MODIFICATION/ SUBSTITUTION/ WITHDRAWAL OF BIDS


10.1 The Tenderers shall submit offers which comply strictly with the requirements of the
Tender Document as amended from time to time as indicated in Clause 6.0 above.
Alternatives or any modifications by the tenderer shall render the Tender invalid.

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.

11.0 AUTHORITY TO SIGN


a) If the applicant is an individual, he should sign above his full type written name and
current address.

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.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be


signed by a duly authorized person holding Power of Attorney for signing the
Documents in the Format at Annexure III.

9
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

11.1 Items to be kept in mind while furnishing details


While filling in Qualification Information documents and the Financial Bid, following
should be kept in mind:
i) There shall be no additions or alterations except those to comply with the
instructions issued by the Employer or as necessary to correct errors, if any, made
by the Tenderers.
ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the
Financial offer will however be accepted.
iii) The Employer reserves the right to accept or reject any conditional
rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts
which are in excess of the requirements of the bidding documents or otherwise
result in accrual of unsolicited benefits to the Employer, shall not be taken into
account.

11.2 Integrity Pact


(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer,
in the Format at Annexure VI. The Integrity Pact enclosed as Annexure VI will be
signed by RITES for and on behalf of Employer as its Agent/Power of Attorney
Holder at the time of execution of Agreement with the successful Bidder. While
submitting the Bid, the Integrity Pact shall be signed by the duly authorized
signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity
Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.
(ii) In case of any contradiction between the Terms and Conditions of the Bid
Document and the Integrity Pact, the former will prevail.
Provided always that provision of this Clause 11.2 - Integrity Pact, shall be
applicable only when so provided in Clause 11.2A below which will also stipulate
the name and address of the Independent External Monitor as well as the Name,
designation and address of the official nominated by the Employer to act as the
Liaison Officer between the Independent External Monitor and the
Engineer-inCharge as well as the Contractor.

11.2A Whether Clause 11.2 (Integrity Pact) shall be applicable - YES

If Yes, Name and Address of the Independent External


Monitor (In case estimated cost put to tender is above Rs.10 crores or more)
Sh. Suresh Kumar, D-401, Rail Vihar Classic Appartments,
Sushant Lok III, Sector 57, Gurgaon-122 003

Name, Designation and Address of RITES Liaison Officer


Sh. Y.K. Sharma, GGM(B&A)/ RITES Ltd., Ist Floor,
Plot No.-144, Sector44, Gurgaon -122 003 (Haryana)

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS


12.1 The Employer will open all the Tenders received, in the presence of the Tenderers or
their representatives who choose to attend at 11:30 Hrs. on 06.07.2016 in the office of
SDGM(AP)/ RITES Ltd. , Ist Floor, Plot No. 144, Sector 44, Gurgaon 122 003
(Haryana).

In the event of the specified date of the opening being declared a holiday by the
Employer, the Tenders will be opened at the appointed time and location on the next
working day.

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.

12.6 Two Packet System


(a) Envelope 1 containing scanned copy of Earnest Money alongwith Mandate Form
as per Annexure VII, Cost of Tender Document and scanned copy of Authority to
sign document of all the Tenderers will be opened first and checked. If any of the
document(s) so furnished are not as per tender stipulations, the Envelope 2 of
PACKET A (Technical Bid) and PACKET B (Financial Bid) will not be opened and
the bid is treated as rejected. The Envelope 2 of PACKET A (Technical Bid) of
other Tenderers who have furnished scanned copies of Earnest Money, cost of
Tender document and Authority to sign as per tender stipulations will then be
opened.
(b) The Employer will scrutinize the Technical Bids accepted for evaluation to
determine whether each Tenderer
(i) has submitted Authority to sign as per Clause 11.0 above and Integrity Pact
(where applicable) duly signed and witnessed as per Clause 11.2 above;
(ii) meets the Qualification Criteria stipulated in Clause 2.0; and
(iii)conforms to all terms, conditions and specifications of the Tender Document
without any modifications or conditions.
(c) If required, the Employer may ask any such Tenderer for clarifications on his
Technical Bid. If a Tenderer does not submit the clarification/document requested,
by the date and time set in the Employers request for clarification, the bid of such
Tenderer is likely to be rejected. PACKET B (Financial Bid) of Tenderers whose
Technical Bids are not found acceptable will not be opened. Tenderers whose
Technical Bids are found acceptable will be advised accordingly and will also be
intimated through e-mail the time and date and place where and when the
PACKET B (Financial Bid) will be opened.
(d) At the appointed place, time and date, in the presence of the Tenderers or their
representatives who choose to be present, the Employer will open the envelopes
containing the PACKET B (Financial Bid).

12.7 Single Packet System DELETED

11
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

13.0 INSPECTION OF SITE BY THE TENDERERS


Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their Tenders, as to the nature of the ground and
sub-soil (as far as is practicable), the form and nature of the site, the means of access
to the site, the accommodation they may require and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstances
which may influence or affect their Tender. A Tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent
on any misunderstanding or otherwise shall be allowed. The Tenderer shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants,
water, electricity, access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract
documents. Submission of a tender by a Tenderer implies that he has read this notice
and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools
and plant etc. will be issued to him by the Employer and local conditions and other
factors having a bearing on the execution of the work.

14.0 EMPLOYERS RIGHT ON ACCEPTANCE OF ANY TENDER


(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the
Tenderer does not submit the clarification by the date and time set in the
Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to accept
the lowest or any other Tender and reserves to himself the authority to reject any or
all the Tenders received without the assignment of any reason. All Tenders in
which any of the prescribed conditions is not fulfilled or any condition is put forth by
the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED


Canvassing whether directly or indirectly, in connection with tenders is strictly
prohibited and the tenders submitted by the Contractors who resort to canvassing will
be liable to rejection.

16.0 EMPLOYERs RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER


The competent authority on behalf of the Employer reserves to himself the right of
accepting the whole or any part of the tender and the Tenderer shall be bound to
perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS


17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as
Associated Finance Officer between the grades of AGM(F) and J.M (F) in the
concerned SBU Unit of RITES or as an officer in any capacity between the grades of
GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He
shall also intimate the names of persons who are working with him in any capacity or
are subsequently employed by him and who are near relatives to any Gazetted officer
in the organization of the Employer. Any breach of this condition by the Tenderer would
render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of the Organisation of the
Employer is allowed to work as a contractor for a period of one year after his retirement
from the Employers service without the previous permission of the Employer in writing.
The contract is liable to be cancelled if either the Contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the

12
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Employer as aforesaid before submission of the tender or engagement in the


Contractors service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials
Secret Act 1923, for maintaining secrecy of the tender documents drawings or other
records connected with the work given to them. The unsuccessful Tenderers shall
return all the drawings given to them.

17.3 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.

18.0 SIGNING OF CONTRACT AGREEMENT


18.1 The Tenderer whose tender has been accepted will be notified of the award by the
Employer by issue of a Letter of Acceptance prior to expiration of the Bid Validity
period.

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.

19.0 Pre Qualification Performa


The bidder shall fill the pre qualification Performa at Annexure IX. The bid will be
evaluated only considering those details and corresponding documents as mentioned
in Annexure IX and no other details/ certificate/ document will be taken in to
consideration while evaluating the bid to decide whether the bidder is qualified or not.
For similar work experience the details of only those works mentioned in Annexure IX
may be given in Performa no. 1 attached to Annexure-I.

20.0 Brief Notice Inviting e-Tenders


Group General Manager/Airports, RITES Ltd invites on behalf of Land Ports Authority
of India Online item rate/ percentage rate/ item rate + percentage rate/ lump sum bids
on single/ two packet system for the following work

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

PWD or any other Central / State Government Undertaking, Municipal Body of


Central / State Government or Public Limited Company listed in Stock Exchange in
India & Abroad.
16. Self-Attested Copy of Partnership Deed/ Memorandum and Articles of Association
of the firm.
17. Self-Attested copy of Corrigendum(s), if any.
18. Any other document if specified in the correction slips to the Tender Document.
19. Self-certified copy of the Joint Venture Agreement/Memorandum of Understanding
as per Annexure II & Annexure IV (where Joint Venture is allowed)
20. Power of Attorney in favour of Lead Member as the Lead Member of JV executed
by the authorized representatives of all the members of JV (where Joint Venture is
allowed).
21. Self-attested copy of a certificate, confirming that the Partners including Lead
Partner duly signed by the Authorized representative of each Partner/Member of
Joint Venture is a working contractor or has executed any work within the last five
years reckoned from the date of opening of Tender, issued by Railways, CPWD,
MES, DOT, RITES, State PWD or any other Central/State Government
Undertaking, Municipal Body, Autonomous Body of Central or State Government
or Public Limited Company listed on NSE/BSE (where Joint Venture is allowed).

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.

29.0 List of Documents to be submitted physically by Lowest (L1) Bidder within a


week of the opening of Financial Bid:-
1. Self-attested copy of PAN/TAN issued by income Tax Department
2. Self-attested copy of registration under Labour Laws like PF, ESI etc.
3. Self-attested copy of ISO 9000 Certificate. (if any)
4. Self-attested copies of all the documents specified in Clause 28.0 above.

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

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. Annual Financial Turnover


The bidder should have achieved a minimum annual financial turnover of
Rs. 71.71 crores in any one of the last 3 Financial Years.

Notes:
The financial turnover will be taken as given under the head Income in audited
Profit and Loss Account and excluding non-recurring income, income from other
sources and stock. It is clarified that the Financial Turnover means relevant
revenue as recorded in the Income side of Profit and Loss Account. It does not
mean Profit.
Closing stocks in whatsoever manner should not form part of turnover.
Weightage of 7% (compounded annually) shall be given for equating the financial
turnover of the previous years to the current year.
For considering the Financial Years, for example for a work for which the Tender is
being opened in Financial Year 2014-15, the last three Financial Years 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.

b) Construction Experience in key activities/specified components


To qualify for award of the contract, each Bidder in his own name or as a
member of a Joint Venture should have, in the last five Years prior to the
last stipulated date for submission of the Bid, executed the following key
activities.

i) Pavement works of National Highway / State Highway projects /


Airports / Ports / Check Posts / Inland Container Depots / Industrial
complexes etc. (minimum value of Rs. 10 crores in any one work)
AND
ii) Buildings / Warehouses etc. (minimum value of Rs. 10 crores in any
one work)

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.

3. SOLVENCY CERTIFICATE AND SERVICING OF LOAN / CREDIT LIMIT


(i) A Solvency Certificate of minimum solvency of Rs. 28.69 crores (suggested format
at Proforma 2) from a Scheduled Commercial Bank issued not earlier than 6
months from the last date for submission of tender is required to be submitted by
the bidder.

Notes:
The certificate so produced by the Bidder may be got verified from the issuing
Bank.

(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).

6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF


BOTH LARGE AND NORMAL WORKS
a) Sub-Contractors Experiences and Resources
Sub-Contractors Experiences and Resources will not be taken into account in
determining the Bidders compliance with the qualifying criteria.

b) Experiences and Resources of the Parent Company and other subsidiary


companies
If the Bidder is a wholly owned subsidiary of a company, the experience and
resources of the owner/parent company or its other subsidiaries will not be taken
into account. However, if the Bidder is a Company, the Experience and Resources
of its subsidiaries will be taken into consideration.

7. DISQUALIFICATION ON CERTAIN GROUNDS


Even though the Bidders may meet the above qualifying criteria, they are subject
to be disqualified if they have;

a) Concealed any information/document which may result in the Bidders


disqualification or if any statement/information/document furnished by the Bidder
or issued by a Bank/Agency/third party and submitted by the Bidder, is
subsequently found to be false or fraudulent or repudiated by the said
Bank/Agency/Third Party. In such a case, besides Bidders liability to action under
para 9.4 of Instructions to Tenderers, the Bidder is liable to face the penalty of
banning of business dealings with him by RITES.

b) Records of any contract awarded to them, having been determined during the past
three years prior to the dead line for submission of bids.

c) Their business banned or suspended by any Central / State Government


Department / Public Undertaking or Enterprise of Central / State Government and
such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as
per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of


Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format
given in Performa 3 enclosed.

20
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Performa no. 1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION


COMPLETED DURING THE LAST 5 YEARS

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

SEAL AND SIGNATURE OF THE BIDDER


Note :
1. In support of having completed above works, attach self attested copies of the completion
certificate from the owner/client or Executing Agency / Consultant appointed by owner /
Client indicating the name of work, the description of work done by the Bidder, date of
start, date of completion (contractual & actual) and contract value as awarded and as
executed by the Bidder . Contract Value shall mean gross value of the completed work
including cost of materials supplied by the owner/client but excluding those supplied free of
cost.

2. 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.

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

6. Use a separate sheet for each partner in case of a Joint Venture.

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.

8. Only those works mentioned in Annexure IX shall be given in this Performa.

22
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Performa no. 2

SOLVENCY CERTIFICATE FROM A NATIONALISED


OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ,
having their registered office at ., a customer of our Bank, is a
reputed company with a good financial standing and can be treated as solvent to the extent of
Rs. ..

This certificate is issued without any guarantee or risk and responsibility on the Bank or any of
its officers.

Signature with date


Senior Bank Manager
(Name of Officer issuing the Certificate)
Name, address & Seal of the Bank/ Branch

Note:
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

DECLARATION BY THE BIDDER


(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. ____________________________________ , in submission


of this offer confirm that:-
i) We have visited the site of work and seen the working conditions, approach road / path,
availability of water, electricity, construction labour, construction materials and other
relevant requirements connected with the work.
ii) We have neither concealed any information/document which may result in our
disqualification nor made any misleading or false representation in the forms, statements
and attachments in proof of the qualification requirements;
iii) During the past three years prior to the deadline for submission of bids, no contract
awarded to us has been determined.
iv) No Central / State Government Department/ Public Sector Undertaking or Enterprise of
Central / State Government has banned/suspended business dealings with us as on
date.
v) We have submitted all the supporting documents and furnished the relevant details as
per prescribed format and we agree to submit, without delay additional information /
documents which may be demanded by RITES Ltd.
vi) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not
include any work which has been carried out by us through a Subcontractor on a back to
back basis.
vii) The information and documents submitted with the Tender and those to be submitted
subsequently by way of clarifications are correct and we are fully responsible for the
correctness of the information and documents submitted by us.
viii) We have not failed to service the principal amount or interest or both of a loan account /
credit limit from any Bank or Financial Institution during a period of one year prior to the
deadline for submission of bids.
ix) *The original instruments of EMD and Cost of Tender Document, in physical form shall
be deposited by us with RITES Ltd. within a week from the date of opening of Technical
Bid failing which RITES Ltd. may reject the bid and also take action to debar us from
participating in Tenders invited by RITES Ltd. for a period of two years.
OR
*We are exempted from payment of cost of Tender Document and EMD and the certified
copies of original documents in support of such exemption shall be deposited by us with
RITES Ltd. within a week from the date of opening of Technical Bids and original
documents produced on demand, failing which RITES Ltd. may reject the bid and also
take action to debar us from participating in Tenders invited by RITES Ltd. for a period of
two years.
(* Delete whichever is not applicable)
x) We understand that in case any statement/information/document furnished by us or to
be furnished by us in connection with this offer, is found to be misleading or false, our
EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

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,

Re: RITES Tender Notice No. dated for (Name of Work)

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 __________________

(Name of Signatory) __________________

(Capacity of signatory) ________________

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

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY


POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing
the Power of Attorney).

We, M/s. _____________ (name of the firm/company with address of the registered office)
hereby constitute, appoint and authorise Mr./Ms (Name and residential address)
who is presently employed with us and holding the position of and whose signature is
given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or
things necessary or incidental to our bid for the work ..(name of
work), including signing and submission of application / proposal, participating in the
meetings, responding to queries, submission of information / documents and generally to
represent us in all the dealings with RITES or any other Government Agency or any person, in
connection with the works until culmination of the process of bidding, till the Contract
Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
Attorney shall always be deemed to have been done by us.

Dated this the ___________ day of ______ 20

(Signature and name of authorized signatory being given Power of Attorney)

(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for
the Company)
(* Strike out whichever is not applicable)

Seal of firm/ Company

Witness 1: 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

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /


JOINT VENTURE
(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the
Power of Attorney)

Whereas------------RITES Ltd. has invited bids for------------(Name of work) for and on behalf of
_______________ as an Agent /Power of Attorney Holder.

Whereas, the Members of the Consortium comprising of M/s.------------------------ _________ ,


M/s.----------_______________________________________________________________ ,
M/s.--------- _______ and M/s.----------- (the respective names and addresses of the
registered offices to be given) are interested in bidding for the work and implementing the
same in accordance with the terms and conditions contained in the bid documents.

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.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT

We, M/s.------------, M/s-------------and M/s--------------- ___________ hereby designate


M/s.----------______________ being one of the members of the Consortium, as the Lead
Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or
things necessary or incidental to the Consortiums bid for the work, including submission of
application proposal, participating in meetings, responding to queries, submission of
information/documents and generally to represent the Consortium in all its dealings with
RITES or any other Government Agency or any person, in connection with the work 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 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

(Name & Address of the Contractor)


Dear Sirs,
Sub: TENDER No. FOR THE WORK OF
Ref: Your Tender dated _________________ and letters dated _____________and this
office letter Nos. ___________ dated___________ in reply to the same.
This is to notify you that your Tender for the work under reference has been accepted by the
Competent Authority of Land Ports Authority of India, Department of Border
Management, Ministry of Home Affairs, Government of India (Employer), for a total
Contract Price of Rs. _______ (Rupees _____________only)

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)

Agreement No. ________________dated _________


THIS AGREEMENT is made on _________________ day of _______ Two thousand
__________________________________________ between RITES Ltd. a Government of
India Enterprise and a Company registered under Companies Act, 1956 having its registered
office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES
BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through, . RITES
LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of Land Ports
Authority of India, Department of Border Management, Ministry of Home Affairs,
Government of India (Employer) hereinafter called the Employer (which expression shall,
wherever the context so demands or requires, include their successors in office and assigns)
on one part and M/s. _________________________ hereinafter called the Contractor
(which expression shall wherever the context so demands or requires, include his/ their
successors and assigns) of the other part.

WHEREAS the Employer is desirous that certain works should be executed viz. (brief
description of the work) and has by Letter of Acceptance dated . accepted a tender
submitted by the Contractor for the execution, completion, remedying of any defects therein
and maintenance of such works at a total Contract Price of Rs..
(Rupees .only)

NOW THIS AGREEMENT WITNESSETH as follows:-


1. In this Agreement words and expressions shall have the same meaning as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to Tender Documents


shall be deemed to form and be read and construed as part of this agreement viz.
The Letter of Acceptance dated ______ .
Priced Schedule (Bill) of Quantities
Notice Inviting Tender and Instructions to Tenderers.
RITES Tender and Contract Form [DELETED]
Special Conditions Schedules A to F.
Technical Specifications Drawings
Amendments to Tender Documents (List enclosed)
General Conditions of Contract 2015 (read with Correction Slip issued upto the date of
submission of tender) comprising of
(i) Conditions of Contract
(ii) Clauses of Contract
(iii)RITES Safety Code
(iv) RITES - Model Rules for the protection of Health and Sanitary arrangements for
Workers
(v) RITES - Contractor's Labour Regulations.

3. In consideration of the payment to be made by the Employer to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Employer to execute,
complete, remedy defects therein and maintain the works in conformity in all respects with
the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution,
completion, remedying of any defects therein and maintenance of the works, the contract

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.

SIGNED, SEALED AND DELIVERED BY

In the capacity of ____ representing RITES LIMITED In the capacity


of Agent / Power of Attorney Holder of Land
Ports Authority of India, Department of
Border Management, Ministry of Home
Affairs, Government of India (Employer
On behalf of M/s. For and on behalf of

(The Contractor) (The Employer)

In the presence of In the presence of

Witnesses (Signature, Name & Witnesses (Signature, Name &


Designation) Designation)

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.

Section 1 - Commitments of the Employer

(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.

Section 2 - Commitments of the Bidder/Contractor

(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

cartelization in the bidding process.


3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act;
further the Bidder/ Contractor will not use improperly, for purposes of competition or
personal gain, or pass on to others, any information or document provided by the
Employer as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.
4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or
be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future


contracts

(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".

Section 4 - Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the
Bidder/Contractor from the tender process prior to the award of contract, the Employer is
entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid
Security.
(2) If the Employer has terminated the contract during execution in terms of the provisions
under Section 3, the Employer shall be entitled to demand and recover from the Contractor
the damages equivalent to Earnest Money Deposit, Security Deposits already recovered
and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section 5 - Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years
with any other Company in any country conforming to the Anti-Corruption approach or with
any other Public Sector Enterprise in India that could justify his exclusion from the tender
process.
(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified
from the tender process or action can be taken as per the procedure mentioned in
"Guideline on banning of business dealing".

Section 6 - Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if


permitted under the conditions/ clauses of the contract) a commitment to act in conformity
with this Integrity Pact and to submit it to the Employer before signing the contract.
(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to
act in conformity with the provisions of this Integrity Pact can be construed as a violation by
the Bidder/Contractor himself, leading to possible Termination of Contract in terms of
Section 4.
(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact
or violate its provisions.

33
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

(1) If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-


Contractor, or of an employee or a representative or an associate of a Bidder, Contractor
or SubContractor, which constitutes corruption, or if the Employer has substantive
suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section 8 - Independent External Monitor/Monitors

(1) 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.

Section 9 - Pact Duration

(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

Guidelines on Banning of Business Dealings

1. Introduction
1.1 RITES, being a Public Sector Enterprise and State, within the meaning of Article 12 of
Constitution of India, has to ensure preservation of rights enshrined in Chapter III of
the Constitution. RITES has also to safeguard its commercial interests. It is not in the
interest of RITES to deal with Agencies who commit deception, fraud or other
misconduct in the execution of contracts awarded / orders issued to them. In order to
ensure compliance with the constitutional mandate, it is incumbent on RITES to
observe principles of natural justice before banning the business dealings with any
Agency.
1.2 Since banning of business dealings involves civil consequences for an Agency
concerned, it is incumbent that adequate opportunity of hearing is provided and the
explanation, if tendered, is considered before passing any order in this regard keeping
in view the facts and circumstances of the case.

2. Scope
2.1 The procedure of (i) 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.

4. Initiation of Banning / Suspension:


Action for banning / suspension business dealings with any Agency should be initiated
by the department/ unit having business dealings with them after noticing the
irregularities or misconduct on their part.

36
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

5. Suspension of Business Dealings


5.1 If the conduct of any Agency dealing with RITES is under investigation by any
department, the Competent Authority may consider whether the allegations under
investigation are of a serious nature and whether pending investigation, it would be
advisable to continue business dealing with the Agency. If the Competent Authority,
after consideration of the matter including the recommendation of the Investigating
Department/Unit, if any, decides that it would not be in the interest to continue
business dealings pending investigation, it may suspend business dealings with the
Agency. The order to this effect may indicate a brief of the charges under investigation.
The order of such suspension would operate for a period not more than six months and
may be communicated to the Agency as also to the Investigating Department.
The Investigating Department/Unit may ensure that their investigation is completed
and whole process of final order is over within such period.
5.2 As far as possible, the existing contract(s) with the Agency may be continued unless
the Competent Authority, having regard to the circumstances of the case, decides
otherwise.
5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be
informed that its conduct is under investigation. It is not necessary to enter into
correspondence or argument with the Agency at this stage.
5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency
before issuing the order of suspension. However, if investigations are not complete in
six months time, the Competent Authority may extend the period of suspension by
another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated


6.1 If the security consideration, including questions of loyalty of the Agency to the State,
so warrants;
6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a
Court of Law for offences involving moral turpitude in relation to its business dealings
with the Government or any other public sector enterprises or RITES, during the last
five years;
6.3 If there is strong justification for believing that the Directors, Proprietors, Partners,
owner of the Agency have been guilty of malpractices such as bribery, corruption,
fraud, substitution of tenders, interpolations, etc;
6.4 If the Agency employs a public servant dismissed / removed or employs a person
convicted for an offence involving corruption or abetment of such offence;
6.5 If business dealings with the Agency have been banned by the Govt. or any other
public sector enterprise;
6.6 If the Agency has resorted to Corrupt, fraudulent practices
including misrepresentation of facts;
6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the
Company (RITES) or its official in acceptance / performances of the job under the
contract;
6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying
with contractual stipulations;
6.9 Based on the findings of the investigation report of CBI / Police against the Agency for
malafide / unlawful acts or improper conduct on his part in matters relating to the
Company (RITES) or even otherwise;
6.10 Established litigant nature of the Agency to derive undue benefit;
6.11 Continued poor performance of the Agency in several contracts;
(Note: The examples given above are only illustrative and not exhaustive. The
Competent Authority may decide to ban business dealing for any good and sufficient
reason).

37
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

7. Banning of Business Dealings


7.1 A decision to ban business dealings with any Agency shall apply throughout the
Company.
7.2 If the Competent Authority is prima-facie of view that action for banning business
dealings with the Agency is called for, a show-cause notice may be issued to the
Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice
8.1 In case where the Competent Authority decides that action against an Agency is called
for, a show-cause notice has to be issued to the Agency. Statement containing the
imputation of misconduct or mis- behaviour may be appended to the show-cause
notice and the Agency should be asked to submit within 30 days a written statement in
its defence. If no reply is received, the decision may be taken ex-parte.
8.2 If the Agency requests for inspection of any relevant document in possession of
RITES, necessary facility for inspection of documents may be provided.
8.3 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.

9. Appeal against the Decision of the Competent Authority


9.1 The Agency may file an appeal against the order of the Competent Authority banning
business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall
be preferred within one month from the date of receipt of the order banning business
dealing, etc.
9.2 Appellate Authority would consider the appeal and pass appropriate order which shall
be communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority


Any petition / application filed by the Agency concerning the review of the banning
order passed originally by Competent Authority under the existing guidelines either
before or after filing of appeal before the Appellate Authority or after disposal of appeal
by the Appellate Authority, the review petition can be decided by the Competent
Authority upon disclosure of new facts /circumstances or subsequent development
necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been
banned.
11.1 Depending upon the gravity of misconduct established, the Competent Authority of
RITES may circulate the names of Agency with whom business dealings have been
banned, to the Ministry of Railways and PSUs of Railways, for such action as they
deem appropriate.
11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more
information about the Agency with whom business dealings have been banned a copy
of the report of Inquiring Authority together with a copy of the order of the Competent
Authority/ Appellate Authority may be supplied.

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,

Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)


We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest
Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating
the payments are given below:
(TO BE FILLED IN CAPITAL LETTERS)
1 NAME OF THE BENEFICIARY
2 ADDRESS WITH PIN CODE
3 (A) TELEPHONE NO. WITH STD CODE
(B) MOBILE NO.
4 BANK PARRTICULARS
A BANK NAME
B BANK TELEPHONE NO. WITH STD CODE
C BRANCH ADDRESS WITH PIN CODE
D BANK FAX NO. WITH STD CODE
E 11 CHARACTER IFSC CODE OF THE BANK
(EITHER ENCLOSE A CANCELLED CHEQUE
OR OBTAIN BANK CERTIFICATE AS
F APPENDED)
BANK ACCOUNT NUMBER AS APPEARING IN
THE CHEQUE BOOK
G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH
CREDIT OTHERS
H IF OTHERS, SPECIFY
5 PERMANENT ACCOUNT NUMBER (PAN)
6 E-MAIL ADDRESS
I / We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or credit it not effected at all for reasons of incomplete or incorrect
information, I / We would not hold RITES Ltd. responsible. Bank charges for such transfer will
be borne by us.

Date: _____ SIGNATURE


(AUTHORISED SIGNATORY)
Name________________
BANK
CERTIFICATION
It is certified that the above mentioned beneficiary holds bank account No. _ with our branch
and the Bank particulars above are correct.

Date: _______ SIGNATURE


(AUTHORISED SIGNATORY)
Name______________
OFFICIAL STAMP

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.

Name of the Bidder:

Details of Cost of Tender Name & Address Amount Date of Issue Instrument

Document Paid by of Issuing Bank placed at

Bankers Cheque / Pay


Order / Demand Draft

Details of EMD paid by


(i)Bankers Cheque/ Pay
Order/ Demand Draft
(ii) Bank Guarantee

Annual Financial Turnover


S.No. Financial Years Turn Over (Rs In Documents Remarks
Lacs) Placed at:
2014-15
1
2013-14
2
3 2012-13

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

Similar Work Experience


S. No. Name of Name Actual Actual Date Actual Completion Remarks
work of Date of of Completion Certificates
Client Start Completion Cost Placed at:
1

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

Other documents to be submitted along with Tender documents:

S. No. Particulars Document Placed Remarks


at:
Declaration by the bidder as per
1 Proforma-3
2 Self Attested Copy of Partnership Deed/
Memorandum and Articles of Association
of the firm.
3 Written Power of Attorney of the signatory
of the Tender on behalf of the tenderer.
(Annexure-III)
4
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 PWD or any other Central / State
Government Undertaking, Municipal Body
of Central / State Government or Public
Limited Company listed in Stock
Exchange in India & Abroad.
5 List of similar works satisfying
qualification criterion completed during
the last 5 years as per Proforma-1
6 Integrity Pact as per Annexure-VI
7 Self attested copy of
Corrigendum/Minutes of Pre-Bid Meeting,
8 if any.
RTGS/NEFT details as per Annexure- VII
9 Details of Construction Experience in key
activities / specified components

44
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

ANNEXURE-X
LIST OF 60 DISTRICTS COVERED UNDER IAP

S. No. State District

1 Andhra Pradesh Adilabad


2 Andhra Pradesh Khammam
3 Bihar Arwal
4 Bihar Aurangabad
5 Bihar Gaya
6 Bihar Jamui
7 Bihar Jehanabad
8 Bihar Nawada
9 Bihar Rohtas
10 Chhatisgarh Bastar
11 Chhatisgarh Bijapur
12 Chhatisgarh Dantewada
13 Chhatisgarh Jashpur
14 Chhatisgarh Kanker
15 Chhatisgarh Kawardha
16 Chhatisgarh Koriya
17 Chhatisgarh Narayanpur
18 Chhatisgarh Rajnandgaon
19 Chhatisgarh Surguja
20 Jharkhand Bokaro
21 Jharkhand Chatra
22 Jharkhand Garhwa
23 Jharkhand Gumla
24 Jharkhand Hazaribagh
25 Jharkhand Kodarma
26 Jharkhand Latehar
27 Jharkhand Lohardaga
28 Jharkhand Pachim Singhbhum
29 Jharkhand Palamu
30 Jharkhand Purbi Singhbhum
31 Jharkhand Ram Garh
32 Jharkhand Saraikela
33 Jharkhand Simdega
34 Madhya Pradesh Anuppur
35 Madhya Pradesh Balaghat
36 Madhya Pradesh Dindori
37 Madhya Pradesh Mandla
38 Madhya Pradesh Seoni
39 Madhya Pradesh Shahdol
40 Madhya Pradesh Sidhi
41 Madhya Pradesh Umaria
42 Maharashtra Gadchiroli
43 Maharashtra Gondiya
44 Orissa Balangir

45
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

S. No. State District

45 Orissa Debagarh / Deogarh


46 Orissa Gajapati
47 Orissa Kalahandi
48 Orissa Kandhamal / Phulbani
49 Orissa Kendujhar / Keonjhar
50 Orissa Koraput
51 Orissa Malkangiri
52 Orissa Mayurbhanj
53 Orissa Nabarangapur
54 Orissa Nuapada
55 Orissa Rayagada
56 Orissa Sambalpur
57 Orissa Sonapur
58 Orissa Sundargarh
59 Uttar Pradesh Sonbhadra
60 West Bengal Paschim Medinipur

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

TENDER AND CONTRACT FORM FOR WORKS

--DELETED--

49
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

SECTION 3

SPECIAL CONDITIONS

(i) Special Conditions relating to existing Clauses of Contract:

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.

