Fire Fight - Bank Of India

1
Relationship beyond Banking
ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG,
KINGSWAY, NAGPUR
Tender for Supply, Installation, Testing & Commissioning of Fire
Fighting System at ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY,
NAGPUR
PART – I
GENERAL CONDITIONS & TECHNICAL SPECIFICATIONS
Name of Tenderer _______________________________________________________
Address________________________________________________________________
________________________________________________________________________
Last date of Submission
: 28th August, 2015 (up to 4.00 p.m.)
Validity of the tender
: 3 months from the date of opening of the tender.
2
General Information
Tender Date
07th Aug 2015 (Friday)
Last date of submission of Tender
28th August 2015 (Friday)
Pre-bid meeting date
14th August 2015 (Friday)
Tender opening date
31st August 2015 (Monday)
Earnest Money (EMD) amount
Rs.1,00,000 /- (Rs. One lakh)
Cost of tender form
Rs.1,000 /- (Rs. One thousand)
Estimated Cost of the project
Rs. 54,13,000 /- (Rs. Fifty four lakh thirteen
thousand)
Open
Category
Contact person
Mr. Pramod Kumar- +91 9922508916
Mr. Soumitra Dey- 0712-2544884
3
FORM OF TENDER
Place:
Date:
To,
THE ZONAL MANAGER
BANK OF INDIA
S V PATEL MARG, KINGSWAY
NAGPUR
Dear Sir,
1.
Having examined the specifications, designs and schedule of quantities relating to the
works specified in the memorandum hereinafter set out and having visited and
examined the site of the works specified in the said memorandum and having acquired
the requisite information relating thereto as affecting the tender, I/We hereby offer to
execute the works specified in the said memorandum within the time specified in the
said memorandum at the rates mentioned in the attached schedule of quantities and in
accordance in all respects with the specification, designs and instructions in writing
referred to in conditions of tender, the Articles of Agreement, Special Conditions,
Schedule of Quantities and Conditions of Contract and with such materials as are
provided for by, and in all other respects in accordance with such conditions so far as
they may be applicable.
MEMORANDUM
(a) Description of Works
: Supply, Installation, Testing & Commissioning of
Fire hydrant & Sprinkler System in the ZONAL
OFFICE BUILDING, BANK OF INDIA, S V
PATEL MARG, KINGSWAY, NAGPUR.
(b) Estimated Cost
: Rs. 54,13,000/-(Rupees Fifty four Lakh thirteen
thousand Only)
(c) Earnest money
: Rs.1,00,000/- (Rupees one lakh only)
(d) Tender Cost
: Rs. 1,000 /- (Rupees one thousand only)
(e) Percentage, if any, to be
deducted from bill
: 5% Retention Money from each R.A. bill.
(f) Time allowed for completion
of the work from tenth day after
the date of written order to
commence the work
: 6 months
(g) Validity of the tender
: 3 months from the date of opening of the tender
2.
Should this tender be accepted, I/We hereby agree to abide by and fulfill the terms and
provisions of the said Conditions of Contract annexed hereto so far as they may be
applicable or in default thereof to forfeit and pay to the BANK OF INDIA, S V PATEL
MARG, KINGSWAY, NAGPUR the amount mentioned in the said conditions.
3.
I/We have submitted a demand draft of a nationalized bank for a sum of Rs.1,00,000/towards earnest money, which amount is not to bear any interest. Should I/We fail to
execute the contract when called upon to do so, I/We do hereby agree that this sum
shall be forfeited by BANK OF INDIA, Nagpur.
4
4.
The lists showing the particulars of large works carried out and the names of
manufacturers of specialized items as required under clause 18 of the General
Instructions to Contractors and Special Conditions are enclosed.
5.
Our bankers are
(i)
(ii)
Name of the partner of the firm
Authorized to sign
)
)
Or
)
Name of person having Power of
)
Attorney to sign the contract.
)
(Certified true copy of the Power of
)
Attorney should be attached)
)
Signature of Contractor
(Signatures and addresses of witnesses)
(1)
(2)
Your’s faithfully,
5
ARTICLES OF AGREEMENT
ARTICLES OF AGREEMENT made the _______ day of ________________ between the
ZONAL OFFICE, BANK OF INDIA at S V PATEL MARG, KINGSWAY, NAGPUR (hereinafter
called
“the
Employer”)
on
the
one
part
and
_________________________________________________________ (hereinafter called
“the Contractor”) on the other part.
WHEREAS the Employer is desirous of getting executed and completed the work of Supply,
Installation, Testing & Commissioning of Fire Fighting System at ZONAL OFFICE, BANK OF
INDIA BUILDING at S V PATEL MARG, KINGSWAY, NAGPUR and has caused drawings
and specifications describing the works to be done to be prepared by employer.
AND WHEREAS the said Specifications and the Schedule of Quantities have been signed by
or on behalf of the parties hereto.
AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set
forth herein and to the Conditions set forth in the Special Conditions and in the Schedule of
Quantities and Conditions of Contract (all of which are collectively hereinafter referred to as
“the said Conditions”) the works shown upon the said Drawings and/or described in the said
Specification and included in the Schedule of Quantities at the respective rates therein set
forth amounting to the sum as therein arrived at or such other sum as shall become payable
there under (hereinafter referred to as ‘the said Contract Amount’).
NOW IT IS HEREBY AGREED AS FOLLOWS:
1.
In consideration of the said Contract Amount to be paid at the times and inthe
manner set forth in the said conditions, the Contractor shall upon and subject to the
said Conditions execute and complete the work shown upon the said Drawings and
described in the said Specifications and the Schedule of Quantities.
2.
The Employer shall pay the Contractor the said Contract Amount or such other sum
as shall become payable, at the times and in the manner specified in the said
Conditions.
3.
The BANK OF INDIA, Nagpur will administer and directly arrange for supervision of
works, certification of bills, making payments and implementation of various terms,
conditions and stipulations of the contract regarding executions of work, quality of
work, quality of materials, progress and completion of the project shall mean the
Zonal Manager or any other person designated for the purpose by the BANK OF
INDIA, Nagpur.
4.
The said Conditions and Appendix thereto shall be read and construed as forming
part of this Agreement, and the parties hereto shall respectively abide by, submit
themselves to the said Conditions and perform the agreements on their part
respectively in the said Conditions contained.
5.
The plans, agreement and documents mentioned herein shall form the basis of this
Contract.
6.
This Contract is neither a fixed Lump sum Contract nor a Piece Work contract but is
a Contract to carry out the work in respect of the entire work of Supply, Installation,
Testing & Commissioning of Fire Fighting System at ZONAL OFFICE, BANK OF
INDIA, S V PATEL MARG, KINGSWAY, NAGPUR to be paid for, according to
actual measured quantities at the rates contained in the Schedule of Rates and
Probable Quantities or as provided in the said Conditions.
7.
The Contractor shall afford every reasonable facility for movement of vehicles in the
premises, any other regular functions of the Employer and also works performed by
other agencies engaged by the Bank.
8.
The Employer reserves the right of altering the Drawings and nature of the work by
adding to or omitting any items of work or having portions of the same carried out
without prejudice to this Contract.
6
9.
Time shall be considered as the essence of this Contract and the Contractor
hereby agrees to commence the work soon after the site is handed over to him or
from tenth day after the date of issue of formal work order as provided for in the
said Conditions, whichever is later and to complete the entire work within 06(Six)
months subject nevertheless to the provisions for extension of time.