1.0 PAYMENT OF CONTRACTORS BILLS


Payment of Contractors Bill to Banks
(Clause No.9A of GCC)

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 Materials Generally

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.

2.1.3 Where a particular proprietary product, supplier or suppliers catalogue is referred to in


the specifications or in the Bills of quantities and the material specified is not available,

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.

Testing of Materials and Site Laboratories

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).

3.0 PRICE VARIATION CLAUSE 10CC INSTRUCTIONS


3.1 Add the sub-clause (d) under para iv) of Clause 10CC

(d) Adjustment for Bitumen Component -

DELETED

4.0 DRAWINGS AND SPECIFICATIONS


Work to be executed in accordance with specifications, drawings, orders etc.
(Clause No. 11 of the GCC).

4.1 Issue and custody


4.1.1 The Contractor shall receive from the Engineer-in-charge through the Engineer two set
of drawings approved for construction. These drawings will be generally same as
issued at tender stage. However these drawings may have additional details from
construction / working/ execution point of view and to facilitate ease of installation,
erection or construction. Additional detailing not in any way vitiate the Contract nor
allow the Contractor to claim extra compensation. Deviation or alteration to basic

52
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

drawings only shall be treated as variation. Any additional copies of Drawings if


requested by the Contractor shall be provided on making extra payment.

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.

4.2 Errors and Omissions in Drawings or Specifications


Any apparent errors or omissions in drawings or specifications or instructions issued
by the Engineer in-charge or the Engineer shall be brought to the notice of the
Engineer by the Contractor as soon as the documents have been made available to
him. The Engineer shall correct such errors or omissions with the approval of the
Engineer in-charge. The Contractor shall neither be eligible for any additional cost,
time etc. on this account nor shall he be permitted to take any advantage thereof.

5.0 Deviations, Substituted Items, Pricing


Deviation, Extra Items and Pricing
(Clause No. 12.2 of the GCC)

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.

6.0 STORES AND MATERIALS


No storage accommodation will be made by Employer for materials arranged by
contractor. The contractor is required to store the construction materials for use in the
work in locations strictly as per the instructions of the Engineer-in-charge. No
excavated earth or building materials shall be stacked on areas where other buildings,
roads, services or compound wall are to be constructed.

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.

7.0 CONSUMPTION OF CEMENT/BITUMEN/ STEEL


Proper record of daily consumption of bitumen, cement and steel etc., shall be
maintained at the site of work for each item as directed by the Engineer-in-charge. The
contractor shall submit time to time or on demand by the Engineer-in-charge, purchase
vouchers of bitumen, cement, steel, sand ,stone aggregates or of any other item or
material in reference to this project as desired by the Engineer-in-charge.

The contractor shall submit original / verified photocopy of purchase vouchers of


bitumen, cement or any other material procured by him relating to this project to the
Engineer-in -charge time to time or as demanded by him.

No payment/compensation will be made to the contractor for damage caused by rains,


snow fall, floods, tornadoes, earthquakes, subversion, riots or other natural calamities

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.

9.0 SURVEYING AND MEASURING EQUIPMENTS


Equipment for surveying and Measurements of the work shall be made available by
the contractor for his use at his own cost. The same shall also be made available to the
Engineer-in-charge without any charges for use on this work.

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.

In case there is any discrepancy in frequency of testing as given in list of mandatory


tests and that in individual sub-heads of work as per MoST&H specifications Vth
Revision / CPWD specifications Vol. I-II (2009), the higher of the two frequencies of
testing shall be followed, and nothing extra shall be payable to the contractor on this
account.

11.0 Law governing the Contract


a) The Contract shall be governed by the law for the time being in force in the
Republic of India.

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.

12.0 SITE FOR PLANTS EQUIPMENT STACKING OF MATERIALS AND LABOUR

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

(ii) Additional Special Conditions :

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

Name of Work : Development of Integrated Check


Post at Dawki (Meghalaya) along
Indo-Bangladesh Border

Estimated cost of work Rs. 71.71 crores

Earnest money : Rs. 25.00 lakhs

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers


Officer inviting tender : Group General Manager
Airport Division, RITES Limited

CONDITIONS OF CONTRACT
Definitions
2 (iv) Employer Land Ports Authority of India

2(v) Engineer-in-Charge Group General Manager


Airport Division, RITES Limited

2(vii) Accepting Authority Chairman, Land Ports Authority of India

2(ix) Percentage on cost of materials and


labour to cover all overheads and profits. 15%

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

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract


2015 Edition as modified & corrected
Upto date of submission of tender

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

Maximum allowable extension


beyond the period provided in
(i) above subject to a maximum of 07 days.
7 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

Date of start 15 days from the date of issue of


Letter of Acceptance or the first date
of handing over of site whichever is later.

5.1 (b) TABLE OF MILESTONE(S)

S. Description of Milestone Time allowed in days Amount to be withheld in case of non


No. (Physical) (from date of start) achievement of milestone

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 5A shifting of stipulated date of completion


Competent Authority Chairman, Land Ports Authority of India
(Accepting Authority as Specified in
Clause 2(vii) of Conditions of Contract
above)

Clause 6 A Whether Clause 6 or 6A applicable 6* / 6A*


(* Strike out whichever is not applicable)

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

For MoRTH Items


MoRT&H Specifications 2013 Fifth Rev.

For Non DSR Items and items of


Specialised nature in Railway Works etc.
Technical Specifications under Section No. 5.

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.

12.5 Definition of Foundation item if


other than that described in clause 12.5 _____Not Applicable_______________

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.

Appointing Authority Director (Projects) / 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 36 (i) & (iii)


Minimum Qualifications & Experience required and Discipline to which should belong

Designation Minimum Minimum working Discipline to


Qualification experience which should Number
belong
Principal Graduate Engineer 15 years experience in CIVIL 1
Technical Or construction projects
Representative
Retired Assistant 15 years experience in
(Project
Engineer construction projects
Manager)
possessing at least
recognized
Diploma Holder in
Engineering
Deputy Project Graduate Engineer 10 years experience in CIVIL 1
Manager-I Or Pavement works.
Recognized 15 years experience in
Diploma Holder in Pavement works.
Engineering
Deputy Project Graduate Engineer 10 years experience in CIVIL 1
Manager-II Or building works
Recognized 15 years experience in
Diploma Holder in building works
Engineering
Deputy Project Graduate Engineer 10 years experience in Electrical 1
Manager-III Or electrical works related
to buildings and
installation of power
supply equipment
Recognized 15 years experience in
Diploma Holder in electrical works related
Engineering to buildings and
installation of power
supply equipment

36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy


Technical Representative

Designation Rate of Recovery per month (in Rs.) for


non-deployment
Principal Technical Representative Rs. 55,000/-
Deputy Project Manager-I Rs. 45,000/-
Deputy Project Manager-II Rs. 45,000/-
Deputy Project Manager-III Rs. 45,000/-

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

b) for works with estimated cost put to 2% plus / minus


tender more than Rs.5 lakhs
c) Bitumen for All Works 2.5% plus only & nil on minus side
d) Steel Reinforcement and structural 2% plus / minus
steel sections for each diameter,
section and category
e) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. Description of Item Rates in figures and words at which recovery shall be


No. made from the Contractor
Excess beyond Less use beyond the
permissible variation permissible variation
1 Cement
2 Steel reinforcement
3 Structural Sections
4 Bitumen issued free NOT APPLICABLE
5 Bitumen issued at stipulated
fixed price

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.

Whether Clause 46.11.1A applicable YES / NO

Whether Clause 46.13A applicable YES / NO

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

If yes, time allowed for completion of - N.A. -


sample floor/unit.

61
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

SECTION 5

TECHNICAL SPECIFICATIONS

1.0 STANDARD SPECIFICATIONS ISSUED BY CPWD

1.1 Civil Engineering Works

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.

1.2 Electrical Engineering Works

Part No. Description Year of issue


I Internal 2013
II External 2013
III Lifts and Escalators 2013
IV Sub Stations 2013
V Wet Riser and Sprinkler Systems 2006
VI Heating, Ventilations & Air
Conditioning Works 2004
VII D.G.Sets 2013
VIII Gas based Fire extinguishing system 2013

The above documents are available as Priced Document issued by CPWD and in soft
copy PDF Format in CPWD website.

2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF ROAD TRANSPORT


AND HIGHWAYS

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.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS

Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised
that they have approved issue of Indian Railways Unified Standard Specifications or
Materials and works with corresponding Indian Railways Unified Standard Schedule of
items (for rates of Materials and works). These documents are to be published by
Northern Railway on behalf of Railway Board after the Zonal Railways have made out
Schedule of Rates as applicable to them based on Standard Analysis of Rates of
items. These 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

4.0 SPECIAL SPECIFICATIONS (NOT COVERED BY ANY STANDARD


SPECIFICATIONS)

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 the absence of any definite provision in the MoRTH specifications or in particular


specifications contained herein reference may be made to the latest CPWD
specifications with upto date amendment / correction slips, Bureau of Indian Standards
codes, IRC, MoRTH, BS, ASTM and AASHTO in that order. Wherever these are silent,
the construction and completion of the works shall conform to sound engineering
practice and in case of any dispute arising out of the interpretation of the above, the
decision of the Engineer-in-charge shall be final and binding on the contractor.

In addition, the abbreviations CPWD, IS, IRC, MoRTH, BS, ASTM, AASHTO shall be
considered to have the following meaning :

CPWD : Central Public Works Department.


MoRTH: Ministry of Road Transport & Highways, Government of India.
BIS : Bureau of Indian Standards
IRC : Indian Road Congress.
BS : British Standard of the British Standards Institutes.
ASTM : American Standard of the American Society of Testing materials.
AASHTO: American Association of State Highway and Transportation officials.

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 Scope of Work : Plumbing works

1.1.1 The form of Contract shall be according to the


Conditions of Contract. The following
clauses shall be considered as an extension and not in limitation of the obligation of the
Contractor.

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. Execution of Work

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 Inspection and Testing of Materials

1.5.1 Contractor shall be required, if requested, to produce manufacturers Test Certificate


for the particular batch of materials supplied to him. The tests carried out shall be as
per the relevant Indian Standards.

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:-

a) Theodolite, Steel tapes


b) Dumpy level
c) Weighing machine
d) Plumb bobs, Spirit levels, Hammers
e) Micrometers, Tachometers
f) Thermometers, Stoves
g) Hydraulic test machine
h) Smoke test machine

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 Metric Conversion

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 Reference Points

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 Reference 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 Shop Drawings

1.9.1 The Contractor shall submit to the Project Manager three copies of the shop drawings.

1.9.2 Shop drawings shall be submitted under following conditions:-

(a) Showing any changes in layout in the plumbing drawings.

(b) Equipment layout, piping and wiring diagram.

(c) Manufacturers or Contractors fabrication drawings for any materials or


equipment supplied by him.

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 Completion Drawings

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.

d) Location of all mechanical equipment with layout and piping connections.

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. Contractors Rates

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 Site Clearance and Cleanup

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 License Permits and Authorities

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 Recovery of Cost for Materials issued to Contractors Free of Cost

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.

1.16 Cutting of Water Proofing Membrane

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.

1.17 Cutting of Structural Members

No structural member shall be chased or cut without the written permission of the
Project Manager.

1.18. Materials Supplied by Owner

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.

1.3 Levels of roads / pavements and other services in the area.

1.5 Landscape layout.

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. CONCEPT OF THE SYSTEM

The following services are envisaged for the complex:

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

for gardening / irrigation purpose.

2.5 Storm / Rain water drainage system from various levels of the building and disposal to
available municipal storm water disposal.

3. WATER STORAGE & DISTRIBUTION SYSTEM:

3.1 Water Requirement

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.

3.2 Source of Water

It is expected that daily domestic water requirement for the Complex shall be through
adequate number of tube wells.

3.3 Water Storage

Adequate storage is planned to meet the peak demand of water in the complex.

3.4 Water Quality

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.

Drinking Water: It is proposed to provide localized RO units for water consumption


points for direct consumption in drinking water fountains.

Recycled Water from STP: Water recovered from tertiary sewage treatment plant
shall be used for external landscape irrigation.

3.5 Water Distribution

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:

i. Air vent at each of the high point.


ii. Flow meter.
iii. Pressure Gauge.
iv. Anchor block / thrust block.

70
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

4. SEWAGE, SULLAGE AND STORM WATER

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.

4.1 Design Limitations

The system is designed considering the following:

a. High thrust developed at soil & water pipe connections.


b. Termination of vent cowl at terrace level.
c. Provision of adequate slope for horizontal header pipes for achieving
self-cleaning velocity in the pipes.
d. Provision of cleanout plug.

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.

3.4 Flushing cistern (exposed/coupled/concealed/others) when provided shall be provided


with all internal flushing mechanism, 15mm dia ball cock with unbreakable

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. Toilets for Disabled

8.1 Where specified in washroom facilities designed to accommodate physically


handicapped, accessories should be provided as directed by the Project Manager.

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. Urinal Partitions

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.

Testing of all pipe lines.

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

3.1 Soil, Waste and Vent Pipes

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

3.2 Rainwater Pipes

a) All open terraces shall be drained by rain water down takes.

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.

c) Rainwater in open courtyards shall be collected in catch basins and connected


to the storm water drains.

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.

3.4 Soil Waste and Rain Water Pipes

All vertical/horizontal soil, waste & rain water piping works shall be carried out in
Centrifugally cast (spun) iron socketed pipe as per IS: 3989.

3.4.1 CI PIPES AND FITTINGS

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.

LAYING & JOINTING

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

3.5.1 Floor 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.

3.5.2 Urinal Traps

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.

3.5.3 Floor Trap Inlet

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.

3.6 Cleanout Plugs

Floor Clean Out Plug

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.

3.6 Encasing in Cement Concrete

Encasing of pipes is required to provide stability to the line and prevent its damage
during construction.

Soil and waste pipes under floor

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.

3.7 Cutting and Making Good

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.

3.10.4 Pipes (unit of measurement. Linear meter to the nearest centimeter)

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.

3.10.9 Fittings (excluding pipe fittings) (Unit of measurement by numbers)

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.

3.11 Excavation for soil pipes:

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.

c) Bore-well connections to U.G. water tanks.

d) Garden irrigation system


e) Excavation and refilling of pipes trenches.
f) Insulation to hot water pipes if required.
g) Pipe protection and painting.
h) Control valves, masonry chambers and other appurtenances.
i) Connections to all plumbing fixtures, tanks, appliances and Municipal mains

1.2 General Requirements

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 Water Supply System

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

water storage tanks.

1.4 Water Supply Piping System

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.

1.4.1 CPVC Pipes & 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.

. Joining Pipes & Fittings

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.

d. Solvent Cement Application:

Only CPVC solvent cement confirming to ASTM-F493 should be used for


joining pipe with fittings. An even coat of solvent cement should be applied on
the pipe end and a thin coat inside the fitting socket, otherwise too much of
cement solvent can cause clogged water ways.

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.

Set & Cure times:

Solvent cement set and cure times shall be strictly adhered to as per the below
mentioned table.

Minimum Core prior to pressure testing at 150 PSI

Ambient Temperature during Pipe Size


Core period " - 1" 1." - 2"
Above 15 deg. C 1 Hr 2 Hrs
4-15 deg.C 2 Hrs 4 Hrs
Below 4 deg C 4 Hrs 8 Hrs

Special care shall be exercised when assembling flow guard systems in


extremely low temperature (below 4C) or extremely high temperature (above
45C) In extremely hot temperatures, make sure that both surfaces to be joined
are till wet with cement solvent when putting them together.

f. Testing

Once an installation is completed and cored as per above mentioned


recommendations, the system should be hydrostatically pressure tested at 150
psi(10 Bar) for one hour. During pressure testing, the system should be fitted
with water and if a leak is found, the joint should be cut out and replacing the
same with new one by using couplers.

g. Transition of Flow guard CPVC to Metals

When making a transition connection to metal threads, special Brass /


plastic transition fitting (Male and female adapters) should be used. Plastic
threaded connections should not be over torqued Hard tight puts one half turn
should be adequate.

Threaded Sealants

Teflon tape shall be used to make threaded connections leak proof.

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.

Hangers and supports

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.

Supports should be as per the below mentioned table:

Size of Pipe 21C 49C 71C 82C


Inch Ft. Ft. Ft. Ft.
5.5 4.5 3.0 2.5
5.5 5.0 3.0 2.5
1 6.0 5.5 3.5 3.0
1 6.5 6.0 3.5 3.5
1 7.0 6.0 3.5 3.5
2 7.0 6.5 4.0 3.5
SCHEDULE 40
Recommended Support spacing (in feet)
Nom. Pipe Size Temperature oC
(In) (mm) 23 38 49 60 71 82
2 65 7 7 7 6 6 3
3 80 8 7 7 7 6 3
4 100 8 7 7 7 6 4
6 150 9 8 8 7 7 4
8 200 9 8 8 7 7 5

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

shall conform to I.S:1879 (Part I to X).

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

Flanged connections shall be provided on pipes as required or where shown on the


drawings, all equipment connections as necessary and required or as directed by
connections shall be made by the correct number and size of GI nuts, bolts & washers
with 3 mm thick gasket. Where hot water connections are made insertion gasket shall
be of suitable high temperature grade and quality approved by Bolt hole dia for flanges
shall conform to match the specification for C.I. sluice valve to I.S.780. and C.I.
butterfly valve to IS: 3095.

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 )

Butterfly Valves Slim Seal Type

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.

Butterfly valve shall be of best quality conforming to IS: 13095.

Non Return Valve (Dual Slim Type)

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.

Rate quoted for supports & hangers shall be inclusive of :

a) Expandable anchor fastens.


b) Galvanising of all supports & hangers.
c) Cutting holes in walls, ceilings on floors and making good where permitted.
d) Nuts, bolts and washers for fixing and assembling.
e) Wooden / PVC pipe saddles for vertical or horizontal runs.

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:-

a) Sewer lines including excavations, pipelines, manholes, drop connections and


connections to the existing sewer.

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

3.1 Alignment and grade

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.

3.2 Excavation in tunnels

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.

3.3 Opening out trenches

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

3.4 Obstruction of roads

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.

3.5 Removal of filth

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.

3.6 Excavation to be taken to proper depths

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.

3.8 Contractor to restore settlement and damages

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.

3.9 Disposal of Surplus Earth

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.

3.10 Timbering of sewer and trenches

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.

3.11 Shoring of Buildings

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.

3.12 Removal of water from sewer, trench etc

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.

3.13 Width of trench

Recommended width of trenches at the bottom shall be as follows:-

100 mm dia pipe 55 cms


150 mm dia pipe 55 cms
225-250 mm dia pipe 60 cms
300 mm dia pipe 75 cms

Maximum width of the bed concrete shall also be as above. No additional payment is
admissible for widths greater than specified.

3.14 Gully traps

Gully traps shall be of UPVC and used where shown on drawings.

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.

3.15 Reinforced cement concrete pipes

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.

b) Aggregate for Concrete

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.

e) Mild Steel Reinforcement

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.

3.16.2 Cement concrete (plain or reinforced)

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.

3.16.4 Cement concrete for pipe support

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: -

upto 1.5 m upto 3 m beyond 3 m


depth depth depth
------------------------------------------------------------------------------------------------------
SW/RCC pipes All round Haunches All round
In open ground (1:4:8) (1:4:8) (1:4:8)
(no sub soil water)

R.C.C or SW All round Haunches Haunches


(In sub soil water) (1:3:6) (13:6) (1:3:6)

C.I Pipes All round Haunches Haunches


(In all conditions) (1:3:6) (13:6) (1:3:6)

R.C.C Pipes All round All round All round


Or C.I Pipes (1:3:6) (13:6) (1:3:6)
Under or building
(Ratio refer to cement: coarse sand: stone aggregate 40 mm nominal size)

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 Manholes and chambers

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.

Where not specified, manholes shall be constructed as follows:- (all dimensions


internal clear in cms)

Size of manhole 90x80 120x90 91 dia 122 dia


type Rect. Rect. Conical Conical
--------------------------------------------------------------------------------------------------------
Maximum depth 120 240 167 230

Average thickness
Of R.C.C slab 15 15 - -

Size of cover and


frame cms 60x45 60x60 56 dia 56 dia

-------------------------------------------------------------------------------------------------------

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 Making connections

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.

3.19.1.5 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.

3.19.1.6 Refilling, Consolidation and Disposal of Surplus Earth

Rate quoted for excavation of trenches shall be inclusive of refilling, consolidation and
disposal of surplus earth within a lead of 200 m.

3.19.2 Stoneware Pipes/RCC/C.I. pipes

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.

3.19.3 Gully Traps

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.

3.19.4 Cement Concrete for Pipes

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.

3.19.5 Manholes & Catch basins

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.

a) Ramp drains shall be measured per meter length.

3.19.6 Making Connections

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.

c) Excavation and refilling of pipes trenches.

d) Control valves, masonry chambers and other appurtenances.

e) Connections to all pumps & appliances.

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. MDPE Pipes and Fittings.

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.

4.3 Thermal Joints shall be made in an approved manner as recommended by the


manufacturer.

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 work embraced by these specifications covers the design, submission to


authorities, supply, delivery on site, installation, testing, commissioning and
maintenance of the Water treatment system installation of the building.

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.

Painting and labelling of pipework and equipment;

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

All interfacing work with other trades.

Testing and commissioning and balancing of the complete Water Treatment system;

Provision of twenty (24) months maintenance and breakdown services;

Provisions of operating instructions and maintenance manuals;

Provision of spare parts;

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.

3.2 MS 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.

3.3 Face Piping

Each filter shall be provided with interconnecting face piping comprising of inlet, outlet,
and backwash complete with valves.

3.4 Accessories

Each filter shall be provided with following accessories :-

a. Air release valve with connecting piping.

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.

3.5 Filter Media

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.

3.6 Test Kits (Optional)

Provide one test kit with initial requirement of reagent:

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

Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of


pump with pump head & base of cast iron and other parts in SS 304 shall be made for
pumps required in Hydropneumatic System, swimming pool system. Impeller shall be
hydraulically balanced and keyed to shaft. Pump shall be mounted on a concrete
foundation, projecting at least 15 CM above finished floor level. The pumps base shall
be set on a vibration elimination pad. The pump shall be lubricated in strict accordance
with the manufacturers instructions and shall be factory aligned prior to shipment. All
motors and bases shall be painted with approved finish shop coat of paint. The pump
shall be selected for the lowest operating noise level and shall be complete with
flexible connections, valves, and pressure gauges. The pumps shall include cost of
foundation channel complete.

5. ALUM / SODA ASH DOSERS

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 technical tolerances for water shall be as follows:

S. No. Characteristic Tolerance


i. PH value 7.5 to 8.5
ii. Total alkalinity (as CaCOs), mg/1, Max 50 to 500
iii. Aluminium (as A1), mg/1, Max 0.1
iv. Total residual chlorine, mg/1
a. At inlet, Max 0.5
b. At outlet, Min 0.2
v. Oxygen absorbed in 4 hours at 27 deg.C mg/1, Max 1.0
vi. Chloride (as CI), mg/1, Max 500
vii. Iron, mg/1, Maxx 0.1
viii. Heavy metals (as pb), mg / 1, Max 0.1
ix. Colour, Hazen units, Max 10
x. Turbidity, NTU, Max 10
xi. Odour Odourless
xii. Taste Palatable

7. LEVEL SWITCH IN WATER TANKS

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

Raw Water Tanks at Ground Level

High level alarm (over-flow);


Low level alarm;
Low level cut-out for raw water pumps;
Earthing probe.

Treated Water Tank at Ground Level

High level alarm (over-flow);


Low level alarm;
Low water level cut-out domestic water pumps;
Earthing probe.

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.

9. CHEMICAL & BACTERIOLOGICAL / MICROBIOLOGICAL TEST PARAMETER OF


RAW METER

The above mentioned parameters shall be tested in accordance to :

IS : 10500 1991, Amendment No : 2-2003

The Chemical and Physical Parameter (30 Parameter) shall be as follows :

Colour, Odour, Turbidity

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 bacteriological / Microbiological Test Parameter shall be as follows :-

MPN Coliform Organism, Cloiform Bacteria, E. Coli (Typical Faecal Organism).

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 for design of Sewage Treatment Plant:

Nature of Effluent Domestic Sewage

Daily Average Flow As per BOQ


pH 6.0 - 8.5
BOD5 250 350 Mg / L.
Suspended Solids 200 450 Mg / L
COD 600 800 Mg / L
Oil & Grease 20 Mg / L
Coliform < 106 107 (Assumed)

Standards of the Effluent Discharge after treatment shall be as follows:

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.

3.1 Coarse Screening Equipment

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.

3.2 Sewage Pumps

Working and standby Sewage pumps shall be provided.

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.

3.3 Sludge Pumps

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.

3.4 Tertiary Treatment

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.

3.5 Electrical Control

The operation of the treatment process shall be fully automatic.

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.

Proper control sequence shall be designed according to system requirement and


manufacturer standards,

3.6 Other 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.

3.7 Piping Materials

CPVC piping (Schedule-40)- Pumped effluent (submerged) & tank overflow pipe line.

GI (Heavy) - Interconnecting pipe line after delivery header of pump


/ filter. Nut bolts should be of SS for all the equipments.

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.

All regulating valves shall be lock shield type.

All valves shall be full line size.

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

4.1 General Support

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:

Nominal Pipe Distance between


Diameter of
Size Supports Rod

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.

The machinery shall be accurately installed to correct dimensions, alignments, levels,


etc., all as indicated on the final drawings. The machinery shall be mounted on flat
steel packing pieces of thickness suitable to take up variations in level of the concrete
foundations. Suitable packing pieces shall be located adjacent to each holding down
bolt and shall be properly bedded by grinding the concrete surface to a smooth, level
finish. The machinery shall be aligned and leveled and the nuts of the holding down
bolts tightened with a spanner of normal length. The base plates shall be packed with
grout after the machinery has been run and checked by the Construction Manager for
stability and vibration.

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.

Exposed bolt heads and nuts shall be hexagonal.

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

equipment which requires lifting for overhaul and maintenance.

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.

Training to the employers staff shall be held as appropriate at the Contractors or


manufacturers premises and on site. A detailed syllabus for each of the training
courses specified or proposed and the timing of the courses shall be submitted for
approval. The Contractor shall recommend the desirable qualifications and experience
of the trainees to optimally benefit from the courses.

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

Each filter shall be provided with following accessories:-


a. Inlet and outlet pressure gauge
b. Sampling cock / valve on raw water inlet and filter water outlet
c. Individual drain connection with gunmetal full way valve for each filter.
d. Air release valve with connecting pipe

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) :

- Fixed speed pumping units domestic/flushing water supply & distribution.

- 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.

- Electrical equipment and installation work.

- Painting and labeling of pipe work and equipment;

- 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

- All interfacing work with other trades.

- Testing and commissioning and balancing of the Pumping system;

- Provisions of operating instructions and maintenance manuals;

- Provision of spare parts;

- 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 PUMPS FOR WATER SUPPLY/DRAINAGE SYSTEM

4.1 PUMPS

Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of


pump with pump head & base of cast iron and other parts in SS 304 shall be made for
pumps required in Hydropneumatic System. Impeller shall be hydraulically balanced
and keyed to shaft. Pump shall be mounted on a concrete foundation, projecting at
least 15 CM above finished floor level. The pump(s) base shall be set on a vibration
elimination pad. The pump shall be lubricated in strict accordance with the
manufacturers instructions and shall be factory aligned prior to shipment. All motors
and bases shall be painted with approved finish shop coat of paint. The pump shall be
selected for the lowest operating noise level and shall be complete with flexible
connections, valves, and pressure gauges. The pumps shall include cost of
foundation channel complete.

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

built-in protection against over heating.

4.2 PUMPING SYSTEM

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:

4.2.1 System Description

The system shall be supplied as complete sets including suction and discharge
common manifolds, non-return valves, isolating valves.

4.2.2 Local Motor Control Panel

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:

- Flexibility and simplicity in allowing the necessary re-adjustment of the


pumping system pre-set delivery pressure to operate the pumps within the
specified maximum and minimum delivery ranges.

- 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.

- Functions to limit the no. of start/stop of pumps per hour.

4.3 FLOATLESS TYPE LEVEL SWITCH IN WATER TANKS

The Contractor shall supply and install float less type switch probes in the water tanks
as indicated below and shown on the drawings.

Raw Water Tanks (Under ground)


High level alarm (over-flow);
Low level alarm;
Low level cut-out for raw water pumps;
Earthing probe.

Potable Water Tank at (Under ground)


High level alarm (over-flow);

110
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Low level alarm;


Low water level cut-out for the domestic hydropneumatic pumps;
Earthing probe.

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.

Mechanical steel stuffing boxes shall be used.

Control of Duty / Standby Pumps

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);

b Manually by means of a local start/stop push buttons on pump local motor


control panel and emergency stop switch.

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.

a) All strainers shall be inspected and cleaned out or replaced.

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.

4 FINAL ACCEPTANCE TESTS

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

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.

5 REJECTION OF INSTALLATION / PLANT

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.

6. WARRANTY AND HANDOVER

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.

7. HANDING OVER OF DOCUMENTS

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.

8. PIPE COLOUR CODE:

S.No. Pipe Lines Ground / Base First Second


Color Color Band Color Band

1 Drinking Water (All cold water Sea Green French Blue Single Red
lines after filter)

2 Treated Water (Soft Water) Sea Green Light Orange

3 Domestic Hot Water Sea Green Light Grey

4 Drainage Black

Color code to confirm to IS: 2379:1990

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

2.1 Raw Water Pumps

Pump :
Make :
Type & Model :

114
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

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 :
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 ? :
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

2.3 Dosing System

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

Type of rotary movement :


Method of starting :
Size and type of cable for connections :

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

Make of the following:


a. Motor Control Centre (Electrical Panel)
b. MCCB
c. Motor
d. MPCB
e. MCB
f. Rotary switch
g. Soft Starter
h. Timer
j. Automatic Star Delta Starter
k. Direct on line Starter
l. Contactor
m. Current Transformer (cast resin type)
n. Single phase preventor
o. Push Button
p. Change over switch
q. Ammeter & Voltmeter
KWH meter
r. Relay
s. Indication lamp
t. Cables
u. Wires

117
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

TECHNICAL DATASHEET (SEWAGE TREATMENT PLANT)

DESCRIPTION SPECIFICATION REMARKS


S. NO

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

Flow Rate, m3/hr

Mode of operation

Service Cycle

Dia X HOS, mm

working Pressure, kg/cm2

Make

7.
ACTIVATED CARBON FILTER

No Required

MOC

119
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Flow Rate, m3/hr

Mode of operation

Service Cycle

Dia X HOS, mm

Iodine value of carbon

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

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:

1. Pipes and Fittings

IS : 458 Specification for precast concrete pipes (with and without


reinforcement)

IS : 651 Salat glazed stone ware pipes and fittins.

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 : 1978 Line pipe

IS : 1979 High test line pipe.

IS : 2501 Copper tubes for general engineering purposes

IS : 2643 (Part 1) Dimensions for pipe threads for fasterning purposes:


Part 1 Basic profile and dimensions.

IS : 3468 Pipe nuts.

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.

IS : 4711 Methods for sampling steel pipes, tubes and fittings.

IS : 6392 Steel pipe flanges

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 : 1703 Specification copper alloy float valves (horizontal plunger type)


for water supply fittings.

IS : 2906 Specification for sluice valves for water works purposes (350
mm to 1200 mm size)

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 : 12992 (Part 1) Safety relief valves, spring loaded : Design

IS : 13095 Butterfly valves for general purposes.

3. Sanitary Fittings

IS : 771 (Part 1 to 3) Specification for glazed fire clay sanitary


appliances.

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.

IS : 1700 Specification for drinking fountains.

IS : 2556 (Part 6 Sec 2) Specification for vitreous sanitary appliances


(vitreous china) part 6 Specific requirements of urinals, section 2
half stall urinals.

IS : 2556 (Part 6 Sec 4) Specification for vitreous sanitary appliances


(vitreous china) Part 6 specific requirements of urinals, section 4
partition slabs.

IS : 2556 (Part 6 Sec 5) Specification for vitreous sanitary appliances


(vitreous china) Part 6 Specific requirements of urinals, section
5 waste fittings.

122
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

IS : 2556 (Part 6 Sec 6) Specification for vitreous sanitary appliances


(vitreous china) Part6 Specific requirements of urinals, section 6
water spreaders for half stall urinals.

IS : 2692 Specification for ferrule for water services

IS : 2717 Glossary of terms relating to vitreous enamelware and ceramic


metal systems

IS : 5961 Specification for cast iron gratings for drainage purposes.

IS : 6249 Specification for gel-coated glass fibre reinforced polyester


resin
bath tubs.

IS : 6411 Specification for gel-coated glass fibre reinforced polyester


resin
bath tubs.

IS : 8931 Specification for copper alloy fancy single taps, combination tap
assembly and stop valves for water services.

4. Water Quality Tolerance

IS : 3025 (Parts 1 to 44) Method of sampling and test (physical and


chemical) for water and waste water.
IS : 10500 Drinking Water

5. Pumps & Vessels

IS : 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.

IS : 2825 Code for unfired pressure vessels.

IS : 5600 Specification for sewage and drainage pumps

IS : 8418 Specification for horizontal centrifugal self priming pumps.

6. General

SP : 6 (1) Structural Steel Sections

IS : 325 Three Phase Induction Motors

IS : 779 Specification for water meters (domestic type).

IS : 782 Specification for caulking load.

IS : 800 Code of practice for general construction in steel

IS : 1068 Electroplated coatings of nickel plus chromium and copper plus

123
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

nickel plus chromium.

IS : 1726 Specification for cast iron manhole covers and frames.

IS : 1742 Code of practice for building drainage.

IS : 2065 Code of practice for water supply in buildings.

IS : 2104 Specification for water meter for boxes (domestic type)

IS : 2373 Specification for eater meter (bulk type)

IS : 2379 Colour code for identification of pipe lines.

IS : 3114 Code of practice for laying of cast iron pipes

IS : 4127 Code of practice for laying glazed stoneware pipes.

IS : 4853 Recommended practice for radiographic inspection of fusion


welded butt joints in steel pipes.
IS : 5455 Cast iron steps for manholes.

IS : 7558 Code of practice for domestic hot water installations.

IS : 8321 Glossary of terms applicable to plumbing work.

IS : 9842 Preformed fibrous pipe insulation.

IS : 10221 Code of practice for coating and wrapping of underground mild


steel pipelines.

IS : 10446 Glossary of terms relating to water supply and sanitation.

IS : 11149 Rubber Gaskets

IS : 11790 Code of practice for preparation of butt-welding ends for pipes,


valves, flanges and fittings.

IS : 12251 Code of practice for drainage of building basements.

IS : 5572 Code of practice for sanitary pipe work.

BS : 8301 Code of practice for building drainage.

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 measurements shall be taken in accordance with relevant IS codes, unless


otherwise specified.

2.0 APPLICABLE CODES AND STANDARDS:

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.

MS Tube upto 150mm - IS:1239

MS Tubes above 150mm - IS:3589

Malleable Iron Fittings - IS:1239 - 1982 (Part-I&II)

Cast Iron Sluice Valves - IS: 780 - 1984

125
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Check Valves - IS:5312 - 1984

Internal/External Fire Hydrant Valve IS:5290 - 1993

Rubberized Fabric Lined Hose - IS: 636 - 1988

Couplings, Branch Pipe, Nozzles - IS: 903 - 1993

First Aid Fire Hose (Rubber) - IS:5132 - 1969

First Air Hose Reel Drum - IS: 884 1985

3.0 BASIC CONCEPT OF DESIGN


Type of the Building -- Assembly / storage building

Categories as per NBC -- Moderate Hazard

Max. Height of Building -- Less than 10mtr.

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

3.1 System Description


The firefighting system shall be provided as per National Building Code of India 2005
(Part IV), as per local Chief Fire Officer guidelines/approval, guidelines of other
relevant I.S codes and it shall be consisting of as follows: :-

(a) Fire main of 150 mm dia. Connected to internal & external hydrants.

(b) Wet - riser system with landing hydrant valves and fire hose cabinet.

(c) Sprinkler system as per NBC

126
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

3.1.1 Fire water storage


Fire water storage tank for Fire Protection System has been provided at under-ground
level of 80 KL capacity.

In addition to this, as a mandatory application as mentioned in NBC-2005 guidelines,


an additional static fire water tank of 15 capacity shall be provided. Part of centralized
OH tank.

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.

3.1.2 Fire pumping system


The fire pumping system shall comprise of electrical pump for hydrant / sprinkler system,
diesel engine driven pump & jockey pump for hydrant & sprinkler system in pump room
at site located as shown in site plan and another electric pump for hydrant / sprinkler
system near OH tank.

(a) Electric Pump Capacity 2280 LPM,60 Mt head.


(b) Diesel Engine Driven Pump Capacity 2280 LPM 60 Mt head.
(c) Jockey Pump Capacity 180-LPM 60 Mt head.
(d) Electric Pump Capacity 450-LPM 20 Mt head.

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.

4.0 QUALITY ASSURANCE AND QUALITY CONTROL:

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.

4.6 Testing charges shall be borne by the Project Managers Representative.

4.7 Testing may be witnessed by the Contractor or his Authorised Representative.


Whether witnessed by the Contractor or not, the test results shall be binding on the
Contractor.

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:

Civil Works for Water Tank.


Pumps to be installed at below ground levels

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.

6.0 PIPE WORK

6.2.1 General Requirements

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

Pipes of following types are to be used:

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.

6.2.3 Piping Installation & Support

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.

Pipe hangers shall be provided at the following maximum spacing:

130
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Pipe Dia Hanger Rod Dia Spacing between Supports


(mm) (mm) (m)
Up to 25 6 2
32 to 50 8 2.5
65 to 80 8 2.5
80 to 100 10 2.5
125 to 150 10 3.0
200 to 300 12 3.5
The end of the steel rods shall be threaded and not welded to the threaded bolt.

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.

All pipes shall be pitched towards drain points.

Pressure gauges shall be provided as shown on the approved drawings. Care shall be
taken to protect pressure gauges during pressure testing.

6.2.4 Pipe Fittings

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.

6.2.5 Procedure For Pypkote / Cotak Application

a. Surface Preparation - The pipe surface shall be cleaned by a wire brush.

b. Application of Primer - Pypkote / Coatek primer is to be applied on pipes


immediately after cleaning. This is to prevent any further accumulation of rust on
the pipe. This is a cold applied primer and is applied by brush.

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.

Flanged joints (65 mm dia and above)

Flanged joints with flanges conforming to IS: 6392 shall be provided on


a. Straight runs at intervals not exceeding 25-30m on pipe lines of 50 mm dia and
above and as directed by the Project Manager.

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.

Unions (upto 50 mm dia)

Approved type of dismountable unions shall be provided on pipe lines of 50 mm dia

132
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

and smaller dia, in locations similar to those specified for flanges.

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.

8. FIRE BRIGADE CONNECTION

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

10.1 Butterfly Valve

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

10.2 Ball Valve

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.

10.3 Non-Return Valve

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

Body Disc Cover : Cast Iron


Hinge Pin : SS AISI 316
Disc Face : SS AISI 316
End connection:BS 10 Table D, E & F

10.4 Wafer Type Check Valve

All check valve used before flow switches shall be spring loaded dual plate check
valves with following specifications:

Body:CI, Plate:SS304, Stop pin:SS316, Hinge Pin:SS316, Spring:SS316, Seat:EPDM,

10.5 Suction Strainers

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.

10.6 Foot Valve

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

11. PRESSURE SWITCH

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.

It shall be provided with IP:55 water and environment protection.

12. PRESSURE GAUGE

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.

15. ANCHOR / THRUST BLOCK

Contractor shall provide suitably designed anchor blocks in cement concrete/steel


support to cater to the excess thrust due to work hammer and high pressure Thrust
blocks shall be provided at all bends, tees and such other location as determined 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.

16. FIRE HYDRANTS

16.1 External Hydrants

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.

Each hose cabinet shall be conspicuously painted with the letters


FIRE HOSE.

16.2 Internal Hydrants

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.

Each hose cabinet shall be conspicuously painted with the letters


FIRE HOSE.

17. Hose Reel

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

All hose pipes shall be of 63 mm diameter RRL as required, conforming to IS : 636.


The hose shall be provided with SS delivery coupling. The hose shall be capable of
withstanding a bursting pressure of 35.7 Kg/Sq.cm without undue leakage or sweating.
Hose shall be provided with instantaneous spring-lock, type couplings.

19. Branch Pipe, Nozzle

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 -

20. Hose Cabinet

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.

20.1 Internal Hose Cabinet

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

20.2 External Hose Cabinet


The hose cabinet shall be of size to accommodate the following:
i. Single/Double headed yard hydrant valve
ii. Hose pipe (2 length of 15 m)
iii. Branch pipes, nozzles (1 sets)
iv. Fire man's axe

21. SPRINKLER SYSTEM

21.1 General Specification

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

from 20 mm to 150mm to suit the hydraulics of the system.

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.

21.2 Automatic Sprinkler

Sprinkler heads shall be made of brass sufficiently strong, in compression to withstand


any pressure, surge or hammer likely to occur in the system. The yoke & body shall be
made of high quality gun metal brass with arms streamlined to ensure minimum
interference with the spread of water The deflector of suitable design shall be fitted to
give even distribution of water over the area commanded by the sprinkler. The bulb
shall contain a liquid having a freezing point below any natural climatic figure and a
high coefficient of expansion. The temperature rating of the sprinkler shall be stamped
on the deflector & the colour of the liquid filled in the bulb shall be according to the
temperature rating as per NFPA standard.

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

mechanical (at no extra cost) damage.

Flow Requirements

The flow requirement for sprinkler heads shall be specifically approved for the
designated area of installation.

21.3 Orifice Plates

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.

21.4 Installation Control Valves

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.

21.5 Inspection And Test Valve Assembly

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.

21.6 Flow Switch

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

switch work at a triggering threshold bandwidth (flow rate) of 4 to 10 GPM. Further, it


shall have a Retard to compensate for line leakage or intermitted flows.

21.7 Flexible Connectors

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

Nipple Carbon Steel Zinc Plated


Flexible AISI 304
Square Bar Mild Steel Zinc Plated
Bracket Mild Steel Zinc Plated
Reducer Carbon Steel Zinc Plated
Max Working Pressure 12 bar
Style Braided
Approval UL Listed

21.8 Two Piece Flush Escutcheon.

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.

Material: Carbon Steel


Finish: White Powder Coated.
Approval: UL/FM Listed.

21.9 System Design

The entire sprinkler installation shall be designed to make it a hydraulically balanced


system. The pressure requirement at typical floors shall be designed between 2.5 bar
and 3.5 bar.

22. HAND HELD FIRE EXTINGUISHERS

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:

Installation of fully charged and tested fire extinguishing hand appliances of A B C


powder type as required and specified in the drawings and schedule of rates.

22.2 General Requirements

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

to the wall by suitable anchor fasteners.

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.

Distribution / installation of fire extinguisher to be in accordance to IS:2190.

22.3 Measurement

Fire extinguishers shall be counted in numbers and include installation of all necessary
items required as given in the specifications.

22.4 ABC Type Dry Powder Extinguisher

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%.

The distribution of fire extinguishers to be as per IS 2190 1992.

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.

22.5 Water Type Extinguisher (Gas Pressure Type)

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).

22.6 Carbon Dioxide Extinguisher

The Carbon Dioxide Extinguisher shall be as per 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:

Cylinder: 236 Kg/cm2


Control Valve: 125 Kg/cm2
Burst Pressure of Hose: 140 Kg/cm2 minimum

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.

22.7 Mechanical Foam Type Extinguisher

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 FIRE PUMPS AND ALLIED EQUIPMENTS

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.

23.2 General Requirements

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

equipment during manufacturing and also to witness various tests at the


manufacturers works without any cost to the Project Manager or Consultant.

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.

23.3 Electric Fire Pump

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.

23.4 Diesel Fire Pump

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

a. Engine Accessories - The engine shall be complete with the following


accessories:-

Fly wheel dynamically balanced.


Direct coupling for pump and coupling guard.
Corrosion Resistor.
Air cleaner.
Fuel service tank support, and fuel oil filter with necessary pipe work.
Elect. starting battery (2X24 v).
Exhaust silencer with necessary pipe work.
Governor.
Instrument panel housing all the gauges, including Tachometer, hour meter and
starting switch with key (for manual starting).
Necessary safety controls.

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.

g. Governing System- The engine shall be provided with an adjustable governor to


control the engine speed within 5% of its rated speed under all conditions of load
up to full load. The governor shall be set to maintain rated pump speed at
maximum pump load.

h. Engine Instrumentation- Engine instrumentation shall include the following:-

i) Lub. oil pressure gauge.


ii) Lub. oil temperature gauge.
iii) Water pressure gauge.
iv) Water temperature gauge.
v) Tachometer.
vi) Hour meter.
vii) The instrumentation panel shall be suitably resident mounted on the engine.
viii) Engine Protection Devices- Following engine protection and automatic shut
down facilities shall be provided:-
a) Low lub.oil pressure.
b) High cooling water temp.
c) High lub.oil temperature.
d) Over speed shut down.

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.

j. Anti Vibration Mounting- Suitable vibration mounting duly approved by Project


Manager shall be employed for mounting the unit so as to minimize transmission of
vibration to the structure. The isolation efficiency achievable shall be clearly
indicated.

k. Battery Charger-Necessary float and boost charger shall be incorporated in the


control section of the power and control panel, to keep the battery in trim condition.
Voltmeter to indicate the state of charge of the batteries shall be provided.

23.5 Pump Sets Assembly

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.

23.6 Flexible Connectors

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.

JOCKEY WET RISER DIESEL DRIVEN


PUMP PUMP PUMP
i. ON OFF OFF
ii. OFF ON OFF
iii. OFF OFF ON
iv. OFF ON ON
v. OFF OFF ON
vi. OFF OFF OFF
vii OFF ON OFF

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.

24.8 Annunciation Panel

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

24.9 Vibration Isolation

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.

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 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.

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 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

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

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.

b. All strainers shall be inspected and cleaned out or replaced.

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.

Fire Protection System

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).

Commissioning and Testing

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.

g. Check all annunciations by simulating the alarm conditions at site.

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.

3. STATUTORY AUTHORITIES' TESTS AND INSPECTIONS

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

4. FINAL ACCEPTANCE TESTS

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.

5. REJECTION OF INSTALLATION / PLANT

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.

Adjustment and/or modification work as required by the Consultants 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/Consultants.

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.

6. WARRANTY AND HANDOVER

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.

7. HANDING OVER OF DOCUMENTS

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.

8. CHECK LIST FOR COMMISSIONING

Fire Protection System

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.

Check air vessals for proper functioning.

PART 16
TECHNICAL DATA SHEETS

FIRE PROTECTION SYSTEM

FIRE PUMPS & MOTOR

1. Electrical Driven Main Fire & Sprinkler Pumps

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

Make of Mechanical Seal :


Wheather pumps is capable of
discharging 150% of rated capacity at a
head not less than 65% of rated head. :
Whether automatic priming arrangement
Included :
Description of Motors
Make :
Model No. :
Type :
Frame size :
Speed (RPM) :
Rated Capacity (Power) :
Full load current :
Enclosure :
Coupling / Pulley :
Class of Insulation :
Size of Foundation :
For complete coupled set mounted over
MS base frame :

2. Diesel Engine Driven Pump


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 :
Make of Mechanical Seal :
Wheather pumps is capable of
discharging 150% of rated capacity at a
head not less than 65% of rated head. :
Whether automatic priming arrangement
Included :
Description of Engine
Make :
Model No. :

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

For complete coupled set mounted over MS


base frame :

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

MAKE OF THE FOLLOWING


a. Motor Control Centre (Electrical Panel) :
b. Vacuum circuit breaker :
c. Air circuit breaker :
d. MCCB :
e. MCB :
f. Rotary switch :
g. Soft Starter :
h. Auto-transformer Starter :
j. Automatic Star Delta Starter :
k. Direct on line Starter :
l. Contactor :
m. Current Transformer (cast resin type) :
n. Single phase preventor :
o. Push Button :
p. Change over switch :
q. Ammeter & Voltmeter :
KWH meter
r. Relay :
s. Indication lamp :
t. Cables :
u. Wires :
v. Variable Frequancy Drive. :

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:

1. Pipes and Fittings

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

IS : 1879 Malleable cast iron pipe fittings.


IS : 3468 Pipe nuts.
IS : 3589 Seamless or electrically welded steel pipes for water, gas and
sewage (168.3 mm to 2032 mm outside diameter).
IS : 4346 Specifications for washers for use with fittings for water services.
IS : 4711 Methods for sampling steel pipes, tubes and fittings.
IS : 6392 Steel pipe flanges
IS : 6418 Cast iron and malleable cast iron flanges for general engineering
purposes.

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.

3. Fire Fighting Equipment


TAC Tariff Advisory Committee fire protection manual Part-I.
TAC Rules of Tariff Advisory Committee for automatic sprinkler system.
NFPA : 13 Installation of Sprinkler System
NFPA : 14 Installation of Standpipe & Hose System
NFPA : 20 Installation of Stationary pump for Fire Protection
IS : 636 Non-percolating flexible fire fighting delivery hose.
IS : 884 Specification for first aid hose reel for fire fighting.
IS : 901 Specification for couplings, double male and double female, instantaneous
pattern for fire fighting.
IS : 902 Suction hose couplings for fire fighting purposes.
IS : 903 Specification for fire hose delivery couplings, branch pipe, nozzles and nozzle
spanner.
IS : 904 Specification for 2-way and 3-way suction collecting heads for fire fighting
purposes.
IS : 907 Specification for suction strainers, cylindrical type for fire fighting purposes.
IS : 908 Specification for fire hydrant, stand post type.
IS : 909 Specification for underground fire hydrant, sluice valve type.
IS : 910 Specification for portable chemical foam fire extinusiher.
IS : 933 Specification for portable chemical foam fire extinguisher.
IS : 1648 Code of practice for fire safety of building (general): Fire fighting equipment
and its maintenance.
IS : 2171 Specification for portable fire extinguishers dry powder (catridge type)
IS : 2190 Selection, installation and maintenance of first aid fire extinguishers Code of
practice.
IS : 2871 Specification for branch pipe, universal, for fire fighting purposes.
IS : 2878 Specification for fire extinguishers, carbon dioxide type (portable and trolley
mounted).
IS : 3844 Code of practice for installation and maintenance of internal fire hydrants and
hose reel on premises.
IS : 5290 Specification for landing valves.

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

Type : TCCS (Tapered Column Clear Span)


Width : as per Drawing
Length : as per Drawing
Eave height : 7.0m clear under the knee
Width module : 1
Roof slope : min 1 in 10
Bay spacing : min 6.0 M
Front End Frame : Standard Post & Beam System
Back End Frame : Standard Post & Beam System
Type of bracing on roof & wall : Diagonal Rod / Angle Bracing (as per design)
Wall panel : as per detailed product specification as under.
Girts : Sidewall girts and end wall girts are mounted on the exterior face of the main
column.
Fasteners : Mechanically galvanised Hex-washer head self-drilling fasteners with
integral EPDM seals.
Accessories : Flashing, trims, eave gutters & downspouts.
Canopy : A canopy/soffit of size 3(W) x (Length as per drawing) X 5.0m (H) will be
provided on one side wall.
Self propelled turbo-ventilation- As per manufactures specifications / drawing.

159
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Doors : Aluminium Panel


Windows : Aluminium Glazed
Flooring : Shed Area : Tri mix / VDF, Office Area ; Vitrified tiles.
Paint Finish : All primary and secondary members shall be supplied with factory
applied one coat of Zinc Chromate red oxide primer finished with 2 coasts of synthetic
enamel paint applied at site. All internal walls painted with Emulsion paint and external
walls in Weather coat paint.
Special conditions: All walls clad to full height above 3.0m high brick masonry wall.
Building Layout: as per Drawing enclosed

B. Detailed Product Specification

(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

Water-resistant louvers shall be manufactured from high strength ZINCALUME steel .

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.

Specification for Skylight (Translucent sheeting) :


The panel shall be nominal 2mm thick composed of a translucent, thermosetting polyester
resin with a thoroughly impregnated glass fiber reinforcing mat with an integrally bonded
translucent film on the weathering face. The profile should match with cladding profile. The
fixing shall be done with specially designed Lap seal and weather-tight washer for fixing the
translucent sheeting. The profile and properties shall be approved by Engineer-in-charge
before installation.

The work also includes design of following:


Rigid frame structural for columns, rafters with end plates, purlins, girts.
Wind Operated Turbo Ventilators
All necessary flashings, trims, eave gutters & downspout
Roofing & cladding sheets
Structural hardware & sheeting fasteners
End lap sealant
Bracing
Anchor bolts and templates
2 mm thick FRP day light panel
Framed opening
Canopy system
Interior partition wall, Doors and fixtures
Wall vents, doors, windows and louvers
Civil, mechanical and electrical installations and materials
Concrete embed plates of weld plate of any kind
Design of Foundations, Slabs etc and other masonry design.
All civil, electrical and PHE works.
Setting of Anchor Bolt (Physical setting or fixing)

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).

Erection and Fixing:


The installation shall be done in accordance to the standard practices as specified by
the manufacturer and as approved by the concern authority. All sheets and
accessories must be stored and finally erected without any damage.

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 side lap shall be field-seamed by a 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.

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

and paid separately.

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.

Stages of Payment (for this item only) :


No. Stage
Payable at %age of amount quoted
1. On receipt of the material at the site 35%
2. On erection and assembly of the Bldg/Shed frame. 21%
3. On receipt of roof and wall sheeting material at site. 21%
4. On erection and assembly of Bldg/Shed roof/wall sheeting. 21%
5. On completion of work and handing over 2%
1. Primary Steel:-
All primary steel members shall be solid web built-up section in manufactured out of 345 Mpa
steel plates. Welding of web to flange shall be SAW type on alternate sides and tac welded
alternative side.

2. Cold formed section:-


These shall be Z/C shaped cold formed section out of 345 Mpa Galvanised 275 GSM steel as
per IS:277.

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).

Pre Engineered Building/Shed (approved supplier) :


TATA BLUESCOPE STEEL / BUTLER BUILDING SYSTEMS
KIRBY Engineering
Saxena Marine Tech Pvt. Ltd.,
Supertech (India) Pvt. Ltd.,
Trident Metal Arch
Or, EQUIVALENT

Foundation & other Civil Components Design :


From the empanelled lists of RITES/ CPWD/ Railways.

164
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Specifications for Prefabricated portacabin :

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.

INSULATION 25mm thick Glass Wool.

TEMPERATURE Can withstand -20C to + 70C very easily.

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.

BASE Fixed / Flanged.

GROUND CLEARANCE 6 or as desired.

FIRE RESISTANCE 60 minutes.

TECHNICAL DETAILS / PHYSICAL PROPERTIES

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

Tensile strength : 4 kg/cm2


Modulus of Elasticity : 30,000 kg/cm2
Water Resistance Test : 2.5 kg/cm2
Modulus of Rupture : 250-280 kg/cm2
Screw Holding (Face) : 150kg & (Edge): 125 Kg

FIRE RESISTANCE Satisfy according to BS 476, the criteria ISO 834-


1975 and ISO-1979 for hour to 4 hours fire rating

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.

STEAM TEST No traces of discoloration or bubbles even after 2 hours.

CRACKING TEST No effect even at 70C for 24 hours or 100C for 2 hours.

TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORK


INSTALLATION & ALLIED WORKS

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.

General Specifications for Electrical Works. (Part I - Internal) -2013.


General Specifications for Electrical Works. (Part II -External) - 2013
General Specifications for Electrical Works. (Part IV Sub-station) -2013
Code of Practice for Fire Alarm System & 2189-1999
CPWD specification for Fire Alarm & detection System amended as on date.
Heating, Ventilations & Air Conditioning works (Part VI 2004)
DG Sets (Part VII 2013)
Wherever this specifications calls for a higher standard of material and or workmanship than
those required by any of the above mentioned regulations and specification then the
specification here under shall take precedence over the said regulations and standards.

In general, the materials equipment and workmanship not covered by the above, shall
confirm to the Indian Standards (latest edition) unless otherwise called for.

1.0 GENERAL TECHNICAL SPECIFICATION FOR ELECTRICAL WORK:

(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.

b. Supply, installation, testing & commissioning of all feeder pillars.

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.

d. Supply, Installation, testing & commissioning of lighting fixtures.

e. Supply, installation, testing & commissioning of Aviation Obstruction Light & Lightning
Protection System with high mast towers & High mast panel.

f. Supply, installation, testing & commissioning of earthing system.

g. Supply, installation, testing & commissioning of Panels and cabling.

h. Supply, installation, testing & commissioning of HT & LT sub-station.

i. Supply, installation, testing & commissioning of Weigh Bridge.

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.

l. Approval from statutory authority/ Electrical Inspector/ safety / Pollution


Control Board / Fire Officer etc.

m. Sanction of load with scheme, energisation & handing over of all the above
systems to the owner.

Bidder shall be responsible for:

167
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Inter-connection Drawing.

Protection co-ordination drawings/tables.

All electrical wiring work will be done as CPWD specifications.

Shop inspection and testing procedures.

Field testing and commissioning procedures.

Bidder shall also be responsible for:

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.

3.0 WORKING DRAWINGS & SHOP DRAWINGS

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.

4.0 COMPLETION DRAWINGS (As per GCC Clause 8 B)

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:

(a) Run and size of cables, man holes, Hume pipe.


(b) Location and details of LT panel boards, showing the circuit number & load on
each circuit, switches, switchgear and other particulars.
(c) A complete external lighting, PA, CCTV system, Fire alarm system and telephone
connectivity layout diagram as installed and schematic drawings showing all
connections in the complete electrical & allied systems as per the scope of works.
(d) Location of earthing pits & types, sizes of all earthing conductors, Manholes etc.
(e) Layout and particulars of all equipments with their control system.
(f) Conduit route, numbers of wires in each conduit, location of DB, Switch Boards.
(g) Circuit diagram with load detail.
(h) Single line diagrams.

5.0 FEES PERMITS & TESTS

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.

6A CODES & STANDARDS

The design engineering and manufacturing shall be in accordance with established


standards/codes (with amendments up to date), sound engineering practices,
specifications and shall conform to the statutory regulations applicable in the country.
Some of the relevant Standards/Codes are listed below:
Indian Electricity Act, 2003
Indian Electricity Rules, 1956

Conductors for insulated electrical cables and flexible


IS:8130 :
cords.
IS:5831 : PVC insulation and sheath of electric cables.
PVC insulated electric cables for working Voltage up to
IS:694 :
and including 1100 volts.
IS:424, 1475 (F-3) : Power cable flexibility test.
IEC:754(1) : FRLS PVC insulated cable.
IS:13947 / 947
IEC : Air Circuit Breaker / Molded Case Circuit Breaker.
Part 1-5
Specification for factory built assemblies of switch gear
IS:8623 : and control gear for voltage up to and including1000V
AC/1200V DC.
Switchgear and Control gear selection, installation and
IS:10118 :
maintenance.
IS:1248 Direct acting indicating analogue electrical measuring
:
Part 1-9 instruments and testing accessories.
Digital measuring instruments and testing
IS:13779 :
accessories.
Current Transformer for metering and protection with
IS:2705 :
classification, burden and insulation.
Degree of protection provided by enclosures for low
IS :2147 :
voltage switchgear and control gear.
IS:3427 : Metal enclosed switchgear and control gear.
BS:162 : Safety clearance.
Code of practice for climate proofing of electrical
IS:3202 :
equipment.

170
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Marking and arrangement for switchgear, bus bars,


IS:375 :
main connections and auxiliary wiring.
IS:722 : AC electric meters.
IS:5082 : Electrolytic copper / aluminum Bus bars.
IS:2834 : Capacitors.
Guide for improvement of power factor at consumers
IS:7752 :
installation.
IS:4201 : Application guide for Current Transformer.
IS:4146 : Application guide for Voltage Transformer.
IS:2959 : Contactors.
IS:5578 : Guide for marking of insulated conductors.
Guide for forming system of marking and identification
IS:11050 :
of conductors & apparatus terminal.
IS:6005 : Code of practice for phosphate of iron & steel.

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:

ISS Indian Standard Specification


IER Indian Electricity Rules, 1956
BS British Standard (Wherever specifically called for).

HRC High Rupturing Capacity


GI Galvanised Iron
MS Mild steel
C.I. Cast Iron
PVC Polyvinyl Chloride
HT High Tension
LT Low Tension
A-Amp Ampere
KV Kilo Volts
PT Potential Transformers
CT Current Transformers
OCB Oil Circuit Breakers
VCB Vaccum circuit breaker
ACB Air Circuit Breakers
SFU Switch Fuse Unit
FDU Fuse Disconnecter Unit
MCCB Moulded Case Circuit Breaker
MCB Miniature circuit Breaker
IC Iron Clad
DB Distribution Board
KVA Kilo Volts Ampere
KVAR Kilo Volts Ampere Reactive
PCC Power Control Center
MCC Motor Control Center
NC Normally closed
RCCB / ELCB Residual current circuit breaker.

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.

a) Specification, particular specification if any, and drawings.


b) Indian regulations / IS codes and standards.

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.

7.0 MATERIALS AND EQUIPMENTS

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.

INSPECTION, TESTING AND INSPECTION CERTIFICATE

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

deemed to have been made in the presence of Engineer-in-Charge and he shall


forthwith forward to the Consultant duly certified copies of tests in triplicate.

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 inspection by Engineer-in-Charge and issue of Inspection Certificate thereon shall


in no way limit the liabilities and responsibilities of the Contractor in respect of the
agreed quality assurance program me forming a part of the Contract.

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.

8.0 INSPECTION & APPROVAL OF THE WORK BY LOCAL AUTHORITY

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.

8C Latest CPWD Specifications/IS Codes referred above shall stand modified in


accordance with the stipulations/clarifications/modifications given in particular technical
specifications hereinafter.

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.

9.0 SUBMISSION OF MANUFACTURER TEST REPORTS, MANUALS & IS CODE

Contractor has to submit the test reports, manufacturer manual, and referred IS code
/CPWD specification for inspection of material.

10.0 ENGINEER/ FOREMAN

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.

SPECIFICATIONS FOR NON SCHEDULE ELECTRICAL ITEMS

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.

1.0 TECHNICAL SPECIFICATION OF L.T. PANELS AND


DISTRIBUTION PANELS

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. :

i) Between Phases -32 mm.

ii) Between Phases & Neutral -26 mm.

iii) Between Phases & Earth -26 mm.

iv) Between Neutral & Earth -26 mm.

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.

1.3.2 Bus-bars shall be supported on suitable non-hygroscopic, non-combustible, material


such as DMC / SMC at sufficiently close intervals to prevent busbar sag. Ridges shall
be provided on these supports to prevent tracking between adjacent busbars. Large
clearances & creepage distances shall be provided on the busbar system to minimize
the possibility of fault. All busbar joints shall be provided with high tensile steel bolts
(electroplated with Nickel / Cadmium), spring washers & nuts so as to ensure good
contact. The joints shall be formed with fishplates on either side of the busbars to
provide adequate contact area. Bus supports shall be provided on either sides of the
joints (max. unsupported distance from the joint shall be 400 mm).

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

1.4 AIR CIRCUIT BEAKERS

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.

1.4.1 Safety Interlocks

The following safety interlock shall be provided for each module:

177
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

i) When ACB is ON door cannot be opened - electrically or mechanically. (Defeat


interlock to be provided.)

ii) Padlocking in OFF position (locks to be provided)

iii) Castle interlocks for feeder co-ordination as per B.O.Q. / Drawings.

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 shall be fully rated at ambient temperature of 50 degree Celsius.

ACB opening and closing time should be as minimum as possible.

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.

Displays information of all electric accessories on front fascia of ACB.

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.

Manual ON- OFF with indication.

ACB should be provided with door interlock.

Pole design should be such to ensure lower watt loss & energy saving watt loss to be
informed by supplier for approvals.

ACB for DG set shall be provided with reverse power relay.

The breaker shall meet IP 53 /54 Protection.

All 4pole ACB to have full rated neutral pole.

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:

i) Over current pick-up.


ii) Inverse tripping time at 6 times the current setting.
iii) Short time delay pick-up at various current settings.
iv) Short time delay - instantaneous.
v) Earth fault pick-up at various current settings.
vi) Earth fault delay - instantaneous.

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;

a) Red for ACB ON.


b) Green for ACB OFF.
c) Orange for Auto Trip.
d) Blue for Spring Charged.

vi) Spring return T-N-C breaker operating switch,

a) Yellow for trip alarm cancellation.


b) Blue for Non Trip alarm cancellation.

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.

ii) 4 No.s Indicating Lights for the following;

a) Red for ACB ON.


b) Green for ACB OFF.
c) Orange for Auto Trip.
d) Blue for Spring Charged.

iii) Spring return T-N-C breaker operating switch.


iv) 3 No. Phase indicating Lights.

The air circuit breaker being used as Bus Coupler shall have the following accessories,
indications, meters, provided on its housing;

i) 2 No.s Indicating Lights for the following;

a) Red for ACB ON.


b) Green for ACB OFF.

ii) Spring return T-N-C breaker operating switch.

1.5 MOULDED CASE CIRCUIT BEAKERS


Moulded Case Circuit Breakers shall be incorporated in the Panels where ever
specified. MCCBs shall conform to IS13947-2, EC-947-2-1989 in all respects.
MCCBs shall be suitable for three phase 415 Volts.

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.

1.6 MEASURING INSTRUMENTS FOR METERING

GENERAL

o Direct reading electrical instruments shall be in conforming to IS 1248. The


accuracy of direct reading shall be 1.0 for voltmeter and 1.5 for ammeters. Other
type of instruments shall have accuracy of 1.5. The errors due to variations in
temperature shall be limited to a minimum. The meter shall be enclosed in a dust
tight housing. The housing shall be of steel or phenolic mould. The design and
manufacture of the meters shall ensure the prevention of fogging of instruments
glass. Instruments meters shall be sealed in such a way that access to the
measuring element and to the accessories within the case shall not be possible
without removal of the seal. The meters shall be provided with white dials and
black scale markings.

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 capable of withstanding without damage, magnetic


and thermal stresses due to short circuit fault of 50KA on medium voltage system.
Terminals of the current transformers shall be marked permanently for easy
identification of poles. Separate CT shall be provided for measuring instruments
and protection relays. Each C.T. shall be provided with rating plate.

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:

- For ammeters : 3VA


- For current coils of KW & KWH : 5VA
- For current coils of PF. meters : 5VA
- For all recorders : 5VA
- For all normal wiring : 2VA
- For current coil of protection relays : 10VA

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.

1.8 CABLE TERMINATIONS

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.

1.9 CONTROL WIRING

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.

Terminals for control circuits shall be of spring loaded, screw-less type.

1.11 LABELS

Labels shall be of anodized aluminium, with white engraving on black background.


They shall be properly secured with fasteners.

183
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

1.12 TESTS AT MANUFACTURES WORK

All routine tests specified in IS: 8623-1993 shall be carried out and test certificates
submitted to the Engineer In charge.

1.13 TESTING AND COMMISSIONING

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.

a) Operation checks and lubrication of all moving parts.


b) Interlocking function check.
c) Insulation test: When measured with 1000V megger, the insulation resistance
shall not be less than 100 mega ohms.
d) Trip tests & protection gear test.
e) Continuity test

2.0 DISTRIBUTION BOARDS.

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:-

a. Miniature circuit breakers


b. Residual current circuit breaker.
c. Insulated Bus Bars
d. Neutral links/bus
e. Earth Bus
f. Loose Wire Box

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.

2.4. Miniature circuit Breakers:

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.

2.5 RESIDUAL CURRENT Circuit Breakers:

Residual current leakage circuit breakers shall be used as incomers in distribution


boards only wherever specially called for in BOQ, RCCB shall be suitable for
incorporation in standard DB manufactured by the approved manufactures. RCCB
shall be of core balance type and shall not cause nuisance tripping the RCCB shall be
rated for 30mA fault circuit tripping. RCCB shall be provided with test push button to
test the healthiness of the circuit.

2.6. Bus Bars

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:

Distribution boards shall be surface mounted or recessed mounted as required. DBs


shall be mounted at the locations as shown on the approved execution drawings.

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.

3.0 Battery Charger with Batteries

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:
-

Syringe type hydrometer - 1 No

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.

3.2 Battery Charger

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:

AC input toggles switch with fuse.


Pilot lamp to indicate AC mains ON
Variac for step less DC output.
Double wound impregnated naturally air cooled single phase transformer.
a) Ballast choke to give trickle charge.
b) Float cum boost charger.
Single phase full wave bridge connected silicon rectified stack.
Moving coil ammeter and voltmeter of Dc output.
DC fuses.

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.

The capacitor control panel shall generally comprise the following:-


i) Automatic power factor correction relay time relay.
ii) Step controller with reversing motor.
iii) Time delay and no volt relays.
iv) Protection fuses.
v) Contractor for individual capacitors of suitable rating.
vi) Change over switch for either automatic operation of manual operation with push
control.
vii) CTs with ammeter and selector switch.
viii) Voltmeter with selector switch.

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.

3.4 LT BUS DUCT:

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.

4.0 MEDIUM VOLTAGE DISTRIBUTION SYSTEM

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 REGULATION & STANDARDS:

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.

5.0 TECHNICAL SPECIFICATION FOR L.T CABELS

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.

5.3 INSTALLATION OF CABLES

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.

5.5 JOINTS IN CABLES

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.

5.6 LAYING CABLES IN GROUND

Cables shall be laid by skilled experienced workmen using adequate rollers to


minimize stretching of the cables. The cable drums shall be placed on jacks before
unwinding the cable. With great care it shall be unrolled on over wooden rollers
placed in trenches at intervals not exceeding 2 meters. Cables shall be laid at depth of
0.75 meters below ground level. A cushion of sand total of 250mm shall be provided
both above and below the cable, joint boxes and other accessories. Cable shall not be
laid in the same trench or alongside a water main.

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.

5.7 PROTECTION OF CABLES

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.

5.8 EXCAVATION & BACK FILL

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.

5.9 LAYING OF CABLES ON CABLE TRAY/SURFACE OF WALL/CEILING

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.

5.10 TESTING OF CABLES

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.

(a) Before laying.

(b) After laying.

( c) After Jointing

On completion of cable laying work, the following tests shall be conducted in the
presence of the Engineer-In-Charge.

a. Insulation Resistance Test (Sectional and overall).

b. Continuity Resistance Test.

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.

6.0 TECHNICAL SPECIFICATION FOR EARTHING

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.

7.0 TESTING OF INSTALLATION

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

On completion of installation, the following tests shall be carried out:-

i) Insulation resistance test.

ii) Polarity test of switch.

iii) Earth continuity test.


iv) Earth electrode resistance test.

7.1.2 WITNESSING OF 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.

7.3 TEST CERTIFICATE

On completion of an electrical installation or an extension to an installation, a


certificate shall be furnished by the Contractor, countersigned by the certificate
supervisor under whose direct supervision the installation was carried out. The
certificate shall be in the prescribed form in addition to test certificate required by the
local Electricity supply authorities.

FORM OF COMPLETION CERTIFICATE

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.

Electrical Installation at ______________________________________

Voltage and system of supply _________________________________

8.0 TECHNICAL SPECIFICATION OF LIGHTING FIXTURES

8.1 Lighting Fixtures General (Internal)

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.

8.2 FLOOD LIGHT FIXTURES (External)

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:

a) 240W LED Fixture


b) Aviation obstruction lights.
Internal baffles to aviation standards shall be incorporated in the lanterns to screen
light emission in unwanted directions. It shall also have the means to facilitate
horizontal and vertical adjustments and looking. Control gears for 240W LED Light
fixture shall be provided in remote weatherproof boxes.

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.

9.0 TECHNICAL SPECIFICATION FOR EXTERNAL LIGHTING

9.1 CABLE JOINTS

Cable joints will not be permitted in straight runs of cable.


Junction boxes shall be used for all tee offs as only two / three cables are permitted
within or on any one pole.

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

9.3 JUNCTION BOXES

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.

9.4 CABLES & EXCAVATIONS

Cables and excavations shall be as specified elsewhere in the relevant specifications.

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.

Individual high mast shall have a dedicated earthing system.

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.

9.5 Supply System

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.

9.6 General illumination requirements

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.

A minimum average of 15 lux vertical luminance in relevant directions.

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.

9.7 High Masts

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.

9.8 Flood light fixture

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:

a) 11x240 W LED light.


b) Aviation obstruction lights.

Internal baffles to aviation standards shall be incorporated in the lanterns to screen


light emission in unwanted directions. It shall also have the means to facilitate
horizontal and vertical adjustments and looking. Control gears for 240W LED light
fixture shall be provided in remote weatherproof boxes. The control gear boxes shall
be fixed to the lantern carriage and so positioned to act as a counter balance.

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.

9.9 Foundation details

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

The complete installation after commissioning shall be tested as regard to their


earthing, insulation resistance values, continuous operation for at least 12 hours,
illumination values, aiming, glare and mechanical /physical requirements to the
satisfaction of Engineer. The galvanizing of the mast shall be tested to be not less than
64 microns. Manufacture shall produce a test certificate with regard to wind load
stability test to meet the specified conditions.

9.12 Guard Rails

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.

10.0 TECHNICAL SPECIFICATION FOR H.T. EQUIPMENT SPECIFICATIONS

10.1 FINISH

The entire equipments shall be tropically finished.

10.2 TECHNICAL PARTICULARS:

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.

10.3 SITE CONDITIONS.

Height above sea level- above 1000 meters


Maximum temperature in shade in summer 50 c
Minimum temperature in shade in summer 30 c

200
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

10.4 PARTICULARS OF ELECTRIC SUPPLY.

A. Main supply 11000 volts 3 phase 50 Hz. AC.


B Supply for trip circuits 24 volts from power pack
C. Supply for indicating 110 volts from 11000/110 V potential transformer.

10.5 DETAILS OF PANEL

10.5.1 HT VCB PANEL 11000 VOLTS 630 AMPS

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

10.6 Type Test:


Test certificates with all the details to IS- carried out on similar type shall be furnished
along with the tender, without which the offer may not be considered for acceptance.

DATA SHEET FOR 11 kV HT VCB PANEL

1 Rated Voltage 11000 Volts


2 Rated Frequency 50 Hz
3 System Neutral Effectively Earthed
4 Fault Level 18.4 kA
5 Closing Coil 24V DC using rectifier unit (Power pack)
6 Tripping Coil 24V DC using rectifier unit (Power pack)
7 Indication CKT. 110 V AC
8 Heater 230 V AC
9 Applicable Standard IS 13118 /1991
10 Mechanism Trip Free, Fully Horizontal draw out type,
11 Breaking Capacity 18.4 kA at 11 kV
12 Short Time Rating 18.4 kA for 1sec.
13 Basic Insulation Level 28 kV power frequency withstand, 75 kVp lighting impulse
14 Bus Bars Copper
15 Rated Current 630 Amps
16 VCB Mechanism Motor Operated
17 Location of Installation Indoor, floor mounting
18 Wiring Multistrand Copper wire of size 2.5 sq. mm. PVC 1.1 kV
grade for CT secondary circuit and 1.5 sq. mm. for others
circuits.
19 CT (i) 150/75/5-5 for Feeder Controlling Circuit Breakers
(Burden: 15 VA, Accuracy Class: 5P 10 for protection and
0.5S for metering)
20 VT (i) 1 No., 11 kV/110 V, 100 VA, accuracy class 1.0 to be
connected at bus bar side for indication & protection (supply
to Power pack Unit)
21 Misc. Ammeter, Voltmeter, Control Switch (TNC), Indication Light
(ON, OFF, Spring Charge, Trip Circuit Healthy)

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 :

Proper leveling of all the Breaker panels to be done.

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.

10.8 TESTING AND COMMISSIONING :


Insulation Resistance,

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.

11.0 SPECIFICATIONS FOR DRY TYPE TRANSFORMER

11.1 CODES AND STANDARDS


Transformers shall comply with the latest editions of Indian Standards no. IS 2026 Part
I to Part V (Power Transformers) and IS 11171 (Dry Type Power Transformers). In
case the provisions of Indian Standards are not directly applicable to Dry Type
Transformers, the provision of Latest IEC - 726 & any other relevant IEC shall apply.
Transformer losses shall be as per IS: 1180. Latest Standards as applicable shall be
followed for Insulating Materials, Bushing, Installation and Maintenance of
Transformers.

11.2 SERVICE CONDITIONS


Altitude : More than 1290 meters
Maximum Ambient Temperature : 50 deg C
Minimum Ambient Temperature : 0 deg C
Relative Humidity : 100%
Installation : Highly corrosive, dusty, humid and tropical

11.3 RATING AND TYPE


The Transformer shall be of 11/0.433KV, and Cast Resin dry type. The transformer
shall have core type construction, 3 phase and shall be suitable for Indoor / Outdoor
service under the climatic conditions prevailing at site. The transformer shall be
capable of withstanding thermal & mechanical effects of Short circuit at terminals of
any winding with full voltage maintained on other winding as per IS 2026.

NATURE OF ELECTRIC SUPPLY:


Primary 11000 Volts, 3 phase, 3 wire 50 C/S.
Secondary 433 Volts, 3 phase, 4 wire 50 c/S
Solidly earthed neutral.

203
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

11.4 NATURE OF LOAD:


Mixed load of lights, fans and motive power and shall be suitable for balance &
unbalance load. Power factor at full load 0.85 (Approx.)

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.

11.9 TEMPERATURE RISE


The temperature rise of the windings shall not exceed 90 Deg C by resistance on
continuous full load above maximum ambient temperature of 50 Deg C and in no case
shall reach value that may damage the core itself or other adjacent parts.

11.10 TAP CHANGING


Off Circuit Bolted Tap changing Links shall be provided on High voltage side for
tapping from +5% to -10% of the input voltage in steps of 2.5%. Inspection window with
glass and neoprene gasket shall be provided on the transformer enclosure to view the
tapping position.

11.11 VECTOR GROUP


Transformer shall have vector group of Dyn 11.

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

11.13 FLUX DENSITY


The maximum flux density at any point in the core and the winding shall not exceed 1.6
Tesla on the normal rated tap voltage & frequency.

11.14 CURRENT DENSITY


The maximum current density at any point in the winding shall not exceed 2.5 Amps
per sq. mm at the rated full load, voltage and frequency.

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 END TERMINATION


11.17.1 HV End:
Cable end box with terminals and bus bars shall provided suitable to receive one run of
11KV (E) 3Cx 240 sq. mm, Aluminium conductor, Armoured, XLPE cable. Cable entry
shall be from bottom / sides.

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:

11.21 Routine tests


a) Turns ratio measurement at various taps
b) HV and LV winding resistance
c) Checking of vector group
d) Insulation Resistance Test
e) No Load Loss & No Load current measurement
f) Measurement of Load losses
g) Impedance voltage
h) Separate source voltage withstand test
i) Induced over voltage withstand test

11.22 Type Test:


Test certificates to IS-2026 carried out on similar type shall be furnished along with the
tender, without which the offer may not be considered for acceptance.
a) Heat Run Test.
b) Impulse voltage withstand test.

11.23 Technical and other particulars to be furnished by the tenderer.


All the tenderers shall furnish the technical particulars of their offer in the form shown in
below. Tenders not accompanied by this form duly filled in shall not be considered
complete and are liable to be ignored.
(a) Rated KVA of transformer.
(b) Rated voltage ratio
(c) Voltage ratios corresponding to tappings other than the principal tapping.
(d) Load loss at rated current and rated voltage on the principal tapping corrected
to the appropriate reference temperature.
(e) Impedance voltage at rated current (on the Principal tapping).
(f) Short circuit impedances at least on the extreme tapping if the tapping range of
the tapped winding exceeds 5 per cent.
(g) Diagram of connections and connection symbol, and

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

DATA SHEET TO BE FILLED IN BY THE BIDDER


TRANSFORMER
1. Nomenclature Outdoor / indoor type Oil immersed
Outdoor / indoor type Dry (Cast Resin )
2. Quantity As per schedule
11 / 433 KV, 3-phase, 50 Hz, 4-wire, AC
3.
System supply
4. Rating ,--------KVA
5. Cooling ONAN ( Natural air cooling ) Or AN
6. Duty Continuous
7. Losses App.1 % of rating
0
Guaranteed load loss at 75 C To be filled by bidder along with tender
( Watts )
Guaranteed NO load loss (Watts) To be filled by bidder along with tender
8. Winding Electrical grade Copper
9. Flux density To be filled by bidder along with tender
10. Temperature rise
a) In oil by thermometer 50 oC above ambient
b) In winding by resistance 55 oC above ambient
11. Rated line voltage HV : 11 OR 33 KV :: LV : 0.433 KV
12. Basic impulse As per IS: 2026
13. Inter phase connection HV : DELTA : : LV : STAR
14. Vector group DYN 11
Off load manual operated on HV side upto
15.
Tap changer 7.5%
rated voltage ) OR
ON load Auto / manual operated on HV side
upto
7.5% rated voltage
16. System earthing HV unearthed
Cable end box with copper
17. bus-bars
a) HV .... sqmm HT Al, armoured cable
b) LV LT, Al, armoured cable
or as per cable schedule
18. Impedance Maximum 5%
19. Over all dimensions To be filled by bidder along with tender
20. Total weight of transformer To be filled by bidder along with tender
21. Quantity & weight of oil To be filled by bidder along with tender
Thickness of side walls of tank,
22. top, To be filled by bidder along with 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

12.0 TECHNICAL SPECIFICATION FOR WEIGH BRIDGE

SYSTEM DESCRIPTION (PIT LESS TYPE)


The Weigh Bridge shall consist of a Platform which shall be mounted on load cells. The
No. of load cells may vary from 4,6 & 8 depending on the size of the platform.
The load cells shall be double ended shear beam type which shall a protection level of
IP-68 which means the load cells shall be totally unaffected by Dust, Water & Hostile
atmosphere.
The outputs of these load cells shall be connected to a junction box, which shall have a
sealing confirming to IP_65. from the junction box the load cell cable shall be connected to
a digitizer.
The Digitizer should be state-of art system, which should be micro-controller based and
works on a SIGMA DELTA converter based analog to digital conversion.
The digitizer shall have a RS232C port for linking to a computer.
The computer should be complete with all the software required to operate the Weigh
Bridge. And a 80 column Dot Matrix Printer shall be connected to computer to give the
printout details as follows:
a) Date
b) Time.
c) Serial No.
d) Vehicle No.
e) Commodity.
f) Party name.
g) Tare Wt.
h) Cross Wt.
i) Net Wt.
The entire record as above shall be also stored in the memory and the summary of the
Weigh Bridge operation may be taken at any time in the following manner.
a) Date-wise
b) Truck-wise
c) Commodity-wise
d) Party-wise
e) All
Any number of operators should be permissible to be assigned to the Weigh Bridge with
their independent user name and pass word. Thus monitoring the operation of the Weigh
Bridge under each operator, separately.

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

available technology in the world today.


2) Load cells are ladder-trimmed to the last Micro-Volt, ensuring high level of
performance and steady calibration.
3) Load cell protected to IP-68, which means, water and dust has no influence on
performance.
4) Load cells field tested and proven for more than two decades.
5) In-Built lightning protection.
6) High-level of security provided and hence totally tamper proof.
7) Installation and support handled y the finest technical crew available.
8) Over 1000 installations.
9) Requires the lowest or no maintenance. Our clients will vouch by this.
SPECIFICATIONS
ITEM : ELECTRONIC WEIGH BRIDGE
CAPACITY : 80 T
PLATFORM SIZE : 18 x 3 METER
ACCURACY : 10 Kg
NO.OF LOADCELLS : 8
LOADCELL : DOUBLE ENDED SHEAR BEAM TYPE
LOADCELL PROTECTION : IP-68
OPERATING VOLTAGE : 230V Single Phase
LOAD CELL SPECIFICATION
a) Type of load cell -- Double ended Shear Beam
c) Load cell sensitivity -- 3mV/V
d) Maximum Load cell out put -- 30m V
e) Load Cell Excitation -- 10V dc
f) Load Cell protection -- IP-68
g) Safe Over Load -- 200%
h) Ultimate Over Load -- 300%
i) Installation Resistance -- Above 1000M ohms at 30v dc+
DIGITIZER SPECIFICATION
a) Model -- DH340A9
b) Range -- 60,000 counts.
c) Excitation out put -- 10v dc to Load Cell.
d) Display -- 5 Digit, 13mm, 7segment LED.
e) Operation Voltage -- 230V, 50HZ,Single Phase, AC.
f) Operation Temperature -- 5 to 55 Deg. C
g) Input -- mV from Load Cell.
h) Outputs.
i) RS232C FOR PC
ii) BCD output for Out Door Display.
i) Programmable features
i) Resolution.
ii) Over-range
iii) Decimal Point.
iv) Zero limit.
v) Calibration.
vi) Time Constant.
vii) Tare.
viii) System re-set.
ix) Security -- Combination of Password & Hardware lock.

209
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

13.0 TECHNICAL SPECIFICATION FOR SILENT DIESEL GENERATOR SET

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.

13.2 Ambient Conditions:


DG sets and auxiliaries shall be capable of operating continuously and delivering the rated
output at ambient conditions prevailing at site. The anticipated maximum and minimum
extremes at site, which is at an elevation of 1290 mts above sea level are as below:

Maximum - Ambient temperature + 50C RH 90%


Minimum - Ambient temperature - 5C RH 90%

13.3 Supply System:


The equipment supplied shall be suitable for operation on a 415V, 3 phase, 4 wire, and 50
Hz systems.
13.4 Standards:
The equipment offered shall conform to the latest revision of relevant standards. Tenders
shall clearly state the standards to which the equipment conforms.

13.5 Engine And Accessories:


13.5.1 Engine:
The engine shall have the following characteristics:

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

13.5.2 Accessories for Engine

The accessories to be provided with the engines shall include the following:

Flywheel to suit flexible coupling.


Flexible coupling with guard.
Air cleaner dry type
Corrosion resistor
Fuel pump
Governor electronic
Fuel filter
Lub oil filter
Heavy duty batteries with leads and battery charger.
Exhaust silencer residential type
Interconnection wiring cabling and piping as required
Cooling system
13.6 Fuel Consumption
The engine shall be suitable for satisfactory operation on HSD as per standards. The
tenderer shall declare the guaranteed fuel consumption in liters per BHP/hr. at 60%, 80%,
100% load under the maximum output after de-rating to ambient conditions.
Such guaranteed fuel consumption is also to be expressed for convenience in subsequent
checking of performance in liters per net kWh output from the alternator at full load and at
0.8 and unity power factor.
If guaranteed fuel consumption is exceeded, the contractor shall make such amendments
or alternators as are necessary to bring the consumption within the guaranteed figures.
Minimum guaranteed fuel consumption on 100% load should be specified.
13.7 Lubricating Oil Consumption
The tenderer shall state the guaranteed lubricating oil consumption in liters per hour.
13.7.1 Governing
The governor shall be of electronic type with governing class A direct.
13.7.2 Mounting
The engine and direct coupled alternator shall be rigidly secured to a common truly rigid
fabricated steel base frame of substantial and proven design. The DG sets shall be installed
on isolated inertia foundation to be provided. Ant vibration mountings shall be provided
between the base frame and the foundation. The tenderer shall confirm the type of
mountings and mounting arrangements provided and state the guaranteed vibration
isolation efficiency in the tender.
Approved vibration isolation shall also be provided between DG sets and all rigid piping
connected to the DG set such that transmission of vibration to the piping system is less than
1%.
13.7.3 Air Filters
The engine air intake shall be fitted with substantial clearable air cleaner of the dry type. The
filter shall be suitable for operation under dusty conditions for periods of not less than 200
hours between cleaning operations.

13.7.4 Crank Case Breather


The crankcase breather outlet of the engine shall be fitted with a filter cap capable of
preventing entry of dust.

13.7.5 Fuel and Lubricating oil Filters


Filter for fuel and lubricating oil systems shall be of dual type to permit removal of one
strainer if necessary whilst the engine is running. Lubricating oil filters shall be of an efficient
full flow type of ample capacity and suitable for use with detergent oils. They shall be
capable of removing all foreign matter above a particle size of 5 microns and shall also
operate for at least 200 hours between cleaning operations.

211
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

13.7.6 Lubricating Oil System


The engine shall be of the totally enclosed type and fitted with a positive pressure system of
lubrication to all working parts. There shall be no moving parts which require lubrication by
hand prior to the starting of the engine or whilst in operation.
13.7.7 Engine Controls
(a) Speed control
Control shall be so arranged that a 12-1/2% increase over normal rated speed shall
cut off fuel supply, thus stopping the engine.

(b) Overload Protection


The engine shall be adequately protected against operating under overload
conditions. The requirements shall be met by the provision of a fixed overload limit
stop on the pump rack control rod to prevent the set being subjected for a load
exceeding the site rating plus 1%.

(c) Excess Starting Time


The starting circuit for the automatic mains failure diesel generator sets shall be
arranged to attempt upto three starting cycles, each not exceeding 1 seconds
duration with a similar OFF period between each cycle. If the set fails to start upon
completion of the third attempt the starting circuit shall be locked out until it is
restored manually. An alarm shall be given and Set failed to start indication given
on the panel.

(d) Low Lubricating Oil Pressure


Pressure switches shall be fitted such that in the event of a fall in the lub oil pressure,
an alarm and indication shall be actuated. In addition, the engine shall be
automatically shut down in the event of lub oil pressure dropping to a predetermined
low value.

(e) High Water Temperature


An alarm shall be given if the water temperature exceeds the safe limits and the
engine shall be shut down when a pre-determined set water temperature is reached.

(f) Fuel Level Operation


In the daily service fuel tank, a float control shall be provided to allow the flow of fuel
from main fuel tank under gravity.

A clearly visible graduated fuel level indication shall be provided in the day as well as
main tank.

(g) Exhaust System


The engine shall provide with an exhaust pipe carried out of the substation building
and fitted with a residential type silencer to reduce the noise level to the minimum.
Height of exhaust shall be as per the requirement of Pollution Control Authorities.

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.

Exhaust piping shall be fitted with a flexible section or an expansion joint.


Inspection chambers at the bends shall be provided for removal of carbon soot.

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:

Type - Drip Proof Screen protected for power generation

Speed - 1500 R.P.M.

Net Site Output - AS per Schedule of quantities.

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

Harmonics Max 1% between phase and neutral and total max 3%

Voltage - 400V 1.0%, 3 phase at 50 Hz

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.

13.12 Radio Interference


All equipment provided under this specification shall be so designed that it will not cause
interference with radio equipment. In the event of the inherent characteristics of the
equipment being such that radio interference is possible, efficient devices to nullify the
same shall be provided. Suppressors shall be as per the relevant standards.

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.

Gauges shall be provided at the following locations:


a) Suction and discharge of pumps
b) Inlet and outlet of heat exchangers
Thermometer shall be either 100mm dia dial or direct reading industrial type of appropriate
range duly calibrated. Thermometer shall be provided on supply and return of heat
exchangers.

13.13.2 Piping Installation


The contractor shall submit detailed working drawings showing the piping route, typical
sections, location and detail of fitting, valves strainers and instruments.

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.

13.15 Performance Testing At Site


After completion of erection at site and a preliminary warm up period and acceptance trial
run of minimum 10 hours duration, 2 hour at 60%, 3 hour at 80% and 4 hours at 100%,
followed by 1hour at 110% shall be conducted at site for each DG set for providing
performance to the stipulated site ratings. The trial shall be conducted in the presence of
the Engineer-in-charge and the test results shall be recorded in an approved format. Test
results shall be recorded at 30-minute intervals. All facilities, labour instruments, material
and consumables including fuel and lubricating oil required for the test shall be provided by
contractor at his cost. Load as required shall be arranged by the Contractor for
Performance Testing of the DG sets.

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.

2. Luboil consumption at 60% 5% of guaranteed performance


80% and 100% load

3. Voltage variation 433 V 1%


4. Voltage regulation 1%

216
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

5. Frequency regulation 50 Hz 0.5%


6. Max water temp 5% of guaranteed performance

7. Max Luboil temp 5% of guaranteed performance

8. Max Luboil pressure 5% of guaranteed performance

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.

14.0 TECHNICAL SPECIFICATION FOR ADDRESSABLE FIRE ALARM SYSTEM


1.0 TECHNICAL DATA
1.1 The Tenderer shall submit comprehensive technical information for all the equipment
and material.
1.2 Technical catalogues and performance Tables/ Curves of all equipment and machines
must be submitted with the offer.
1.3 Information given herein is meant for general information only. In case of discrepancies
between tender specifications and details given hereunder, the decision of
Engineer-in-charge will be final and binding to the Contractor.
2.0 PERFORMANCE GUARANTEE AND TESTING

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

a detailed report on all components of the installation to Engineer-in-charge.


2.7 The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of
initial startup.
2.8 All equipment shall be capable of performing the duties specified in these specifications
without damage, distortion or failure of any component.
2.9 All test instruments shall be calibrated for accuracy prior to taking the performance tests.

3.0 CODES & STANDARDS


3.1 The Fire Alarm system shall comply with latest requirements of CPWD/IS
standards/NFPA/ National Building Codes etc.
3.2 In general the system and all components shall have EN54 / UL 9th Edition
Certification/Approval.

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.

7.0 TRAINING & HANDING - OVER


7.1 A comprehensive training for the operability of the system shall be provided by the
contractor.
7.2 Operator training shall include:
a) Sequence of Operation review

218
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

b) Sign ON - Sign OFF


c) Selection of all displays and reports
d) Commanding of points, keyboard
e) System initialization
f) Trouble shooting of sensors (determining bad sensors)
g) Password modification
7.3 Supervisor training shall include:
a) Password assignment/modification
b) Operator assignment/modification
c) Operator authority assignment/modification
d) Point disable/enable
e) Terminal and data segregation/modification

8.0 SYSTEM DESCRIPTION


8.1 SCOPE OF WORK

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:-

a) Intelligent Addressable Multisensor Smoke Detectors


b) Intelligent Addressable Heat Detectors
c) Repeater panel
d) Addressable Manual Call Points
e) Microprocessor Based analog Addressable Main Fire Alarm Control Panel for
connecting and monitoring the Fire Detectors and other devices.
f) Addressable Hooters activated from the Panel.
g) Providing suitable compatibility in the Main Fire Alarm Control Panel for the
Public Address System, audio Amplifiers, speakers & required wiring.
h) Electrical works, including Cabling, Earthing etc. for the installation.
i) All other works associated with above items as per specifications, drawings
and conditions of contract and obtaining NOC from State Fire Department.

8.2 GENERAL DESCRIPTION OF INTELLIGENT FIRE ALARM SYSTEM

8.2.1 The detectors shall be Addressable Intelligent detectors.

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

8.3 DETAILED DESCRIPTION OF THE SYSTEM COMPONENTS:


BASIS OF DESIGN

An Intelligent Modular/ Expandable Fire Alarm System (IFAS) shall be provided to


effect total control over the life safety services required in the building.
The system shall be provided with Addressable fire alarm initiating, annunciating and
control devices.
The addressable and intelligent system shall be such that smoke sensors, heat
sensors, manual call points, etc., can be identified with point address.
The FAS shall be able to recognize normal and alarm conditions, below normal
sensor values that reveal trouble condition, and above normal values that indicate
either an alarm condition or the need of maintenance.

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.

9.0 FIRE ALARM CONTROL PANEL (FACP)


The Addressable Fire Alarm Control Panel (FACP) shall be networkable type. FACP
shall has its own microprocessor, software and memory. In the event of failure of the
central or communication breakdown between the central station and the FACP, the
FACP shall automatically operate on stand-alone mode without sacrificing any
functions.

The networking should be peer to peer type wherein all information is available on all
the panels

220
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

The panel should be modular microprocessor based in nature 2 loop expandable


analogue addressable type fire alarm control panel. FACP shall supervise detection
circuits and shall generate an alarm in case of abnormal conditions. FACP shall
provide general purpose inputs for monitoring such functions as low battery or AC
power failure. FACPs shall provide tamper protection and commendable outputs,
which can operate relays or logic level devices.
Smoke detectors shall be powered using the FACP-based smoke detection circuits.
FACPs shall provide for resetting smoke detectors, fault-isolation and sensor loop
operation. It shall be possible to mix different fire devices within the same FACP to
optimize field wiring.

It shall be possible for the panel to have a loop length with different modules offering
up to 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

switching and control procedures and plain text displays of customer-specific


data such as location data
q. Programmable software timer for automatic switching of day operation mode to
night operation mode, switching of mode of operation of automatic multi-criteria
fire detectors
r. Individual detector and detector zone switch-off
s. Output of stored messages in plain text on touch screen.
t. Linking of detector information for generating switch commands, e.g. to panels,
as well as activation of monitored LSN control elements
u. one freely programmable key switch with 2 switch positions for code mode, day
operation, switch-off and reset
v. The FACP shall have Drift Compensation facility to compensate for
environment.
w. The display on FACP shall provide indication for AC Power, System Alarm,
System Trouble/Security Alarm, Display Trouble and Signal Silence. This
would mean that in the event of change of any logic, detector / zone sequence
alteration, the operator can initiate these by use of the LCD touch pad &
alpha-numeric keys on the FACP panel to reconfigure the above parameters.

10.0 DETECTORS & ADDRESSABLE DEVICES

General features common to all detectors:


Built-in-response indicator: Each detector shall incorporate indicator LED at the
detector which shall link in normal condition and glow steady on actuation of the
detector to locate the detector which is operated while on fire. The detector shall not be
affected by the failure of the response indicator lamp. The LED should be visible
from a 360 deg view

Maintenance: All detectors shall be fitted either with plug-in system or bayonet type
connections only, from the maintenance and compatibility point of view.
Construction: The components of the detectors must not be damaged by static over
voltage.

Addressable multisensor Smoke Detectors

Smoke detectors shall be addressable devices, and shall connect with two wires to
one of the Fire Alarm Control Panel loops. The detectors shall be ceiling mounted type.
The detectors shall provide electronic address-setting by means of configuration
software.
The area covered by each smoke/heat detector shall be as per EN 54/VDS/UL 9th
Edition guidelines.
Each detector shall have in built fault isolation unit.

Addressable Heat Detectors

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

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.

Addressable Control Module:

Output should electrically isolated from loop


Switching of currents and voltages
owner supply to interface via two-wire line (line supply)
Addressing of interface either automatically or via code switch (allowing unique
assignment of installation location to address)

Addressable Sounder Base for Detectors

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

Operating voltage 15 V DC. . 33 V DC


Current consumption < 5 mA at maximum sound pressure level
Maximum sound pressure level is 100 dB(A) according to EN54-3
different tones programmable from the fire detector control panel
Frequency range of 450 Hz to 2 900 Hz
Various signals for pre-alarm and alarm
Protection category according to min IP 42
Operating temperature range min -25C to +85C
High resistance to electromagnetic effects.

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

Operability adjustment, Stable operation, Final adjustment


The Contractor shall finalize captured FDAS data to be recorded and the manner in
which the data is to be taken.

Instruction
Instruction shall be provided as required for operating the system. Hands-on
demonstrations of the operation of all system components and the entire system
including program changes and functions shall be provided.

The contractor and/or the systems manufacturer's representatives shall provide a type
written "Sequence of Operation."

15.0 IP BASED VIDEO SURVEILLANCE SYSTEM


TECHNICAL SPECIFICATIONS

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.

2.0 SYSTEM DESCRIPTION:

2.1 Video Surveillance System to be provided at stations and other railway


establishment shall consist of fixed IP cameras, P/T/Z IP dome cameras,
single/multi channel encoders, recording servers and PCs to view on LCD monitors
and associated ethernet cable, fiber cable, video cable, power cable, twisted pair
cable etc.

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.

3.0 GENERAL REQUIREMENTS:

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.

4.0 TECHNICAL REQUIREMENTS:

4.1 IP based Video surveillance System for all type of stations should mainly consist of the
following:

a) Indoor dome type IP camera,


b) outdoor P/T/Z IP dome camera,
c) outdoor IR bullet day/night IP camera,
d) Box type IP Camera,
e) 42 LCD monitor for monitoring on large screen
f) Digital keyboard for P/T/Z functionality
g) PC Work Station for viewing, monitoring & system management
h) Server Hardware for Network Video Management & Recording
i) External Storage Device with RAID 6
j) Layer 3 Switch for the control room
k) UPS System
l) Various types of cables
m) Accessories for terminating optic fiber cables
n) Copper to Fiber Media Convertor
o) Network Video Management Software
p) Network Video Recording Software
q) Graphical User Interface Client Software

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.

4.14 All the equipment installed in outdoor conditions shall be housed in IP 66


enclosure and such electronic items shall be able to withstand -30 C to +50 C (with or
without housing) and humidity of 80% RH non-condensing.

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.

5.0 2 MEGAPIXEL Indoor dome day/night IP Camera

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 performance Dynamic range


Dynamic range 76 dB WDR

Video Function
Day/Night Color, Monochrome, Auto
Adjustable picture Contrast, Saturation, Brightness
settings

Shutter Automatic Electronic Shutter (AES);


Fixed (1/12 to 1/15000) selectable;
Default shutter
Backlight compensation On/off
Noise reduction Intelligent Dynamic Noise Reduction with separate
temporal and spatial adjustments
Contrast enhancement On/off
Sharpness Sharpness enhancement level selectable
Intelligent defog Intelligent Defog automatically adjusts parameters
for best picture in foggy or misty scenes
(switchable)
Video Analysis MOTION+

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

3 to 10 mm Automatic Varifocal (AVF), DC Iris F1.3


360, IR corrected
Lens mount Board mounted
Horizontal field of 36 - 117
view
Vertical field of view 20 - 61
Adjustment Motorized zoom/focus (AVF version)
Iris control Automatic iris control

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)

6.0 2 MEGAPIXEL FULL HD 60fps IR NETWORK Bullet CAMERA

DESCRIPTION

A. Multi-Codec (H.264, MJPEG) Steaming


B. PoE (Power over Ethernet) Support (802.3af)
C. PoE Support
D. Audio Support (G.711, G.726 Full Duplex)
E. Pre/Post Alarm Support
F. Auto White Balance
G. Integrated IR LEDs
H. WDR (Wide Dynamic Range)
I. 3-9 mm (x3 Zoom)
J. Built-in IR LED, viewable length of 30 mtrs
K. X3 Compact Zoom
L. Defog function to support clear image in all weather conditions
M. Max frame rate 60fps @ 1920 x 1080
N. Video Analytics - Motion detection, Tampering alarm, Face detection

GENERAL SPECIFICATIONS

A. Image Device 1/3 Type CMOS


B. Lens Type 3-9 mm (x3 Zoom)
C. Focus Auto
D. Day & Night ICR (IR Cut Removable)
E. IR Distance 30m
F. Min. Illumination Color : 0.05 (F1.2)
B/W : 0 lx (IR LED on)
G. Image Enhancement Backlight Compensation, 2D+3D DNR,
Exposure Control, Defog, AGC, White Balance,

228
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

Privacy Masking, EIS, Sharpness, x3 optical


zoom., Smart IR
H. Max Resolution 1920 x 1080
I. Output RJ-45 (Network), BNC (Installation)
J. Frame Rate (Maximum) 60 fps @ 1920 x 1080
K. Compression H.264(High profile supported), MJPEG
L. Multi-Streaming Multi-Streaming
M. Audio Compression G.711, G.726
N. 2-way Audio Support
O. SD Slot micro SD
P. Event Alarm In/out : 1/1
Motion detection : Supprot
Event Notification : Relay Out, Email,
FTP Pre Event Buffering : Support

Q. Video Analaytics Intelligent Motion Detection


Tampering Alarm, Face Detection
R. Integrated Client VMS Suite
S. System Update VMS Suite or Web Client
T. Connections Up to 20
U. Security Password Protection, HTTPS(SSL, TLS)
V. Ethernet RJ45 10/100 Base-T
W. Protocol IPv4/6 - TCP/IP, UDP, HTTP, HTTPS, RTP, RTSP, DHCP,
ICMP, QoS IPv4 - FTP, SMTP, NTP, ARP,
SNMPv1/v2c/v3, DDNS

ELECTRICAL SPECIFICATIONS

A. Power Source PoE


B. Power Consumption 10.6 W

ENVIRONMENTAL SPECIFICATIONS

A. Operation Temperature/Humidity -10C to 50C / 0% RH to 80 % RH

General

O. Ingress Protection IP66,IK10


P. Optical Zoom Min 3 x

7.0 2 MEGAPIXEL Network PTZ Camera 30x zoom with Auto Tracking

DESCRIPTION

The camera is designed for installation in an outdoor video surveillance system.


The camera provides the high quality picture with 6.49mm (1/2.8 Type) CMOS Sensor.
The network camera offers 2M resolution (1920 x 1080).
The camera provides video compression dual codec (H.264 and MJPEC).
The camera supports IP66.
The camera must always be operated by AC24V, PoE (IEEE 802.3at)
The camera provides Auto Tracking function.

229
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

GENERAL SPECIFICATIONS

Image Sensor 1/3 Type CCD/CMOS


Lens x30 Zoom, F1.6-F5.0, f=4.3-129mm
Resolution Up to 1920 x 1080
Min. Illumination Color : 1 Lux (AGC High, Sens-up Off)
B/W : 0.1 Lux (AGC High, Sens-up Off)
Day & Night ICR (Auto / Day / Night) * ICR : IR Cut Reduced
Image Enhancement Backlight compensation, 3D-DNR,
Exposure Control / Sens-up / AGC / White Balance / Privacy
masking/ EIS / sharpness / Auto Digital Zoom
Optical Zoom x30
Panning Range & Speed 0~360, Max. 500/Sec
Tilting Range & Speed 0~180, Max. 500/Sec
Auto Panning 2 8 Points
Preset 256
Group Touring Max. 10 Groups
Pattern 4ea
Video In / Out 1 BNC Out
Audio In / Out 1 In / 1 Out
Alarm In / Out 4 In / 2 Out
SD Slot YES

NETWORK

Video Compression H.264, MJPEG


Frame Rate 30 fps @ 1080p
Multi Streaming Dynamic Profile
Open Protocol ONVIF 2.2 Profile S, PSIA 1.1
Audio Compression G.726,G.711
Two-way Audio Yes
Motion Detection Yes
Event Notification Relay Out / Email / FTP / Go to Preset
Pre Event Buffering 5/5 Seconds
Ethernet RJ-45 10/100 BASE-T
Security Password Protection, HTTPS(SSL, TLS)
Protocol
IPv4/IPv6 : TCP/IP, UDP, HTTP, HTTPS, RTP, RTSP,
DHCP, ICMP
IPv4 : FTP, SMTP, NTP, ARP, SNMP v1/v2c/v3,
DDNS (LG)
Web Viewer Microsoft Internet Explorer above the version
7.0 and below the version 9.0.

ELECTRICAL SPECIFICATIONS

Power Source AC24V, PoE(IEEE 802.3at)


Power Consumption 25W (AC24V, PoE)

ENVIRONMENTAL SPECIFICATIONS

Operating Temperature/Humidity -20 ~ 50 / 0% ~80%RH


Storage Temperature/Humidity -30 ~ 60 / 0% ~90%RH
Ingress Protection Vandal Proof / IP66

230
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

8.0 2 MEGAPIXEL Box Day / Night IP Camera

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

Shutter Automatic Electronic Shutter (AES);


Fixed (1/30 [1/25] to 1/15000) selectable
Default shutter
Backlight compensation Off / On / Intelligent Auto Exposure (BLC)
Noise reduction Intelligent Dynamic Noise Reduction with separate
temporal and spatial adjustments
Contrast enhancement On/off
Video Motion MOTION+ or Intelligent Video Analysis
Analysis
Intelligent defog Intelligent Defog automatically adjusts parameters
for best picture in foggy or misty scenes
(switchable)

Video Motion Analysis MOTION+ or Intelligent Video Analysis

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

9.0 VIDEO MANAGEMENT SOFTWARE

S.No Required Parameters


The VMS shall have the following licensing policies:
1
The VMS shall not have base licenses and standard channel modules. The VMS
1.1
shall be flexible to provide and support licenses for any number of cameras.
The VMS licensing shall allow changing any and all of the cameras at any time
1.2 without extra cost or license key change

The VMS shall not require online licensing process


1.3
The VMS shall support instant device replacement using original IP address
1.4
Recording redundancy and fail over levels supported
2
The VMS shall support software inbuilt modified RAID 0 for fault tolerance -
2.1 continuous recording even after disk failure

2.2 Redundant recording


i. Warm standby recorder: in case of a recorder hardware failure, it is possible to
restore the backed up settings of the failed recorder into the spare recorder
server where the VMS is also installed

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

S.No Required Parameters


The VMS described in this specification is highly scalable Multi Site enterprise level
(IP) based Video Management (VMS) Software. The NVMS shall have at present
capacity to switch, control and record up to 64 cameras per server. One master
3
server shall have the capacity to control 99 slave servers. The system shall be able
to Support Minimum 1000 cameras and shall be expandable to unlimited cameras
in future by adding more slave and master servers.
The proposed solution shall not require proprietary camera, computer, server,
network or storage hardware and shall provide seamless integration of third party
4 security infrastructure, wherever possible. Software shall be On vif and PSIA
compliant with APIs and SDKs available without any additional charge

5 The VMS shall support inbult Video Analytics.


The VMS shall be Windows based supporting native or virtualized Windows Server
2008R2 and Server 2012 and Windows 7 and 8. The VMS shall allow operation with
6
PC Keyboard, Mouse and DirectX compliant CCTV Keyboard(Joystick)

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

9 The VMS software shouldn't require additional Database Server.


10 The VMS shall allow bidirectional audio communication with the cameras
The VMS shall be able to integrate with other systems using video, data or digital
11 I/O

12 The VMS shall not limit the storage size.


The VMS shall support Network Attached Storage (NAS) systems and shall have
13 the ability to directly record in NAS

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

18 Live Display of Cameras


19 Various layout configurations (2X2, 3X3&4X4etc.)
20 Recording of Video and Audio
21 Playback of Video and Audio
22 Should support multicast communication
23 Configurable recording rate per camera
24 Remote Administration, Monitoring & Management of Video
25 Archiving Support
26 Logical camera grouping
27 Quick review of the recorded video

233
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

S.No Required Parameters


28 Support any video resolution like CIF, 2CIF, 4CIF & HD up to 8MP and above
Support for IP Cameras & Encoders (for analog camera interface) The VMS shall
29 also have a hybrid solution where both analog and IP cameras can be directly
connected to the PC recorder without use of encoders
30 Quick search of devices in the viewing application
31 Extended camera viewing on multiple monitors
32 Multi camera sequential tours
33 Digital zooming feature for live video and playback
Facility for exporting the video on a portable media such as pen drive /DVD/portable
34
hard disk etc
35 Alarm pop ups for the associated cameras
36 Virtual camera views
37 PTZ Support
38 Video search on the basis of date, time, event, camera, location & alarm
39 Post recording motion search analysis
40 Image enhancement tools for live and playback
41 Object virtual PTZ following
Ability to Define a Virtual camera that focuses in the part of camera view be it live or
playback. using Virtual Cameras one can view chosen parts of the full recorded
Camera View in a Separate Window. View Specific Area of interest in a virtual
42
camera and choose per virtual camera for zooming, View, Aspect Ratio and
resolution. Virtual cameras may overlap each other. Atleast 8 such Virtual camera
can be made from one single camera view.

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

S.No Required Parameters


The alarms may be triggered by the following events:
a. Motion (or lack of motion) in camera view
b. Change in sound level
c. Text data string
9
d. Digital input signal from an external device
e. Missing camera signal (resulting for example from sabotage)
f. Custom event from 3rd party application.
g. Video Content Analytics (VCA) event from inbuilt.
The alarm management shall support the following automatic responses:
a. Pre- and post-recording of video and audio
b. Opening an alarm camera window or audio window (real-time or playback) on the
workstation screen
c. Displaying the alarm on the alarm list
10 d. Activating a digital output
e. Turning a dome camera to a preset position
f. Starting a dome camera tour
g. Sending an alarm e-mail message
h. The alarm management shall be able to acknowledge alarm automatically or
manually
The alarm management shall support the following alarm viewing features:
a. It should provide the facility to assign the priority level to different alarms.
b. It should allow pass the specifical arms to specified users rather than sending all
alarms to every user.
11
c. Users in same user group should see and be able to manage received alarms
assigned for the same user group. All users should see the alarm status in real time.
d. System should have single alarm stack even though there are multiple recording
servers
Software should allow creation of multiple camera sequences. It should be possible
12
to set the dwell time for the cameras within the sequence.
Software should allow taking the backup of the recorder server configuration and
13
restoring the same if required.
Software should allow easy and user friendly menus for camera configurations. It
14
shall allow changing settings for multiple cameras of the same type simultaneously
Software should provide totally configurable user privileges with independent user
15 rights. The user privileges are saved in profiles which can be assigned for the
required users
Software should support the export of video clips. It should allow the export of
multiple camera videos simultaneously. Export should be possible in ASF, AVI and
16 MKV format. The video clips shall be playable either using the software specific
player or Windows Media Player. The software specific player shall support
authenticity check for the media clips
Software should provide the utility to interface the recorder servers with internet.
17 Internet Gateway server shall allow clients to view live and playback video streams,
control PTZ cameras and control digital I/O devices over the internet
Software shall allow the client applications to interact with multiple recorder servers
18 simultaneously and allow the simultaneous display cameras from different
recorders on the same monitor
The VMS shall support reporting tool with the following features:
a. Alarm reports, for example daily or weekly alarm statistics.
19
b. Audit trail search with filters for time, user, action, device and application.
c. The reporting tool shall be web based for easy access.
The VMS shall support baggage scanner integration using screen capture from the
20
baggage scanner workstation.

235
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

S.No Required Parameters


The VMS shall support at least 20 different Camera manufacturer, ONVIF and PSIA
21
Client Software
The client programs shall include end user client program, system management
1 client program, browser-based client program and mobile client programs, atleast
10 concurrent client license to be provided
2 The end user client program shall support multiple profiles for each user
Client applications shall provide an authentication mechanism, which verifies the
3
validity of the user through the selected system management server
Client shall perform the following applications simultaneously without interfering
with any of the Archive Server operations (Recording, Alarms, etc.)
a. Live display of cameras and audio
b. Live display of camera sequences
c. Playback of video and audio
4
d. Media search tools
e. PTZ control
f. Display and control of Maps
g. Alarm management
h. Digital I/O control
Client applications shall support any form of IP network connectivity including: LAN,
5
WAN, VPN, Internet and Wireless
Client applications shall support IP Multicast (RTP) and Unicast (TCP or RTP) video
6
and audio streaming as required depending on the network capabilities
7 Client application should support multi monitor workstations
Client application should support both dynamic and predefined Video display
8
layouts, for example Fullscreen, Quad ,3x3 ,4x4 ,1+5,1+12 etc.
Client application shall enable playback of audio along with video.The monitor shall
9 enable the user to work with multiple Audio layouts containing collections of audio
clips
Users shall be able to define and store their own layouts, which they will be able to
recall later through a layout list. Each layout shall contain information about the
10
dimensions and positions of all windows along with image filter data and data about
the active profile
Client application shall enable playback of audio mixed from both live and recorded
11 audio sources, allowing the user to control the volume of each source
independently as well as mute them
Client application shall be able to control the playback with play, pause, forward and
12
speed buttons
Client application shall allow operators to save bookmarks with description of the
13
recorded video, audio and text data
Client application shall provide drag and drop facility for selection of the devices to
14
be viewed in the viewing layout
Client application shall support Graphical Site Representation (Maps) functionality,
where digital maps are used to represent the physical location of cameras and other
15 devices throughout facility. Maps should have the capability to add the hyperlinks to
create interlinked maps. It should allow the selection of any camera for display from
the map
Client application shall support digital zoom on a fixed/PTZ cameras live and
16
recorded video streams

236
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

S.No Required Parameters


Client application shall provide management and control over the system using a
standard PC mouse, keyboard or CCTV keyboard. The client application shall
support area zoom and click to center functions for PTZ cameras if supported by the
17
specific camera driver. Area zoom zooms into the rectangle drawn by mouse and
click to center means clicking anywhere on the PTZ camera view centers the
camera to that position
Client application shall be able to control pan-tilt-zoom, iris, focus, presets and
18
dome patterns of the PTZ camera
Software should provide the ability to play multiple video channels in time sync with
19 each other. Software shall support exporting a multichannel clip with video, audio
and text channel data
20 Any user can share layouts and should be visible to all users od same profile
21 Ability to Autocrop

10.0 VIDEO ANALYTICS VCA

Sr.No Required Paramaeters


1 The video analytics (VA) shall be an inbuilt solution from the VMS manufacturer where
the video analytics software is included in the basic VMS installation package. The
VCA should run in the same Recorder as that of the VMS. Separate Hardware
shouldn't be required.
2 The Video Analytics (VA) shall be designed to provide Intelligent Video Analysis for
24/7 surveillance with support for 3rd party devices
3 The VA configurator shall work as an independent windows application
4 The VA configurator shall have easy to use graphical user interface with live alarms
list for easy parameter fine tuning and feedback.
5 The VA shall work as windows service.
6 The VA alarms shall be recorded in the VMS similarly like other alarms, for example
motion detection, audio detection and digital input alarms.
7 The VMS shall store the VA alarm video and image files for export
8 The VA shall support video from any camera supported by the VMS.
9 The VA shall support cameras using any of the video compression formats
H.264/MPEG4/MJPEG.
10 The VMS shall support scheduling so that that VA alarms can be enabled or disabled
for a certain period of time
11 Calibration
The video analytics shall have an easy to use 3D calibration tool where 3D calibration
objects are matched to the actual camera viewing scene. The calibration parameters
include camera height, camera viewing angle and camera tilt angle.
12 Object tracking
a. Tracks up to 100 targets simultaneously.
b. Tracks objects when they stop or move very slowly
c. Continues to track objects which pass each other, ensuring that the trail is
continuous and unbroken
d. Continues tracking when objects are partially or completely obscured temporarily
e. Adjusts to image degradation caused by rain, fog, dirty camera lens and low sun
position causing dazzle
f. Ignores changes in light due to clouds and switching on artificial lights or camera
auto-iris operation
g. Ignores repetitive movement waving trees, rippling water

237
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

h. Ignores cloud shadows passing across the ground


i. Ignores video interference and missing video frames
13 Detection zones
Up to 40 detection zones that are polygonal with a variable number of vertices so that
any shape can be supported. Detection zone can also be a line, which can have one
or many segments
14 Presence
The Presence filter detects when an object, person or vehicle is inside or crossing a
zone or a line.
15 Camera tampering
Detects moving, defocusing or covering of the camera
16 Enter and Exit Detection
An object entered alarm is raised when an object crosses from the outside to the
inside of a detection zone. Conversely, an object exited alarm is raised when an
object crosses from the inside to the outside of a detection zone.
17 Stopping Detection
Objects that are stopped inside a zone for longer than the defined amount of time will
trigger the rule and raise an alarm.
18 Dwell detection
Objects that dwell inside a zone for longer than the pre-defined amount of time will
trigger the rule and raise an alarm.
19 Directional Detection
Objects that travel in the configured direction (within the limits of the acceptance
angle) through a zone or over a line trigger the rule and raise an alarm.
20 Tailgating Detection
Object tailgating is defined as two objects crossing a virtual line or zone within in a
pre-defined time frame. For example, a second unauthorized vehicle enters a parking
lot close to a first vehicle that has access permission, or two people enter a security
zone with a single access card.
21 Object Classification
VCA can perform object classification once the camera has been calibrated. Object
classification is based on properties extracted from the object including object area
and speed.
22 Objects Counting
Up to 40 counters linked to the detection rules, provide counting of all detection
objects.
23 Camera shake cancellation object tracker works even if the camera is on a swaying
pole

11.0 SERVER AND STORAGE

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

16 X 240 pin DDR3 DIMM sockets


Current memory of 32 GB DDR3 1600
Can scale upto 512 GB DDR3 ECC Registered

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

Windows Storage Server 2012 R2


Unlimited Number of users
Unlimited SMB connections
Iscsi target server
Updated DFS replication
Updated Failover Clustering
Updated Hyper V
Updated storage spaces
Updated Storage Management API
Microsoft SQL 2012
Powerful selfservice BI tools ; Built in Master Data Management
High scale Complex Event processing ; Application and
Multiserver Management Live Migration in Hyper V

16. 0 PUBLIC ADDRESS SYSTEM (TECHNICAL SPECIFICATIONS)

1.0 GENERAL REQUIREMENT


1.1 The design, supply, delivery, installation, testing, commissioning and maintenance of the
Public Address System shall include, but not limited to the following:

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

b Termination of all cables to speakers, power amplifiers, etc.;


c Equipment rack complete with forced air ventilation fan(s), mounting brackets blank
panels, terminal boards, etc.;
d Main equipment and all associated auxiliary equipment;
e Distribution cabling, including fire rated cables, where applicable, cable ladders,
racks and cable supporting systems (cable trunking and concealed metal conduits);
and
f All other works and materials necessary for the efficient operation of the whole
audio system c/w power supply requirements and surge arrestors and filters.
1.2 The primary objective of the system is to provide clear announcements during
public addressing and one-way voice communication during an emergency; the
secondary function shall be to provide background music where required.
1.3 The system shall be capable of fulfilling the following requirements:
a) Clear, un-distorted announcements to selected areas during public addressing;
b) Clear, un-distorted paging to all zones; either individually or collectively.
Selection of groups of zones shall be programmable from time to time; and
c) Background music to selected areas when the other functions are not selected.
1.4 The zones shall further be grouped according to function so that it shall be possible
to make an announcement by depressing just one switch on the call station/PC call
station.
1.5 To allow flexibility in the system, it shall be designed to cater for input switching.
Switching of the zones shall be done on the input side, with each zone having its
own amplifier.
1.6 When the zones are selected for public addressing, a chime shall first be heard,
followed by the announcement. The system shall have a range of tones such that it
shall be possible to programme different tones for different call stations.
1.7 It shall be possible for the system to function with different call stations in operation
simultaneously, provided there is no conflict in the zones being called by the call
stations. A minimum of simultaneous 28 audio channels shall be allowed for routing
of audio to the power amplifier.
1.8 The central network controller shall have a system of priorities such that, should a
conflict situation arise, the station or user key with the top priority will override the
others. This sequence of priorities shall be determined and programmed during
the commissioning stage; it shall be possible to change the sequence by on-site
as well as off-site re-programming, as and when the need arises.
1.9 The system shall comply with country Public Address Evacuation Code of practice
or IEC 60849 for the one-way emergency voice communication system in all
aspects.
1.10 All control and switching equipment shall be centralised and decentralized as
specified and located in equipment racks which will be placed in the Terminal
building. No other equipment except the cable patch panel shall be located outside
the equipment rack.
1.11 All equipment supplied shall be from the same manufacturer. Equipment supplied
shall strictly be Standard Products from Public Address Product Manufacturer. No
tailor-made product shall be acceptable. The tenderer shall submit catalogues of all
equipment offered and upon delivery; certificate of country of origin, Certificate of
Conformity and Certificate of Evacuation for the proposed PA Equipment shall be
submitted.
1.12 All equipments offered shall comply to safety standard IEC 65, CE, FCC and
EN60849 and other equivalent safety standard. Equipment offered without safety
protection shall be subjected to rejection.

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

stored in such a manner-as to be in a new condition when installed and to avoid


damage from weather and site conditions. Damaged, deformed and cracked
equipment or materials shall be rejected. Replacement shall be the responsibility of
the Contractor at no additional cost to the end user.
2.2 Materials and equipment to be incorporated into the works (as called for in this
specification) are required to meet the quality / testing standards of designated
institutes, societies and standards associations. However, equivalent materials
and equipment items meeting other authoritative standards which ensure an
equal or higher quality than the standards mentioned may also be accepted if the
Engineer in-charge gives his approval.
2.3 Should the contractor propose to furnish materials and equipment other than those
specified as permitted by the or approval equivalent clause, he shall submit a
written request for any such substitution. Such requests shall be accompanied by
complete descriptive (manufacturers, Certifications, brand name, catalog number,
etc) and technical data for all items, samples of both the specified and the proposed
substitute items.
2.4 Acceptance or rejection of the proposed substitutions shall be subjected to the
approval of the Engineer in-charge.
2.5 The expenses incurred by any such exercise shall be borne in full by the Contractor.

3.0 SYSTEM REQUIREMENT


3.1 For general office and public areas, the system shall be capable of delivering a
sound pressure level of 85 dB at the listening level.
3.2 The listening level shall be taken to be 1.5 m above floor level.
3.3 The reinforced sound shall be distributed evenly throughout the listening area; the
total variation in each area shall not exceed 4 dB.
3.4 Paging announcements shall be possible from any of the microphone call stations,
or from the microphone paging station to any zones within the network systems.
3.5 Each call station shall have LEDs, to monitor the status of the system that signal an
announcement may be made or the selected zone is engaged (that is, with another
announcement) , to indicate the status of the call station and to monitor the power
to the call station.
3.6 The microphone paging station shall have the flexibility of selecting any number of
user keys (selection buttons) at any one time. It shall be able to program each user
key for any function.
3.7 The central network controller shall be a web-based controller. It shall be using web
technology for the user interfaces and system interaction. It shall have a means of
monitoring, to continuously monitor the system from the microphone of the call
station onwards; any faults shall be displayed on the screen of the Alpha-Numeric
Display as well as the Central Monitoring, Configuration and Diagnostic PC.
3.8 It shall be able to deliver high quality signals to the loudspeakers; all individual audio
equipment shall have its own Digital Signal Processing modules.
3.9 High quality signals shall be maintained at the output of the power amplifiers ( DSP
based amplifiers) to compensate for losses in the audio distribution lines.
3.10 Each power amplifier (DSP based amplifier) shall have a built-in self-restoring
protection circuit to guard against hazards of operation such as mis-loading at its
input, short-circuiting of its output and connection mistakes.
3.11 The power amplifiers (DSP based amplifier) shall also have built-in line
transformers for 100V loudspeaker matching, DC input of emergency operation,
headphone monitor output, adjustable input sensitivity, and shall conform to the
safety standard of IEC 65489. It shall have amplifier monitoring and
auto-changeover over circuits & automatic volume control features built-in.
3.12 The power amplifiers shall have control inputs and audio inputs for interfacing for
fire alarm signals. This control inputs shall be supervised, freely programmable for
any system actions and with priorities setting. Each power amplifier shall have

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.

4.0 SYSTEM SPECIFICATIONS


4.1 The Public Address System shall be network based and in digital domain and shall
be flexible and easy to operate. Specific functions shall be easily programmed and
changed by non-technical personnel through User-Friendly Configuration software.
4.2 The main equipment shall be housed in standard 19 inch equipment racks.
4.3 Cabling between amplifiers and the central network controller shall merely
comprise a two-core copper cable, while standard loudspeaker cables shall be
used between the power amplifiers and the loudspeakers.
4.4 Cabling within the main equipment shall be via copper cable with purpose built
connectors located at the back of each equipment.
4.5 The system shall be designed to handle minimum of 40 different commands
simultaneously; as such, there shall be a system of priorities to cope with conflict
situations.
4.6 It shall be possible to program different priorities on different user keys of the
microphone call station; it shall also be possible to allow different zones to be paged
from different call stations simultaneously provided there is no conflict situation.
4.7 The system shall be flexible in design that allows adding and removing of
equipment anywhere in the network without affecting the performance of other units
to meet the complete tender requirements.
4.8 A paging call station shall comprise a table stand fitted with a high performance
electric condenser microphone mounted on a flexible stem for easy adjustability. It
shall include three LED's, for monitoring and 'engaged' and 'ready-to-talk'
indication, and cascaded keypads with 8 button user-keys each.
4.9 Each call station shall have a built-in amplifier for line level output, plus a
compressor / limiter in order to maintain signal strength regardless of changes in

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.

5.0 EQUIPMENT SPECIFICATIONS


The system shall be a digital network based system configured from a central PC
through web browser. The system shall include a central network controller, power
amplifiers, paging call stations, interfacing equipments, music sources and
loudspeakers.
The PA system provides digital audio signal processing and transmission of audio
signals via a simple network system. The audio transmission in the system is in digital
form except for the 100V line from the power amplifiers to the loudspeakers.
The PA system is comprised of the following basic elements:

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

5.1 Network controller


5.1.1 The control unit is the heart of the public address system. The unit shall be capable of
routing minimum 40 audio channels, delivering power to the system, fault reporting
and controlling of the system. This unit can work either in stand-alone mode or with
a PC connected to it.
5.1.2 The network controller shall have a redundant network wiring capability. Status/fault
enquiries shall be made via the front panel display and rotary control of the network
controller.
5.1.3 The status of the digital audio storage and the messages shall be monitored. The
audio messages (stored as wav files) can be downloaded from a computer via the
Ethernet link. The call stations, power amplifiers should be connected using plastic
optical fibers.
5.1.4 The network controller shall monitor the status of all equipment in the system and
report any status change as well as the microphone capsule of a call station
microphone and report any fault.
5.1.5 The controller shall have the LCD display in its front panel.
5.1.6 The network control unit shall have extensive audio processing possibilities for audio
inputs and audio outputs. Parametric equalization, limiter, and gain can be adjusted
with the configuration software. Programmable delay of up to 1.5 sec per channel.

5.2 Power Amplifiers:


The main function of the power amplifier is the amplification of audio signals for the
loudspeakers. It shall be possible to select the output voltage from the standard
range by changing jumpers. The power amplifiers are provided with a 2 x
16-character display for fault monitoring and status display.

The equipment can be used as tabletop or 19" rack mounting.

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.

5.4 Paging Call Station

5.4.1 Call Station Remote


Connects to call station interface
Up to 1 km from digital public address optical network
Uses standard keypads for extension
Built-in limiter
Powered via CAT-5 and/or local power supply
Complete supervision

Electrical

External power supply : 18 to 56 VDC


Power consumption : 2.9 W at 48 V without keypads

Microphone

Nominal acoustic input level 75 to 90 dB SPL


S/N : >60 dB at 85 dB SPL
Frequency response : 340 Hz to 14 kHz (-3 dB)
Loudspeaker

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

5.4.2 Call Station Interface

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

External power supply 18 to 56 VDC


Power consumption 3.7W
Control Inputs 2x
Operation Closing contact (with supervision)

5.4.3 Call station keypad

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.

5.4.4 Numeric Keypad

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.

6.0 PC Call Station

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

Sensitivity 2.5 mV/Pa


Maximum input sound level 110 dB SPL
Distortion < 0.6% (maximum input)
Equivalent input noise level 28dBA SPL
Frequency response 100 Hz 16 kHz

246
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

7.0 PC Call Server

The PC Call Server is a Windows service connected to one or more PA network


controllers via TCP/IP, using the open interface. It is used in combination with one or
more client applications, such as the PC Call Station Client. Via the PC Call Server
Configuration Client the connections of the connected network controllers can be
monitored and set up. In case of multiple network controllers audio connections
between network controllers can be configured to enable calls from one PA network to
other PA networks.

8.0 Background Music Player

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.

Frequency response (Tuner) 30 Hz to 15 KHz


Distortion <1%
S/N ratio >63dB
Output level 200mV
Frequency response (CD) 20 Hz to 20 KHz
Distortion <0.1%
S/N ratio >85dB
Output level 200mV
Combined outputs 200mV

9.0 Loudspeakers

9.1 Cabinet Speakers of 6W

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

Safety standard According to EN60065

9.2 Recessed Ceiling Speaker of 6W

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

9.3 Wall mount Cabinet Speaker of 20W

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

Salt mist IEC60068 2-11

9.4 Horn Speaker of 20W

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 /

9.5 Network cables

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 POWER SUPPLY

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.

9.7 EMERGENCY OVERRIDE UNIT

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 SYSTEM TESTING

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.

17.0 Technical Specification for Telephone Connectivity System

Specifications to be followed for execution of work

1. As specified in ANSI specifications/IS codes/International Codes/best trade practices.

AS1365 Standards for steel manufacturing


AS 1397 A steel sheet & steel hot-dipped zinc coated or aluminium zinc coated.
AS3566 Self drilling screws for building and construction Industry.

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:

Part No. Description Year of issue


I Internal 2013
II External 1994
III DOT specification with upto date amendments

Telecommunication work shall be carried out in accordance with following


Specifications with amendment up to date

ANSI/TIA/EIA 568-B Commercial Building Telecommunications Cabling


Standard March 2001

ANSI/EIA/TIA-569-A Commercial Building Standard for Telecommunications


Pathways and Spaces - February, 1998

ANSI/EIA/TIA-606 Administration Standard for the Telecommunications


Infrastructure of Commercial Buildings - February, 1993

ANSI/TIA/EIA-607 Commercial Building Grounding and Bonding


Requirements for Telecommunications - August, 1994

ANSI/TIA-568-C.2 for Category 6 channel (Mandatory).

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.

(3) Only materials of approved brand/make/manufacturers as mentioned above or as


specified else where in these specifications/bill of quantities shall be used in the
work. Samples of these makes/brands/manufacturers for each material shall be
submitted by the contractor to the Engineer-in-Charge for the approval well before
the requirement of actual procurement and only the material as per sample
approved by Engineer-in-charge shall be procured for use in the work.

(4) Any variation from the above mentioned makes/brands will require specific
approval of the Engineer-in-Charge.

ORDER OF PRECEDENCE

If any discrepancy is noticed between these special conditions of Contract,


specifications, Schedule of Quantities and drawings, the most stringent of the
above shall apply.

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

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 system As installed.

SHOP DRAWINGS

The contractor shall prepare and furnish Shop Drawings in quadruplicate at no


extra cost for approval by the Engineer In-charge before commencing installation,
manufacture of the equipment & all other works. Such shop drawings shall be
based on the Consultants / Architects drawings and requirements laid down in the
specifications. The manufacturing of equipment shall be commenced only after
the shop drawings are approved in writing by the Engineer In charge. Such
drawings shall be co-ordinated with all disciplines of work.

FEES PERMITS & TESTS

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.

CODES SPECIFICATIONS, EQUIPMENTS

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.

SPECIAL SPECIFICATIONS (NOT COVERED BY ANY STANDARD


SPECIFICATIONS)

Specification for: Supply, Installation, Testing and Commissioning of


telephone connectivity (S/I/T/C).

PART (A)

SCOPE OF WORK

Supply, installation, wiring, testing & commissioning of Digital EPABX system


including telephone connectivity at various buildings and blocks. The system shall
be comprising of auto attendant, DISA/DOSA, call billing facility. The system shall
be expandable upto 150 Lines.

1. Brief Description of work

The work includes supply, installation, testing & commissioning of telephone


exchange along with laying, testing and termination of all outdoor PIJF cables
including with all associated work like trenching, refilling of trench and their
restoration etc. The work also includes testing & termination of both end of indoor
cables on telephone jacks & on MDF & IDF.

GENERAL

The specifications cover requirements of TDM / PCM based telephone digital


communication system suitable for catering the needs of Commercial /
Government Office communication requirement. It is essential that the system
shall be based on voice technology suitable for working with digital key telephones
as well as analog telephones with modular design based. It should also support
traditional TDM connection without any need of media gateways. All the slots
available for insertion of various trunk / subscriber line card should be universal i.e.
it should be possible to increase or decrease trunk lines or subscriber line capacity
of the system as per requirement.

EPABX SYSTEM SPECIFICATIONS

1. The EPABX system shall be Administrative over ISDN/ADSL/USB/V24 and


configured for as per BOQ Analog Extensions/Digital Extension & as per BOQ
Trunk Lines expandable up to 150 lines.

253
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

1.1 System Architecture

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 operating system of EPABX should reliable or proprietary make and be


protected against loss / alteration of Memory due to power failure / unauthorized
command or due to any other faulty condition.

1.4 Caller Line Identification (CLI) on Analog Extensions.

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 offered system shall have minimum 3 party conferencing.

1.6 Music on Hold

The system shall support in built Music on hold. It shall also be able to interface
with an external music device.

1.7 Message Wait Indication (Voice Mail cum Auto Attendant)

The system should have inbuilt auto attendant with announcement.

1.8 Diagnostic & Enhanced Maintenance Facility

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.

Analog Telephone Sets (Higher Level)

The analog telephone sets should have minimum below mention requirement;

254
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

1 Normal basic push button type corded telephone sets


2 16 digit LCD Display
3 DTMF keypad
4 Real Time Clock with Year
5 Hands free speaker
6 Date and Month display
7 Feature keys, last number redial key, mute, Volume (+) and (-)
8 Redial Memory

Analog Telephone Sets (Basic Level)

The analog telephone sets should have minimum below mention requirement;

1 Normal basic push button type corded telephone sets


2 Feature keys : Redial, Mute, Volume (+) and (-)
3 Caller ID facility

Main Distribution Frame

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.

19 42 U Floor Mount Rack 800(W) x 2000(H) x 1000(D)

The rack should minimum have below requirement, but no be limited to the following
specs;

1. Front Glass and Rear perforated doors, 78% perforation, PU Gasket.


2. Side Panel , 1.5mm with PU Gasket
3. Full Height 19" Angle
4. Top and bottom cover
Power Distribution Unit: 1 No. with locking arrangement to avoid loose
5.
contact. (5 sockets 6/16 Amp with 1 No. MCB & 01 No. Indicator)
6. Fan Tray with 4 Fan with finger guard
7. Heavy duty castors 750 KG load bearing capacity with levelling feet.
8. Earthing Kit
9. Vertical cable mangers on both sides
10. Horizontal cable managers
11. Rack should be certified according to ISO 9001/14001/18001

Armoured PIJF Telephone Cable

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.

HDPE Duct (40/33 mm dia and 50/42mm dia)

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

Cat-6 UTP Data Cable

The cables should minimum have below requirement, but no be limited to the following
specs;

Unshielded Twisted Pair, Category 6,


1 Type TIA / EIA 568-C.2 & ISO/IEC 11801
2 Conductors 23 AWG solid bare copper
3 Insulation Polyethylene
4 Pair Separator Cross-member (+) fluted Spline.
5 Approvals UL/ ETL verified to TIA / EIA Cat 6
Frequency tested up Minimum 250 MHz
6
to
7 Cable Outer Diameter 0.23 inch +/- 5%
8 Delay Skew 45ns MAX.
9 Bend Radius 4 * Cable Diameter
10 Impedance 100 Ohms + / - 15 ohms, 1 to 600 MHz
11 UL/NEC Ratings CMR Rated
12 Mutual Capacitance 5.6 NF MAX /100 Mtr.
Conductor 66.58 Ohms Max / KM
13
Resistance
14 Propagation Delay 536 ns/100 Mtrs. MAX @ 250 Mhz
15 Fire Rating IEC 60332-1

CAT-6 UTP Jack

PCB based, Category 6, TIA /EIA 568-C.2 and ISO/IEC


1 Type 11801
2 Modular Jack 750 mating cycles
3 Wire terminal 200 termination cycles
Integrated bend-limiting strain-relief unit for cable entry

Without dust cover


4 Accessories
Support cable pair termination process on the jacks at
90 degree angle.
Bidder should have a mechanism to maintain the
quality of the termination irrespective of the skill level of
the termination staff.

5 Housing Polyphenylene oxide, 94V-0 rated.


6 110 Blocks polycarbonate, 94V-0 rated
7 Approvals (a) UL Listed / CSA Approved
(b) ETL verified to TIA / EIA Cat 6
ROHS ROHS/ELV Complaint
8
Compliance

256
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

MAINTENANCE FREE EARTHING AND BONDING SYSTEM

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

IS 3043 : Code of practice for earthing


ANSI/UL 467 : Grounding & bonding equipment
IEEE 80 : IEEE guide for Safety in AC sub-station grounding
IEEE 837 : Standard for qualifying permanent connections used in sub-station
grounding
IEC 62305 : Protection against lightning

3. Importance of Earthing

The installation and maintenance of an effective low resistance earthing system is


essential due to the following

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.

4. Characteristics of good Earthing system

Excellent electrical conductivity

- Low resistance and electrical impedance.


- Conductors of sufficient dimensions capable of withstanding high fault currents with
no evidence of fusing or mechanical deterioration.
- Lower earth resistance ensures that energy is dissipated into the ground in the safest
possible manner.
- Lower the earth circuit impedance, the more likely that high frequency lightning
impulses will flow through the ground electrode path, in preference to any other path.

High corrosion resistance


The choice of the material for grounding conductors, electrodes and connections is
vital as most of the grounding system will be buried in the earth mass for many years.
Copper is by far the most common material used. In addition to its inherent high
conductivity, copper is usually cathodic with respect to other metals in association with
grounding sites, which means that it is less likely to corrode in most environments.

Mechanically robust and reliable.

257
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

5. Location for Earth

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.

6. Acceptable Earth Resistance value

The acceptable Earth Resistance at earth bus bar shall not be more than 1 ohm.

7. Components of Earthing & Bonding system

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.

8. Design of Earthing & Bonding system

8.1 Earth Electrode

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.

8.2 Earth Enhancement material

Earth enhancement material is a superior conductive material that improves earthing


effectiveness, especially in areas of poor conductivity (rocky ground, areas of moisture
variation, sandy soils etc.). It improves conductivity of the earth electrode and ground
contact area. It shall have following characteristics-

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.

8.3 Backfill material

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.

8.4 Earth Pit

8.4.1 Construction of unit earth pit: Refer typical installation drawing


no.SDO/RDSO/E&B/001.
A hole of 100mm to 125mm dia shall be augured /dug to a depth of about 2.8 meters.
The earth electrode shall be placed into this hole.
It will be penetrated into the soil by gently driving on the top of the rod. Here natural
soil is assumed to be available at the bottom of the electrode so that min. 150 mm of
the electrode shall be inserted in the natural soil.
Earth enhancement material (minimum approx. 30-35 kg) shall be filled into the
augured/dug hole in slurry form and allowed to set. After the material gets set, the
diameter of the composite structure (earth electrode + earth enhancement material)
shall be of minimum 100mm dia covering entire length of the hole.
Remaining portion of the hole shall be covered by backfill soil, which is taken out
during auguring /digging.
A copper strip of 150mmX25mmX6mm shall be exothermically welded to main earth
electrode for taking the connection to the main equi-potential earth busbar in the
equipment room and to other earth pits, if any.
Exothermic weld material shall be UL listed and tested as per provisions of IEEE 837
by NABL/ ILAC member labs.
The main earth pit shall be located as near to the main equi-potential earth busbar in
the equipment room as possible.

8.4.2 Construction of loop Earth by providing multiple earth pits

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

using exothermic welding technique.


The interconnecting tape shall be buried at depth not less than 500mm below the
ground level. This interconnecting tape shall also be covered with earth enhancing
compound.

8.4.3 Measurement of Earth resistance


The earth resistance shall be measured at the Main Equi-potential Earth Busbar
(MEEB) with all the earth pits interconnected using Fall of Potential method as per para
37 of IS: 3043.

8.4.4 Inspection Chamber


A 300X300X300 mm (inside dimension) concrete box with smooth cement plaster
finish shall be provided on the top of the pit. A concrete lid, painted black, approx. 50
mm. thick with pulling hooks, shall be provided to cover the earth pit.
Care shall be taken regarding level of the floor surrounding the earth so that the
connector is not too deep in the masonry or projecting out of it.
On backside of the cover, date of the testing and average resistance value shall be
written with yellow paint on black background.

8.5 Equipotential Earth Busbar and its connection to equipments & Surge protection
devices in the Equipment room:

8.5.1 Equipotential earth bus bars

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.

8.5.2 Bonding Connections

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.

Materials and dimensions of bonding components for connection of individual


equipments with equipotential bus bar and earth electrode shall be as given below.

261
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

9. Drawing of earthing & bonding system

The complete layout with dimensions of the earthing & bonding system shall be
submitted by the supplier after commissioning.

10. Maintenance of earthing & bonding system

The maintenance schedule should cover verification of earthing system conductors


and components, verification of electrical continuity, measurement of earth resistance,
re-fastening of components and conductors etc.

LIST OF APPROVED MAKES

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.

LIST OF APPROVED MAKES OF MATERIALS

S. N. Description of Items Make


FOR EXTERNAL ELECTRIFICATION
A
WORK
1 HRC SWITCHES AND FUSES L&T/ SIEMENS/ SCHNEIDER / GE
L&T- U-POWER-URN2.5GC/ SIEMENS-
2 AIR CIRCUIT BREAKERS 3WL - 45B+E+Z+C+D+M/ MERLIN
GERIN-NW RANGE-6A+C
L&T-DSINE RANGE/MERLIN GERIN-NS
3 MOULDED CASE CIRCUIT BREAKER
RANGE/SIEMENS - VL
CPRI approved vendor for 50 kA rupturing
capacity, AARVEE
LT PANELS & LT BOARDS, BUS ELECTRICALS/MADHU
4 DUCT, FEEDER, PILLARS & OTHER ELECTRIC/UNIQUE POWER
PANELS CONTROL/ADVANCE
PANELS(DELHI)/MOHINIELECTRICALS/
SUGAL/NEC/RISHA
COPPER CONDUCTOR 660/1100
WORLDCAB/ PR
VOLT GRADE FRLS/PVC WIRES ISI,
5 KABELS/SKYTONE/LAPP KABELS
FOR FDA, CCTV, PA AND OTHER
/GEMSCAB/POLYCAB/BONTON
CONTROL CABLES
VENUS/ RICO/CTM
6 CABLE TRAY
Engineering/AKG/AARVEE
PUSH BUTTON,INDICATING LIGHT L&T/ SIEMENS/ SHENIEDER/ RASS
7
SELECTOR SWITCHES CONTROL/ BCH/ VAISHNO
8 RELAYS L&T/ ALSTOM / CSPC/ SIEMENS
CAPACITORS ( MPPH or equivalent )
9 L&T/ EPCOS/ NEPTUNE
& APFC RELAY
L&T/ SCHNEIDER/MERLIN
10 CONTACTORS GERIN(TELEMECANIQUE) / SIEMENS /
ABB
MOTOR PROTECTION CIRCUIT L&T/ SCHNEIDER/MERLIN
11
BREAKER GERIN(TELEMECANIQUE)/ ABB

262
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

S. N. Description of Items Make


12 THIMBLES / LUGS DOWELLS/ ASIATIC/ ACTION
PVC CONDUIT & ACCESSORIES- ISI
13 POLYPACK/AKG/ PRECISION/ATUL
MARKED
JINDAL-HISSAR/ SURYA PRAKASH/
14 MS & GI PIPE
AKG
SIEMENS/ABB/ SCHNEIDER
15 HT PANEL /CROMPTON/SUGAL/NEC/ADVANCE/
RISHA
16 TRANSFORMER CROMPTON/ RAYCHEM /ABB /ALSTOM
CUMMINS,KIRLOSKAR,ASHOK LEY
17 DG ENGINE
LAND, CROMPTON GREAVES

18 ALTERNATOR STAMFORD, AVK, LEROY SOMER, CG


19 FIRE DETECTION & ALARM SYSTEM COOPER/ BOSCH/ EDWARD/ NOTIFIER
20 MAIN FIRE PANEL COOPER/ BOSCH/ NOTIFIER
21 PA SYSTEM ATEIS/BOSCH/JBL/BRAHLER
VICON/ AMERICAN-DYNAMICS/
22 CCTV SYSTEM HONEYWELL/ BOSCH / SONY

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

S. N. Description of Items Make


prior approval
PHILIPS / GE / BAJAJ / CROMPTON /
40 Obstruction LIGHT for high mast
SURYA
FOR INTERNAL ELECTRIFICATION
B
WORK
1 STEEL CONDUIT (ISI MARKED) BEC / AKG / ATUL
PVC INSULATED CU. CONDUCTOR SKYTONE / FINOLEX / GRANDLAY / KEI/
2 1100 V HOUSE WIRING CABLE (ISI WORLDCAB/
MARKED) GEMSCAB/HAVELLS/EKTA/SPEER
MODULAR TYPE SWITCHES AND
MK / LEGRAND / CRABTREE / WIPRO
3 SOCKET OUTLETS - 6/16 A, FAN
(NORTH WEST)
REGULATORS
SCHNEIDER (MG) / LEGRAND / HAGER
SINGLE PHASE/THREE PHASE
4 / BCH / WIPRO (NORTH WEST) /
INDUSTRIAL TYPE SOCKET OUTLET
HAVELLS
CPRI approved vendor for 50 kA rupturing
capacity , AARVEE
ELECTRICALS/MADHU
5 M.V. CUBICLE BOARDS ELECTRIC/UNIQUE POWER
CONTROL/ADVANCE
PANELS(DELHI)/MOHINIELECTRICALS/
SUGAL/NEC/RISHA
LEGRAND / INDO ASIAN / ADHUNIK /
6 MCB DB (PREWIRED TYPE)
SIEMENS / HAVELLS
HAGER / SCHNEIDER (MG) / LEGRAND
MINIATURE CIRCUIT CREAKER
7 (LEXIC) / SIEMENS / STANDARD / L&T /
(MCB)
HAVELLS / INDO ASIAN
SIEMENS (VL) / ABB (ISOMAX) /
MOULDED CASE CIRCUIT BREAKER
8 SCHNEIDER (COMPACT NS) / L&T
(MCCB)
(D-SINE)
9 AMMETERS, VOLTMETERS, CT's CONZERVE / AE / TRINITY / L&T / MECO
COMET / COMEX / LOTUS / SIEMENS /
10 CABLE GLAND
HMI
PVC INSULATED PVC SHEATHED SKYTONE / FINOLEX / GRANDLAY /
11 AL. CONDUCTOR 1.1 KV GRADE HAVELLS / WORLDCAB / RRKABEL /
ARMOURED CABLE & WIRE KEI/POLYCAB
PHILIPS / GE / BAJAJ / CROMPTON /
12 LED LIGHT FIXTURES
SURYA/DECON/WIPRO
13 LED LAMPS CREE, NICHIA, LUMILED, SOEUL
14 MS CONDUIT ACSSORIES SHARMA / RAMA / MK
PHENOLAMIC LAMINATED SHEET
15 HYLAM / FORMICA / GREEN LAM
(WHITE) ISI
16 Split AC Hitachi, O-General, Daikin
17 Hand drier Euronics , Orchids

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

Make of Material For Telephone Connectivity:

S. N. Description of Items Make


1 EPABX System Avaya/Alcatel/ CISCO/Siemens
(Unify)/ Panasonic/Tadiran /
2 PC Based Operator console system Epygi/NORTEL

3 Analog Telephone set Avaya/Alcatel/Beetel/


(Basic/High Level) Panasonic/SIEMENS
4 1000 pair Krone MDF with accessories
5 200 pair Krone IDF with accessories
Krone Type or Similar
6 20 pair Krone IDF with accessories
7 5 pair Krone IDF with accessories
8 42U Rack along with all associated
accessories APW/HIVE/HCL

9 Armoured polythelene jelly field


telephone cable
Finolex
a) 5 Pair/0.5 sqmm /Delton/CMI/NICCO/POLYCAB/
GLOWSTER
b) 20 Pair/0.5 sqmm
c) 200 Pair/0.5 sqmm
10 4 pair CAT-6 UTP cable Schneider/Nexans/Amp/ Finolex/
Molex/Krone
11 40/33 mm dia PLB HDPE Duct
Ganpati/Duraline/Vervison
12 50/42 mm dia PLB HDPE Duct
13 RJ-45 CAT-6 I/O jack with face plate &
Digilink/Nexans/Systimax/Amp
Gang box.
14 1 KVA Online UPS Elnova/Emerson/APC/
Microtek/Elent
15 Sealed Maintenance free batteries Exide/Amararaja/ Okaya/
Rocket/HBL
NOTE: FOR THE MATERIALS WHOSE MAKES ARE NOT SPECIFIED ABOVE
NEEDS PRIOR APPROVAL FROM ENGINEER- IN-CHARGE BEFORE USE

LIST OF APPROVED MAKES OF MATERIALS FOR CIVIL WORK


S. N. Description of Items / Material Name of Approved Make
1. Cement (43-OPC) ACC, Vikram, Ultratech, Prism, Birla
Cement, Shree Cement, Grasim, JP,
Laffarge, Dalmia, Topcem, Star, Magic
Cements
2. White Cement J.K WHITE, BIRLA WHITE, ACC,
TOPCEM
3. Reinforcement (TMT) TATA, SAIL, RashtriyaIspatNagam Ltd.,
Jindal, Shyam steel, IISCO, TISCO

265
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

LIST OF APPROVED MAKES OF MATERIALS FOR CIVIL WORK


S. N. Description of Items / Material Name of Approved Make
4. Structural Steel TATA, SAIL, RashtriyaIspatNagam Ltd,
Jindal, Shyam steel, IISCO, TISCO
5. G I Sheet TATA, SAIL, Jindal
6. Waterproofing Compound CICO, PIDILITE, STP, FOSROC, Sika,
ACC, DR. FIXIT, BUILDTECH
7. Aluminium Section for Doors, INDAL, HINDAL, JINDAL, HINDALCO,
Windows Ventilators BHAGWATI SAI
8. Aluminium Doors, Windows Fitting EARL BEHARI, Everest. Classic, Everite,
Crown, Argent
9. Mortice/Brass lock Godrej, Link, Hindustan, SECUR
10. Door Closer/Floor Spring DOORKING, EVERITE, HARDWYN
11. Prelaminated particle board Novapan, Bhutan board, Nepal board,
Green ply, Archid ply
12. Flush Door Swastik (Kitply), GREENPLY, DURO,
CENTURY, MAYUR PLY
13. Clear Glass/Float Glass Modi, ASIAHI, Saint Gobain, Atul
14. Mirror Glass Saint Gobain, Modi, Indo ASIAHI, ATUL
15. Glazed Tiles 1st Quality of Kajaria, Jonhson(i)Ltd,
Somany, Orient, BELL,NITCO
16. Ceramic Tiles 1st Quality Kajaria, Spartec, Somany,
Orient, Johanson, BELL,NITCO
17. Vitrified Tiles BELL, Naveen diamonite of Murudeshwar
Ceramic Ltd, Granimite of Restile Ceramic
Ltd, Orient, Johanson, KAJARIA,
SOMANI, NITCO
18. C PVC pipe & fittings Supreme, Astral, Ashirwad, Prayagi,
Kohinoor,Viking
19. Synthetic Enamel Paints ICI, Berger Paint, Asian Paint, Nerolac,
ACRO, DULUX
20. Waterproofing Cement Paint Snowcem, Asian, Shalimar, Nerolac,
Kamdhenu, ACRO, Durocem
21. Plastic Emulsion Paint ICI, Berger Paint, Asian Paint, Nerolac ,
ACRO, Dulux
22. Oil bound Distemper ICI, Berger Paint, Asian Paint, Nerolac
23. Gun Metal Valves/Brass ball valves Leader, Zolotto, Sant, C&R
24. Gate Valve GM,Alto, Zolotto, LEADER, SANT
25. GI Pipes TATA, Jindal Hissar, Parkash, SURYA
26. GI Pipe fittings HB, UNIK Brand ,R Brand
27. Water storage Tank Sintax, Patton, STAR, POLYCON,
UNITANK, SANICON
28. Viterous chinaware Sanitary Neycer , Parryware, Hindware,
HINDUSTAN SANITARY WARE,
CLASSIC, CERA
29. Plastic seat Cover Commander, Gem, Viking, AJANTA
30. CP Fitting Parko,Marc ,EssEss, Jal, PLUMBER,
JAQUAR,
31. PVC Connector pipe/ Waste pipe Prayage, Kohinoor, Viking
32. PTMT Fittings Prayage

266
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

LIST OF APPROVED MAKES OF MATERIALS FOR CIVIL WORK


S. N. Description of Items / Material Name of Approved Make
33. Sink stainless steel Symphony, Prayag, Jindal, Diamond
34. Stone Ware Pipes Perfect, Burn or equivalent
35. Pump & Motor Kirloskar, KSB, Crompton Greaves
36. Road Marking Paint Nerolac brand No 452/002 and Asian
Paint APCOTRAK WEB
37. Pre Engineered Building/Shed TATA BLUE SCOPE STEEL / BUTLER
BUILDING SYSTEMS,
KIRBY ENGINEERING,
Saxena Marine Tech Pvt. Ltd.,
Supertech (India) Pvt. Ltd.,
Trident Metal Arch
OR Equivalent
38. Aluminium Composite Panels Oropanel, (GLAZETECH Industries (P)
Ltd.), ALSTRONG, ALUDECOR OR
Equivalent
39. Red oxide zinc chromate primer ICI, Berger Paint, Asian Paint, Nerolac
40. GI wire for chain link fencing Tata, Jindal Hissar, Parkash
Note: Any other material to be incorporated in the work not covered in above mentioned
list shall be of ISI certified reputed manufacturer as approved by
Engineer-in-Charge

LIST OF APPROVED MAKES OF MATERIALS FOR PLUMBING SYSTEM

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

LIST OF APPROVED MAKES FOR FIRE FIGHTING SYSTEM

S. NO. MATERIAL DESCRIPTION NAME OF MANUFACTURER


G.I./ M.S Forged Steel fittings
1 VS / DRP / True Forge / Simless
IS:1239 (Part-II)
Jindal/Hissar/Appolo
2 MS Pipe
API/TATA/ASIAN/SURYAPRAKASH
3 Primer Nerolac/Berger/Asian Paints
4 Anti rust tape Cotak/Pypkote/Makpolykote
AIP/Lehry/Deepak/AUDCO/INTERVALVE
5 Non return valves
/LEADER
6 Pressure gauge Wika/H Guru/Fiebig/A.N. INSTRUMENTS
7 Flanges ISI Marked
8 Installation valve HD/TYCO/Viking
9 Branch pipe Safedge/Lifeguard/Omex/NEWAGE/WINCO
10 Fire brigade inlet Safedge/Lifeguard/Omex/NEWAGE
11 Fire brigade suction Safedge/Lifeguard/Omex
12 Fire Man's Axe Safedge/Lifeguard/Omex
13 Air Cushion Tank Fabricated from Approved MS pipe
14 Air Vessel Fabricated from SAIL MS sheet
15 Liquid level controller Lehry/Minilac
16 Pressure switch Indfoss/Switzer
17 M.S. structural Hilti Fasteners with TATA MS Angles/Tees
Jindal, Hissar/Appolo API/TATA with Rockwool
18 Exhaust pipe
Insulation
19 Inspector test and drain valve HD/TYCO/Viking
20 Exit signs Agni/Lifeguard/Omex
Enolgas/RB/AIP/Lehrey/CIM/ZOLOTO
21 Ball valve
/LEADER
22 Butterfly Valve EnolgasP/RB/AIP/Lehrey
23 Air Release Valve Enolgas/RB/CIM/SANT/ZOLOTO
Safedge/Lifeguard/Omex/SAFEX/CEASE
24 Fire Extinguishers
FIRE/KANEX/KANADIYA
Safedge/Lifeguard/Omex/SAFEX/CEASE
25 Fire fighting first-aid hose reel
FIRE/KANEX/KANADIYA
Safedge/Lifeguard/Omex/SAFEX/CEASE
26 Hose Reel
FIRE/KANEX/KANADIYA
Safedge/Lifeguard/Omex/SAFEX/CEASE
27 Rubber Tubing
FIRE/KANEX/KANADIYA
Safedge/Lifeguard/Omex/SAFEX/CEASE
28 Thermo Plastic Hose Reels
FIRE/KANEX/KANADIYA
Safedge/Lifeguard/Omex/SAFEX/CEASE
29 R.R.L. Hose
FIRE/KANEX/KANADIYA
Fire Fighting Equipment not Safedge/Lifeguard/Omex/SAFEX/CEASE
30
covered else where FIRE/KANEX/KANADIYA
Safedge/Lifeguard/Omex/SAFEX/CEASE
31 Landing Valves
FIRE/KANEX/KANADIYA
32 Welding rods Adore/Ishab/L & T/ADVANI
33 Flow Switch System Sensor/Grinnel/INDFOS

269
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

S. NO. MATERIAL DESCRIPTION NAME OF MANUFACTURER


34 Motor Control Panel Application/Adlec/Tricolite
35 Fire Fighting Pumps Lubi/BP Pumps/Grundfoss/KSB/KIRLOSKAR
ABB/Siemens/KIRLOSKAR/CROMPTON
36 Motor for Fire Pumps
GREEVES
Sprinklers/Escutcheon
37 Tyco/HD/Viking
plate/Flexible Pipes
Finolax/Polycab/TORRENT/HAVELLS/INCAB
38 Cables/Wires
/GLOSTER
39 Cable Glands Dowells/Gripwell/HMI
40 Dash fasteners Hilti/Fischer
41 Clamps Chilly/Lovely/Camery
42 Y Strianers WJ/Strainwell/AUDCO/INTERVALVE/LEADER
Kirloskar/LEADER/NORMAX/WORTHVALVE/
43 Foot Valve
ZOLOTO

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 TEST APPARATUS LIKELY TO BE REQUIRED / PROVIDED AT


SITE LABORATORY

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.

8. Other miscellaneous items :


a) Oven Electrically operated, thermostatically controlled, range upto 200C,
sensitivity 1C
b) Water bath electrically and thermostatically controlled with adjustable shelves,
sensitivity 1C.
c) Porcelain bowls.
d) Electronic/digital Balance
i) 20 kg Capacity with 1 grams accuracy
ii) 5 kg Capacity with 0.1 gram accuracy
e) Pan balances.
f) Graduated glass cylinders of 200 C.C. and 500 C.C. capacity.
g) Glass measuring jar.
h) Beakers, Towels, glass plates etc.

i) Steel tapes 3m, 5m and 30m (two no. each)


j) Vernier Calipers and Micrometer Screw 25mm gauge.
k) Foot rule, Wire gauge (circular type) disc. and Plumb bob.
l) Spirit minimum 30 cms long with 3 bubbles for horizontal / vertical
measurement.
m) Magnifying glass.
n) Screw driver 30 cms long.
o) Ball pen hammer, 100 gms.
p) Plastic bags for taking samples.
q) Glass Beaker 100 cc
r) Thermometers.
i) Mercury-in-glass thermometer range 0 to 250 C( 6 Nos)
ii) Mercury-in-steel thermometer with 30 cm stem, range upto 300 C (1 Nos)
iii) Digital thermometer (2 Nos.)
s) Kerosene or Gas stove or, electric hot plate.
t) First aid Box

271
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

9. For Control of Profile and Surface Evenness


a) Digital/ Auto Level complete with all accessories (2 Set)
b) Total Station with all accessories (1 Set)
c) 3 meter straight edge and measuring wedge (2 Set)

10. C.C. Cube strength testing machine

The laboratory set-up must be complete including a set of reference standards,


adequately staffed and operational to the satisfaction to the Engineer.

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

List of Enclosed Tender Drawings

DRAWING TITLE DRAWING NO.

1 Layout Plan RITES/AP/DArch/Layout plan

GENERAL DRGS

2 Chain Link Fencing RITES/AP/D/GEN-01/ch.fence/01

3 Boundary wall detail RITES/AP/D/gen-01/B.WALL./01

4 Boundary wall detail RITES/AP/D/gen-01/B.WALL./02

ROAD DRGS

5 Schematic Plan RITES/AP/D/R&P/SC PLAN &CS-R1/01

6 L-section of road no-1 RITES/AP/D/R&P/LS-R1/01

7 Typical Pavement sections RITES/AP/D/R&P/PAV. TRUCK/01

ARCHITECTURAL DRGS

8 Entrance Gate RITES/AP/ D/Arch-01/ENT. GATE./01

9 Entrance Gate RITES/AP/ D/Arch-01/ENT. GATE./02

10 Terminal Building (Ground Floor) RITES/AP/D/Arch-01/TERM. BUILD./01

11 Terminal Building (First Floor) RITES/AP/D/Arch-01/TERM. BUILD./02

Terminal Building (Section &


12 Elevation) RITES/AP/D/Arch-01/TERM. BUILD./02

13 Cargo Building (Plans) RITES/AP/D/Arch-01/COB./01

Cargo Building (Sections &


14 Elevations) RITES/AP/D/Arch-01/COB./01

Toilet Block for drivers in passenger


15 area RITES/AP/D/Arch.-01/TOILET BLOCK/01

16 Toilet Block for Export Drivers RITES/AP/D/Arch.-01/TOILET BLOCK/02

17 Urinals for Export Drivers RITES/AP/D/Arch.-01/UED

18 Pump House RITES/AP/D/arch.-01/ph

273
Tender for Development of ICP at Dawki (Meghalaya) along Indo- Bangladesh Border

DRAWING TITLE DRAWING NO.

19 Warehouse (Plan, Elev & Sec) RITES/AP/D/Arch.-02/WAREHOUSE/01


20 Warehouse (Roof Plan, Elev, Sec) RITES/AP/D/Arch.-02/WAREHOUSE/02

21 Rummaging Shed RITES/AP/D/Arch.-02/RUMM. SHED

22 Miscellaneous Details RITES/AP/D/arch detail/misc detail

ELECTRICAL DRGS
23 EXTERNAL ELECTRIFICATION RITES/AP/D/E-01

24 PA & CCTV System layout RITES/AP/D/E-02

25 Electric sub station RITES/AP/D/Arch.-01/ESS/01

SERVICES DRGS

26 Drainage Layout Plan RITES/AP/D/EX. Service/Drainage

Water supply& Garden Hydrant


27 Layout RITES/AP/D/EX. Service/Water Supply

28 Sewerage Layout RITES/AP/D/EX..SERVICE/SEWERAGE

29 Fire Fighting Layout RITES/AP/D/EX..SERVICE/FIRE FIGHTING

STRUCTURAL DRGS

Terminal Building (Foundation Plan &


30 details) RITES/AP/D/ST-01/TERM. BLDG.

Terminal Building (Plinth Beam Plan


31 & details) RITES/AP/D/ST-02/TERM. BLDG.

Terminal Building (First Floor Beam


32 Plan & details) RITES/AP/D/ST-03/TERM. BLDG

SIGNAGE DRG

33 External Signage RITES/AP/D/SIGNAGE/01

274
B 187.2m

m
241.9
proposed byepass road for muktapur

X X

194.7m

cks BUFFER PARKING (INDIAN TRUCKS)


Tru .m

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

LIST OF BUILDINGS & SHEDS:-


ks
ruc

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

PUMP HOUSE=53.08 SQM

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

BOUNDARY WALL AS/DETAIL


Current Traffic = 240/day
Design Year-2034=650/day
10000

G
SPACE FOR PLANTER 1000X1000 @10M C/C

B LD
18.6

AL
m

IN Passenger(Arr.+Dep.):
RM
entry for

TE Current Traffic = 40/day


indian
50

passengers
.6m

DesignYear-2034=60/day
24
m

PAVEMENT WITH 100MM THK CONCRETE PAVERS

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

LANDPORT AUTHORITY OF INDIA

THE INFRASTRUCTURE PEOPLE


GENERAL NOTES:

1. ALL DIMENSIONS ARE IN MM U.O.S.


3000 C/C 3000 C/C 3000 C/C
M-25 2.THIS DRAWING SHOULD BE READ IN CONJUCTION WITH RELEVANT

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 .

5.ALL MAIN WALLS ARE OF 230 MM.


12 MM SQUARE BAR 12 MM SQUARE BAR
WELDED TO 20 MM WELDED TO 20 MM

6.CLEAR COVER TO ALL MAIN REINFORCEMENT BAR SHALL BE : FOR SLAB


SQUARE BAR SQUARE BAR
DRIP IN P.C.C.

- 20MM, COLUMNS- 40MM, BEAMS - 25MM, FOUNDATIONS -50MM

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

40 X 40 X 4 MM M.S. ANGLE EMBEDED


IN P.C.C. BLOCK 1:3:6
8.REINFORCED CEMENT CONCRETE SHALL BE DESIGN MIX M-25

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

9.CENTER OF FOOTING AND CENTER OF COLUMN SHALL BE KEPT SAME

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.

16.LAP LENGTH/DEVELOPMENT LENGTH(Ld) FOR MAIN REINFORCEMENT


BARS AS PER I.S.-456-2000 SHALL BE 50X dia OF BAR FOR M20,AND 41X dia
BOUNDARY WALL SECTIONAL ELEVATION
250

FOR M25 GRADE OF CONCRETE, LAPS SHALL BE STAGGERED . NOT MORE

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.

17.ALL BRICKS IN THE MASONRY SHALL HAVE CHARACTERISTIC


STRENGTH OF 7.5 N/sq.mm (UNLESS OTHERWISE SPECIFIED) LAID IN 1:6 (1
B
CEMENT :6 SAND) MORTAR.

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

TOP MID BOTTOM


1800

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

8@150c/c OUTSIDE INSIDE


DEVELOPMENT OF INTEGRATED
C 250X350 812 & CHECK POST AT DAWKI ALONG
8@100c/c 20 MM SQUARE BAR WELDED TO INDO-BANGLADESH BORDER
AT ENDS HORIZONTAL M.S. ANGLE

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

NOTE:- DRIP IN P.C.C.


A COAT OF WHITE WASH
ON 15 MM TH. CEMENT MORTAR IN
CM 1:6 MIXED WITH APPROVED
WATER PROOFING COMPOUND

1. B.wall to step down as per NGL.


2. Total ht.of wall (including fencing)is 2.7m above NGL or FGL whichever is applicable.
GENERAL NOTES:

3000 c/c 3000 c/c 3000 c/c 1. ALL DIMENSIONS ARE IN MM U.O.S.

2.THIS DRAWING SHOULD BE READ IN CONJUCTION WITH RELEVANT


1' 2' ARCHITECTURAL /ENGINEERING DRAWINGS AND ANY DISCREPANCY
250 NOTED SHOULD IMMIDIATLY BE BROUGHT TO THE NOTICE OF

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

NOTE:- 7. ALL STEEL REINFORCEMENT SHALL BE OF HIGH YIELD STRENGTH


1' 2' DEFORMED BARS CONFORMING TO I.S: 1786-1985 WITH MIN. YIELD STRESS
/ 0.2% PROOF STRESS OF 415 N/ SQ, MM (GRADE Fe 415)
FOUNDATION PLAN OF RETAINING WALL WITH FILLING UPTO 1.00M TO 2.00M 1. B.wall to step down as per NGL.
2. Total ht.of wall (including fencing)is 2.7m
8.REINFORCED CEMENT CONCRETE SHALL BE DESIGN MIX M-25
above NGL or FGL whichever is applicable. CONFORMING TO I.S.: 456-2000 STONE AGGREGATE SHALL BE 20 mm
NOMINAL SIZE.

9.CENTER OF FOOTING AND CENTER OF COLUMN SHALL BE KEPT SAME

10.WATER FOR CONSTRUCTION PURPOSE SHALL CONFORM TO CLAUSE 5.4


OF I.S.-456-2000.

11. REINFORCEMENT IN SHORT SPAN SHALL BE PLACED IN BOTTOM


LAYER IN SLABS.

12.LAP SHOULD NOT BE PROVIDED .


1500

a) WITHIN A JOINT
b) WITHIN A DISTANCE 2 d FROM JOINT FACE.
c) WITHIN A DISTANCE LENGTH OF MEMBER FROM THE JOINT FACE.

13.NOT MORE THAN 50% OF BAR SHALL BE SPLICED AT ONE SECTION.


2700

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

16.LAP LENGTH/DEVELOPMENT LENGTH(Ld) FOR MAIN REINFORCEMENT


BARS AS PER I.S.-456-2000 SHALL BE 50X dia OF BAR FOR M20,AND 41X dia

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.

EXPANSION GAP 17.ALL BRICKS IN THE MASONRY SHALL HAVE CHARACTERISTIC


RCC RETAINING WALL UPTO 1.5M STRENGTH OF 7.5 N/sq.mm (UNLESS OTHERWISE SPECIFIED) LAID IN 1:6 (1
(25MM)@30 M c/c
CEMENT :6 SAND) MORTAR.

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.

BOUNDARY WALL SECTIONAL ELEVATION

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

SIZE VERTICAL TIE


SQUARE BAR
SQUARE BAR
DRIP IN P.C.C.
N.G.L. (H) SUFFIX
REVISIONS
DATE INITIALS DETAILS

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

COPING BEAM 312 312 CLIENT


COPING BEAM
8@150C/C 8@150C/C
312 312
1200

1200
300

12 MM SQUARE BAR CONSULTANT


WELDED TO 20 MM
200 SQUARE BAR
2000

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

FILLING FROM NGL TO FGL


40 X 40 X 4 MM M.S. ANGLE

450 450 900 450 450 900 35 EMBEDED IN P.C.C. BLOCK


1:3:6
1800 1800
P.C.C. COPING AS/SPEC.
TWO COATS OF COLOUR WASH OVER
A COAT OF WHITE WASH
DRIP IN P.C.C. ON 15 MM TH. CEMENT MORTAR IN
CM 1:6 MIXED WITH APPROVED
WATER PROOFING COMPOUND
DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER

SCHEMATIC PLAN &


PLAN

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

100 mmM 50 -Concrete Block

50 mm - Sand Bed

300mm - Wet Mix Macadam

300mm - Granular Sub Base


(Out of which the bottom 150mm is a drainage layer)

500mm - Subgrade (Earth Filling)


CBR 5 as per IRC:SP:63-2004

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

GREEN AREA A OUTSIDE

4100
elevation

GROUND FLOOR PLAN

TOTAL PLINTH AREA ON GROUND


A +FIRST FLOOR=258+59=317 SQM

STEEL TRUSS WITH


W2 GALVALUME SHEET CLADDING

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

2. W 2400 1800 900 2700


Mezzanine at lvl+3150
3. W1 1800 1800 900 2700
from FFL
4. W2 4000 1800 900 2700
TRUSS ABOVE TRUSS ABOVE W2 5. V/EF 900 600 2100 2700
10000

3150

3150
Al. framed particle board door with
6. D2 750 2100 - 2100
TRUSS ABOVE single shutter

REST AREA ENTRY EXIT


FLOORING AS/DETAIL
2400

2400

lvl+4050 FLOORING AS/DETAIL

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

SUFFIX DATE INITIALS DETAILS


lvl+8700MM RIDGE LINE RIDGE LINE RIDGE LINE lvl+8700MM STEEL TRUSS WITH REVISIONS
GALVALUME SHEET CLADDING
lvl+8700MM
lvl+8700MM lvl+10300MM

750
lvl+9550MM
lvl+7200MM lvl+7200MM
lvl+9550MM

lvl+7200MM lvl+7200MM SPACE FOR


REST AREA CLIENT
WATER TANK

5500
W

TERRACE PLAN
W2

CONSULTANT

RAILING AS/DETAIL FLOORING AS/DETAIL


R.C.C. SLAB lvl+4050MM

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

SECTION AA DRAWING TITLE

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

3040 INTERNAL WALL CEILING


3040 AREA FLOOR

B W1
GATE W1
B 1.

450
OFFICE

300X300 non slip tile 200 X 300 Wall Tiles (as


2. TOILET
850 1800 850 flooring per approved sample)
upto 2.1 m height all
around, OBD in matching

OUTSIDE
shade above.All internal

A
partitions to be of 2.1m
height only.

EXTERNAL
FINISH
elevation ROOFING

GROUND FLOOR PLAN

TOTAL PLINTH AREA ON GROUND


FLOOR=103.0 SQM

GALVALUME SHEET CLADDING

lvl+8700MM lvl+8700MM SCHEDULE OF OPENINGS


SIZE
S.NO TYPE L. LVL. ABBR. REMARKS

1500

1500
WIDTH HEIGHT C. LVL.
1. D1 2700 3000 00 3000 Al. framed door window with glass

2. W1 1800 1800 900 2700


lvl+7200MM lvl+7200MM 3. W2 1200 1800 900 2700
4. V/EF 900 600 2100 2700

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

STEEL TRUSS WITH


GALVALUME SHEET CLADDING

CLIENT

STEEL TRUSS
WITH
lvl+8700MM GALVALUME
SHEET
CLADDING
lvl+7200MM lvl+7200MM CONSULTANT
1500

lvl+7200MM
3150

JOB TITLE
lvl+8700MM RIDGE LINE

ENTRY EXIT DEVELOPMENT OF INTEGRATED


lvl+8700MM CHECK POST AT DAWKI ALONG
8700

FLOORING AS/DETAIL FLOORING AS/DETAIL


R.C.C. SLAB
lvl+4050MM R.C.C. SLAB
INDO-BANGLADESH BORDER
lvl+7200MM lvl+7200MM GUARD ROOM GUARD ROOM

6000
DRAWING TITLE

5500
W1 W1
3600

lvl+7200MM lvl+7200MM ENTRANCE GATE - 02


450

DPC
lvl+450MM
lvl0

TERRACE PLAN ROAD AS/DETAIL SECTION

PLINTH BEAM AS/STR

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

3000mm wd PLATFORM DETAIL A


ENTRY FOR THE DEPARTURE EXIT FOR THE CLEARED
DUCT DUCT DUCT PASSENGER DUCT
ARRIVAL PASSENGER
1545X535 900X535 900X535 900X535

2
D1 D1 D1

DUCT D2
TOILET W.C. W.C.

900X535 TOILET 2990x1800 1700X1530 1320X1650

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

at first floor lvl.


TOILET
AC CUSTOMS 11905X11850

8995
cleaner

2.7M WIDE CORRIDOR


UP W.C. W.C.
2015X2400 D4 area 1000X 1355X

5325X5160 D4 D3
1000X
1650
1650 1650
D3
3000mm wd canopy

D2
12000

at first floor lvl.

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

FINISHED FLOOR LVL FINISHED FLOOR LVL


12mm
DROP
D4

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

GENTS CHILD CARE


H. TOILET D4

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

2. D2 750 2100 00 2100


SPACE FOR

2000m wd corridor 3000X3940


CHECK 3. D3 1000 2100 00 2100
150MM RAISED FROM
FINISHED FLOOR LVL
CUSTOMS DUCT 4. D4 1000 2100 00 2100
D3 D4
CHECK 1200X535 5. D5 750 2100 00 2100

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

DUCT DUCT DUCT


EXIT FOR THE CLEARED 900X535 900X535 900X535
ENTRY FOR THE ARRIVAL
DEPARTURE PASSENGER 3000mm wd PLATFORM
3600

PASSENGER
LVL. +450
GLASS PARTITION
5
UP
RAMP
3600mm wd canopy
PLPB PARTITION
up
A
115 THK. BRICK WALL
A
6000

PASSENGERS FROM INDIA

PASSENGERS FROM BANGLADESH


6000mm WIDE CANOPY

SCHEDULE OF FINISHES
GROUND FLOOR PLAN
SUFFIX DATE INITIALS DETAILS
REVISIONS

AREA FLOOR INTERNAL WALL


INTERNAL/ CEILING
EXPOSED COLUMNS

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

FINISHED FLOOR LVL. DRAWING TITLE


7.
SIZES OF COLUMN ON OUTER WALL:-
8.
RCC column: till plinth lvl.=(900X750)
TERMINAL BUILDING
RCC Column: from plinth to GF Slab(750x750) (GROUND FLOOR PLAN)
Steel column: from GF slab to roof(550x550) EXTERNAL
FINISH

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

SECURITY CHECK D4 6700x4780


TOILET
5875X5160 1

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 1650 1650 1650


150MM RAISED FROM
FINISHED FLOOR LVL

LVL. +5350 LPAI STAFF D3


2. D2 750 2100 00 2100
TOILET 5940X6670
STORE
2520X3360 3. D3 1000 2100 00 2100
(she) W.C.
4. D4 00 2100
1280X 1000 2100
2800X4650
W.C.
1650
D3
D3 1000X
1650 5. D5 750 2100 00 2100
3
D6 D6 D2 D2
6. D6 1500 2100 00 2100
D6
6.0M WIDE CORRIDOR D3
24000

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

CUSTOMS STAFF SECURITY OFFICER BELOW COMMAND


B 5900X8645 5515X5170 B
IMMIGRATION 3

11815X4905 5875X4905 ROOM


OFFICER 17
16 12985X4760 MEZANINE AT +3.0M FROM FIRST
6680X3375 12 7
D4 FLOOR LVL. (WITH DECK SHEET)

A
5 SUFFIX DATE INITIALS DETAILS
REVISIONS

3000mm wd canopy

A
6000

CLIENT

CONSULTANT

FIRST FLOOR PLAN


JOB TITLE

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

SEAMLESS PROFILE PRECOATED


GALVALUME SHEET WITH FIBRE GLASS
INSULATED ROOF PANELS
SCHEDULE OF OPENINGS
SIZE
S.NO TYPE WIDTH HEIGHT C. LVL. L. LVL. ABBR. REMARKS
1. D1 1800 2400 00

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.

ELECTRICAL PLINTH LVL+450


ROOM
GROUND LVL. (00)

LOUVERS TO HIDE FALSE


CEILING HANGER RODS &
CARRIERS
L K J I H H' G F E E' D C B SECTION BB A

FALSE CEILING ASPER SPECS

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

CONFERENCE DINING CORRIDOR CONFERENCE ROOM


CONSULTANT
3500

ALIUMINIUM PARTITION ASPER SPECS


11785

FIRST FLOOR LVL.+5350


FIRST FLOOR LVL.+5350
1400

FALSE CEILING ASPER SPECS


R1
14
20
IMMIGRATION CORRIDOR IMMIGRATION
6425

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

SECTION AA ELEVATION B TERMINAL BUILDING


SECTIONS & ELEVATIONS
6200 650

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

5995 6115 2105

6260

6260

6260
6375

115
2275

3655

3550
6420
115
600

115
115
1000
115

6115 6975 6000 5400 6475 4145 1750 5755

B 115

3000

3000
3580
1865

7955
4320

115
115
600

D4

750
115
2405
1975

1500

3470
115

Refer dwg. no. rites/ap/d/arch


detail/misc

3900 5885 5885

600
1925
3000mm wd canopy

3000mm wd canopy
at first floor lvl.

at first floor lvl.


10010

10010
7760

Refer dwg. no. rites/ap/d/arch


7605

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

MEZANINE AT +3.0M FROM FIRST FLOOR


F.LVL.

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.

Server room Anti statics flooring

Corridors & 19mm Granite stone 19mm granite stone


passages flooring, (av size not to cladding upto 1500 height
exceed 600X900mm). & texture paint above.
19mm Granite stone External Wall in entrance
Entrance Porch,
Staircase flooring, (av size not to porch - 19mm granite
exceed 600X900mm). stone cladding . For
Staircases - 19mm granite
D4 D4 stone dado upto 1500
height & texture paint
above.
300X300 non slip tile 1. Push button type low
3000mm wd canopy

3000 Toilets
flooring
300 X 450 Wall Tiles (as flow CP fittings for public False Ceiling- 600 X 600
at first floor lvl.

per approved sample) toilets/ common toilets. Armstrong Ceiling Tiles


Black Galaxy Granite /
upto ceiling height all 2. High end fittings(Jaquar
115

Cherry Red Granite on


5520

around in twin colors , Parryware) in attached


D6 Countertop
(Dark shade upto 90cm toilets.
height), OBD in matching 3. SS towel rails, soap
shade above. All internal dispensers, toilet paper
partitions to be of 2.1m holder for attached toilets.
height only. 4. Chinaware in approved
make & matching shade.

Store/AHU/ 62mm thick CC flooring Kota Stone Dado upto


Electrical Rooms with concrete hardener 1.5 m height, OBD
topping (DSR item no. above
11.52).
10010

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 .

FIRST FLOOR PLAN


SEAMLESS PROFILE PRECOATED
2 GALVALUME SHEET WITH FIBRE
GLASS INSULATED ROOF PANELS
3
STEEL TRUSS
R24565 1

1335
PORCH PORCH

R1
32
10
6000

LOUVERS WITH EXHAUST FAN


GRANITE STONE CLADDING AS/SPECS.

as/str.
LOUVERS TO HIDE
FALSE CEILING

3300
HANGER RODS &
CARRIERS

4500
4500

450
as/str.
3300
1200
3300
450
11000
6700 4070

Canopy with galvalume sheet Canopy with galvalume sheet


cladding at lintel level cladding at lintel level
115 250 300
1735 V 2790 680 1000 300 750 1710 750 270 KHURRA 450X450MM KHURRA 450X450MM

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

W1 V 2700 450 2100 2550

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

W2 8. W2 1200 900 1200 2100


1000

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

flooring (as per cladding upto 1500 flow CP fittings for


V 3805 W approved sample) height & OBD above. public toilets/ common
PLPB panels for
toilet/WC doors.
115

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

GROUND FLOOR PLAN

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

TERRACE Lvl+3600 TERRACE Lvl+3600


600

1.5m wide canopy with


galvalume sheet cladding TOILET BLOCK FOR DRIVERS
IN PASSENGER AREA
3000

3000

2725
900

3600

3600
1050

1050

2550

600
100

65
610

610

900
450

450

FLOOR FINISH FLOOR FINISH


(AS/SPECIFICATION) P.Lvl +450 (AS/SPECIFICATION) P.Lvl +450
450

450
G.Lvl 0 G.Lvl 0

SECTION - AA SECTION - BB
9400

115 4575 4595 115


R.W.P.
3430 2420 2100 1450

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

1. D 1800 2550 00 2550

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

400 700 700 700


400

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

TOILET BLOCK FOR


EXPORT DRIVERS
3150
3150

W.C. W.C.
3600
2100
700

PLINTH LVL +450


450

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

3000 3000 3000 3000 3000

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

1 PUMP ROOM 1000

30HP PUMP

B
Fire Fighting Fire Fighting Fire Fighting
5HP PUMP

4150
Fire Fighting 25HP PUMP

WATER PROOFING AS PER


SPECIFICATIONS R/S

PUMP ROOM R.C.C.WALL BRICK WALL SCHEDULE OF OPENING


S.NO TYPE WIDTH HEIGHT SILL L. LVL. REMARKS
5230

5472
5000

2100
W1 1. R/S 2100 00

9140x5000
STEEL FRAMED ROLLING SHUTTER

R/S 2. W1 1000 1800 ALUMINIUM FRAMED WINDOW

PLINTH LVL +150 PLINTH LVL +150


F.G LVL 0 F.G LVL 0
230MM THK

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

230MM THK BRICK WALL PROJ. ABOVE


a 1000 a B

2
TOTAL PLINTH AREA OF WATER TANK & PUMP HOUSE =

SECTION AT BB
113.57 SQM

PLAN (WATER TANK & SCHEDULE OF FINISHES

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

ELEVATION topping (DSR item no.


11.52).

EXTERNAL FINISH : WEATHER PROOF EXTERIOR PAINT

TERRACE LVL.+4600

1000 1000
WEATHER PROOF EXTERIOR PAINT

4900 SUFFIX DATE INITIALS DETAILS

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

TERRACE PLAN DRAWING TITLE

PUMP HOUSE
1250
2100
3000
2100

900mm high steel railing Ventilator


2730
2100

4375
3000

230
2100

4000
7570

2400 3000 2285 1000 675 2700 1495 1800


1250

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

12 MM GAP FILLED WITH JOINT FILLER


50mm S/S PIPE
CLIP
R.C.C. PRECAST TILE 25 MM THK.
TO MATCH THE FLOOR FINISH & LAID
OVER4 A COAT OF HOT BITUMEN

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

ALUMINIUM / STEEL PLATE

SUPPORTING ARRANGEMENT FOR MAIN/CROSS


TYP. DETAILS OF EXPANSION
TEES OF 600X600 ARMSTRONG MINERAL
JOINT AT FLOOR
40 40 40 40
FIBER BOARD FALSE CEILING
600 600 600
JOINT FILLER

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

ISOLATED TWIN COLUMNS


3MM THK. S/S FLANGE

CROSS SECTION A-A OF 600X600 ARMSTRONG


TYP. DETAILS OF EXPANSION TYP. RAILING DETAIL MINERAL FIBER BOARD FALSE CEILING
JOINT COVERING ON OUTER FACE
OF COLUMNS (PLAN)
25MM TH. GRANITE/DHOLPUR COPING

25 25

CROSS 'T' SECTION OF SIZE 24MMX38MM MADE OUT OF DOUBLE


25MM TH. GRANITE/DHOLPUR COPING WEBBED GI SECTION OF 0.35MM THICKNESS WITH POWDER COATED
FINISH FOR EXPOSED SURFACE
25 230 THICK BRICK TILES OF CLASS DESIGN 100 GROUTED
BRICK WALL 12 MM THICK PLASTER WITH C. MORTAR 1:3 MIXED WITH 2% WATER
EXPANSION JOINT
FILLER 25 PROOFING COMPOUND BY WT. OF CEMENT
BITUMEN OVER A 12 MM LAYER OF C.MORTAR 1:3.
BW IN C.M 1:4
PAINTING POWDER COATED
C.P 12MM(1:4) CONC. GOLA C.C 1:2:4 GRATING ROOF WITH CC 1:2:4, GI ANGLES OF SIZE
BRICK BAT R.C.C. SLAB GOLA 75X75 50 THK. AVG. FOR WATER 19X32X0.35MM
150 CI GRATING PROOFING.
COBA
JALI WITH 11O 450X450 KHURRA
UPVC RWP.
585
60
METAL CRADLE
EXPANDED
POLYSTERENE
0
40MM THK.

6MM C.P NON ASBESTOS CEMENT


IN C.M(1:4) FIBRE BOARD 6MM TH. WITH
SLOT HOLES ON ONE SIDE
15 MM THICK
& CIRCULAR HOLES ON OTHER EXT. PLASTER
SIDE

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

GENERAL ASSEMBLY OF 600X600 ARMSTRONG MINERAL


OF PENETRATION 80/100 AT 17 KG/10 SQM
IMPREGNATEDWITH A COAT OF COARSE
SAND AT 60CUDM/10SQM.

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

FLOOR LEVEL 600

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

25 AS/ SPEC. AS / SPEC


SELF TAPING
SCREW AS/ SPEC.
WELDING
WELDING AS/ SPEC.
AS/ SPEC.
15

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

COAL AND AGGREGATE DUMPING AREA


PA & CCTV SYSTEM
3500
2000MM WD CANOPY A 1500 A B B C C
PROJ. ABOVE 3 Nos. 150mm dia
3.0M HIGH BRICK WALL
3 Nos. 150mm dia
2.0M WIDE CANOPY PROJ.

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

3000 00 STEEL FRAMED ROLLING SHUTTER

2. W1/EF 1500 1800


AL. FRAMED GLASS WINDOW ,
EXHAUST FAN ABOVE

3 V1 900 600 ALUMINIUM FRAMED WINDOW

4 D1 1000 2100 00 ALUMINIUM FRAMED DOOR

4200 5 D2 750 2100 00


x

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

DG Room/ 62mm thick CC flooring 100mm cement plaster


1. LT Room/ with concrete hardener skirting & OBD above
GALVALUME SHEET Transformer topping (DSR item no.
z

store

1000
ROOFING 11.52). Or Kota Stone
Flooring
STEEL TRUSS

1685
PLC

3560X1685 100 mm Tile Skirting,


3000

Oil Bound Distemper in


F.G.L.0
600X600 Vitrified Tiles
2000 2000 2. approved shade above

845
Office Area
(FUTURE)

Wall Sheeting PRECOATED PROFILED WALL SHEET

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

BRICK WALL UPTO 3.0M &


d d GALVALUME SHEET
BRICK WALL
CLADDING ABOVE

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

230 750 230


1500 230 P.L.
230
CONSULTANT

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

DETAIL OF TRENCH (1500mm wide) DETAIL OF TRENCH (750mm wide)


proposed byepass road for muktapur

cks BUFFER PARKING (INDIAN TRUCKS)


Tru .m
di an 95 sq FOR 388 NOS.
In - 63
a AREA 27971 SQ.M.
are

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

COAL AND AGGREGATE DUMPING AREA


DRAINAGE LAYOUT PLAN
proposed byepass road for muktapur

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

COAL AND AGGREGATE DUMPING AREA


WATER SUPPLY LAYOUT PLAN
proposed byepass road for muktapur

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

SEWERAGE LAYOUT PLAN


proposed byepass road for muktapur

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

COAL AND AGGREGATE DUMPING AREA


FIRE FIGHTING LAYOUT PLAN
GENERAL NOTES:

1. ALL DIMENSIONS ARE IN MM U.O.S.

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

79600 3.IN CASE OF ANY DISCREPANCY IN DIMENSION,THE DIMENSION OF


800 800 ARCHITECTURE DRAWING PREVAIL.
5915 5705 6000 6000 6000 6000 6000 6000 6000 6000 6000 5720 5885
4.THE STRUCTURAL DESIGN INCLUDING SAFETY FROM NATURAL
F4 F4 F4 F4 F1 F4 F4 F1 F4 F4 F4 HAZARDS SPECIALLY SEISMIC BASED ON SOIL CONDITIONS, HAS
F5 F5 F5 BEEN DULY INCORPORATED IN DESIGN OF THE BUILDING & ITS
FOUNDATION .
1
C4 CP C4 C4 C4 C4 C4 C4 C4 C4 C4 CP C4 C4 CP C4 5.ALL MAIN WALLS ARE OF 230 MM.
3600

6.CLEAR COVER TO ALL MAIN REINFORCEMENT BAR SHALL BE :


FOR SLAB - 20MM, COLUMNS- 40MM, BEAMS - 25MM, FOUNDATIONS
F1 F3 F3 F3 F3 F1 F3 F3 F1 F3 F3 F3 F3 F1 -50MM

7. ALL STEEL REINFORCEMENT SHALL BE OF HIGH YIELD


2 C2 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C2 STRENGTH DEFORMED BARS CONFORMING TO I.S: 1786-1985 WITH
MIN. YIELD STRESS / 0.2% PROOF STRESS OF 415 N/ SQ, MM (GRADE
Fe 415)
STAIR CASE

8.REINFORCED CEMENT CONCRETE SHALL BE DESIGN MIX M-30


CONFORMING TO I.S.: 456-2000 STONE AGGREGATE SHALL BE 20 mm
5775

NOMINAL SIZE.

9.CENTER OF FOOTING AND CENTER OF COLUMN SHALL BE KEPT


SAME
F3 F3
F6 F6
12000

10.WATER FOR CONSTRUCTION PURPOSE SHALL CONFORM TO


2' CLAUSE 5.4 OF I.S.-456-2000.
F5 CP F5 CP F5 CP F5 CP CP CP F5 CP F5 CP CP CP F5 CP F5 CP F5 CP F5 C1
C1 11. REINFORCEMENT IN SHORT SPAN SHALL BE PLACED IN BOTTOM
LAYER IN SLABS.
COLUMN CP BELOW
PLINTH BEAM 12.LAP SHOULD NOT BE PROVIDED .
5775

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

15.THE REINFORCEMENT DETAILING SHALL BE AS PER IS: 13920.


5775

16.LAP LENGTH/DEVELOPMENT LENGTH(Ld) FOR MAIN


REINFORCEMENT BARS AS PER I.S.-456-2000 SHALL BE 50X dia OF
BAR FOR M20,AND 41X dia FOR M25 GRADE OF CONCRETE, LAPS
F3 F3 SHALL BE STAGGERED . NOT MORE THAN 50% BARS SHALL BE
LAPPED AT ONE SECTION. LAPS SHALL BE AVOIDED UPTO 0.25 X L
CP CP CP CP CP CP CP CP CP CP CP CP CP
12000

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

18.PLINTH FILLING & BACK FILLING IN FOUNDATION TRENCHES TO


BE DONE IN LAYERS AND SHOULD BE WELL COMPACTED AS PER
CPWD SPECS.
STAIR CASE

F3 F3 F3 F3 F3 F3 F3 F3 F3 F3 19. NO FOUNDATION SHALL REST ON LOOSE SOIL STRATA.IN CASE


LOOSE SOIL FOUND ARCHITECT/CONTRACTOR MUST BE
C2 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C2 CONSULTED.
4
20. SAFE BEARING CAPACITY OF SOIL IS ASSUMED 10.00 T/M AS PER
SOIL INVESTING REPORT.
F1 F1 F1 F1
3600

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

SUFFIX DATE INITIALS DETAILS

SCHEDULE OF COLUMN REVISIONS

COLUMN
MARK SIZE SHAPE

750
SCHEDULE OF FOOTING CLIENT

FOOTING SIZE INmm DEPTH IN


900
NAME (B X L) MM (D) CONSULTANT

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

600 F4 2700X3300 500 TERMINAL BUILDING


FOUNDATION PLAN & DETAILS

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:

1. ALL DIMENSIONS ARE IN MM U.O.S.

2.THIS DRAWING SHOULD BE READ IN CONJUNCTION WITH


79600 RELEVANT ARCHITECTURAL /ENGINEERING DRAWINGS AND ANY
DISCREPANCY NOTED SHOULD IMMEDIATELY BE BROUGHT TO THE
800 800 NOTICE OF ENGINEER PRIOR TO EXECUTION
5915 5705 6000 6000 6000 6000 6000 6000 6000 6000 6000 5720 5885
3.IN CASE OF ANY DISCREPANCY IN DIMENSION,THE DIMENSION OF
1 ARCHITECTURE DRAWING PREVAIL.
C4 PB1 CP PB1 C4 PB1 C4 PB1 C4 PB1 C4 C4 PB1 C4 PB1 C4 PB1 C4 C4 PB1 C4 PB1 C4 PB1 C4 PB1 CP PB1 C4 4.THE STRUCTURAL DESIGN INCLUDING SAFETY FROM NATURAL
3600

HAZARDS SPECIALLY SEISMIC BASED ON SOIL CONDITIONS, HAS


PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB2 BEEN DULY INCORPORATED IN DESIGN OF THE BUILDING & ITS
FOUNDATION .

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 PB1 LAYER IN SLABS.


PB3 PB3 PB2
12.LAP SHOULD NOT BE PROVIDED .
PB3 PB3 a) WITHIN A JOINT
PB3 b) WITHIN A DISTANCE 2 d FROM JOINT FACE.
c) WITHIN A DISTANCE LENGTH OF MEMBER FROM THE JOINT
PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 FACE.
3
24000

C1 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C1 13.NOT MORE THAN 50% OF BAR SHALL BE SPLICED AT ONE


PB1 SECTION.
PB3 PB3 PB3
PB3 14. TIES AT 100 c/c SHALL BE PROVIDED OVER A LENGTH, h/6 c/c OF
PB3
PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 COLUMNS HEIGHT FROM EACH JOINTS FACE AT TOP & BOTTOM, AS
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

3' C1 SHALL BE STAGGERED . NOT MORE THAN 50% BARS SHALL BE


PB1 C1 LAPPED AT ONE SECTION. LAPS SHALL BE AVOIDED UPTO 0.25 X L
FROM SUPPORT IN BEAMS AND SLABS.
PB3 PB3
PB3 PB3
17.ALL BRICKS IN THE MASONRY SHALL HAVE CHARACTERISTIC
PB4 PB4 PB4
STRENGTH OF 7.5 N/sq.mm (UNLESS OTHERWISE SPECIFIED) LAID IN
5775

PB3 1:6 (1 CEMENT :6 SAND) MORTAR.


PB2 PBS
PB3 PB3 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB1 PB2
18.PLINTH FILLING & BACK FILLING IN FOUNDATION TRENCHES TO
PB3 PB3 STAIR CASE BE DONE IN LAYERS AND SHOULD BE WELL COMPACTED AS PER
PB1 CPWD SPECS.
PB3 PB4 19. NO FOUNDATION SHALL REST ON LOOSE SOIL STRATA.IN CASE
C2 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C2
4 LOOSE SOIL FOUND ARCHITECT/CONTRACTOR MUST BE
CONSULTED.
PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2 PB2
20. SAFE BEARING CAPACITY OF SOIL IS ASSUMED 10.00 T/M AS PER
SOIL INVESTING REPORT.
PB2 PB2
3600

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

PLINTH BEAM PLAN

SUFFIX DATE INITIALS DETAILS


REVISIONS

CLIENT

CONSULTANT

250
250 450
JOB TITLE

300 250 450 300 DEVELOPMENT OF INTEGRATED


500 450 500 CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER

DRAWING TITLE

TERMINAL BUILDING
PLINTH BEAM PLAN & DETAILS
GENERAL NOTES:

1. ALL DIMENSIONS ARE IN MM U.O.S.

2.THIS DRAWING SHOULD BE READ IN CONJUNCTION WITH


A A' B C D E E' F G H H' I J K K' L RELEVANT ARCHITECTURAL /ENGINEERING DRAWINGS AND ANY
DISCREPANCY NOTED SHOULD IMMEDIATELY BE BROUGHT TO THE
NOTICE OF ENGINEER PRIOR TO EXECUTION

3.IN CASE OF ANY DISCREPANCY IN DIMENSION,THE DIMENSION OF


79600 ARCHITECTURE DRAWING PREVAIL.

800 800 4.THE STRUCTURAL DESIGN INCLUDING SAFETY FROM NATURAL


5915 5705 6000 6000 6000 6000 6000 6000 6000 6000 6000 5720 5885 HAZARDS SPECIALLY SEISMIC BASED ON SOIL CONDITIONS, HAS
BEEN DULY INCORPORATED IN DESIGN OF THE BUILDING & ITS
1 FOUNDATION .
C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4
5.ALL MAIN WALLS ARE OF 230 MM.
3600

6.CLEAR COVER TO ALL MAIN REINFORCEMENT BAR SHALL BE :


FOR SLAB - 20MM, COLUMNS- 40MM, BEAMS - 25MM, FOUNDATIONS
-50MM
B11 B11 B11 B10 B10 B10 B10 B10
7. ALL STEEL REINFORCEMENT SHALL BE OF HIGH YIELD
2 C2 B6 C1 B6 C1 B6 C1 B6 C1 B6 C1 C1 C1 C1 C1 C1 C1 C1 C2
STRENGTH DEFORMED BARS CONFORMING TO I.S: 1786-1985 WITH
MIN. YIELD STRESS / 0.2% PROOF STRESS OF 415 N/ SQ, MM (GRADE
C1 C1 Fe 415)

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.

9.CENTER OF FOOTING AND CENTER OF COLUMN SHALL BE KEPT


B7 B7 B7 B7 B7 B7 B7 B7 B7 B7 SAME

10.WATER FOR CONSTRUCTION PURPOSE SHALL CONFORM TO


B7 S1
12000

B2 B2 B3 B4 B5 B5 B2 B2 B5 B2 B2 B1 CLAUSE 5.4 OF I.S.-456-2000.


B3
2'
C1 S1 S1 S1 S1 S1 S1 S1 B5 S1 S1 S1 C1
11. REINFORCEMENT IN SHORT SPAN SHALL BE PLACED IN BOTTOM
LAYER IN SLABS.

12.LAP SHOULD NOT BE PROVIDED .


B1 B7 B7 B7 B7 B7 B7 B7 B7 B7 B7 B7 a) WITHIN A JOINT
5775

b) WITHIN A DISTANCE 2 d FROM JOINT FACE.


c) WITHIN A DISTANCE LENGTH OF MEMBER FROM THE JOINT
S1 S1 S1 FACE.
S1 B2 S1 B2 B3 B5 S1 B2 S1 B2 B5 B3
S1 B2
S1 B2 S1 B1
B4 B5 S1 13.NOT MORE THAN 50% OF BAR SHALL BE SPLICED AT ONE
SECTION.
B8 B8 B8 B8 B8 B9 B9 B9 B8 B8 B8 B8 B8 14. TIES AT 100 c/c SHALL BE PROVIDED OVER A LENGTH, h/6 c/c OF
3 COLUMNS HEIGHT FROM EACH JOINTS FACE AT TOP & BOTTOM, AS
24000

C1 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C3 C1 I.S.13920-1993

S1 S1 15.THE REINFORCEMENT DETAILING SHALL BE AS PER IS: 13920.


S1 B2 B2 B2 B2 S1 B2 S1 B2 S1
B5
S1 S1 B5 B5 S1 B4 B3 S1 B1
B3 S1 16.LAP LENGTH/DEVELOPMENT LENGTH(Ld) FOR MAIN
5775

B1 REINFORCEMENT BARS AS PER I.S.-456-2000 SHALL BE 50X dia OF


BAR FOR M20,AND 41X dia FOR M25 GRADE OF CONCRETE, LAPS
B7 B7 B7 SHALL BE STAGGERED . NOT MORE THAN 50% BARS SHALL BE
LAPPED AT ONE SECTION. LAPS SHALL BE AVOIDED UPTO 0.25 X L
B7 B7 B7 B7 B7 B7 B7 B7
FROM SUPPORT IN BEAMS AND SLABS.
B4 S1 C1
B5 B5 B5 B5 17.ALL BRICKS IN THE MASONRY SHALL HAVE CHARACTERISTIC
12000

3' C1 B2 B2 B2 B2 B2 B2 STRENGTH OF 7.5 N/sq.mm (UNLESS OTHERWISE SPECIFIED) LAID IN


S1 S1 B3 S1
S1 S1 B3 S1 S1 S1 S1 1:6 (1 CEMENT :6 SAND) MORTAR.
S1
18.PLINTH FILLING & BACK FILLING IN FOUNDATION TRENCHES TO
B7 B7 B7 BE DONE IN LAYERS AND SHOULD BE WELL COMPACTED AS PER
CPWD SPECS.
B7 B7 B7 B7 B7 B7 B7
5775

B1 19. NO FOUNDATION SHALL REST ON LOOSE SOIL STRATA.IN CASE


B4
S1 B5 S1 LOOSE SOIL FOUND ARCHITECT/CONTRACTOR MUST BE
S1 S1 B3 B5 S1 S1 B5 S1 STAIR CASE
B3 S1 S1 B1 CONSULTED.
B2 B2 B2 B2 S1 B2 B2
20. SAFE BEARING CAPACITY OF SOIL IS ASSUMED 10.00 T/M AS PER
C2 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C1 C2 SOIL INVESTING REPORT.
4
B10 B10 B10 B10 B10 C1 B11 B11 B11 C1 B6 B6 B6 B6 B6
3600

C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4 C4
5

FIRST FLOOR BEAM PLAN BEAM SCHEDULE


BEAM BEAM BEAM SHAPE
MARK SIZE

BEAM SCHEDULE B6 250X600 SUFFIX DATE INITIALS DETAILS

BEAM BEAM BEAM SHAPE REVISIONS

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 TERMINAL BUILDING


250
FIRST FLOOR BEAM PLAN & DETAILS
B5 350X750
B11 250X600

350
250
proposed byepass road for muktapur

EXPORT TRUCK

WAITING PARKING

EMPTY/ IMPORT TRUCK DRIVERS AREA

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

THANKS FOR YOUR VISIT

BACK
CITY A,B,C - kms

COAL AND AGGREGATE DUMPING AREA

DEVELOPMENT OF INTEGRATED
CHECK POST AT DAWKI ALONG
INDO-BANGLADESH BORDER

EXTERNAL SIGNAGES

You might also like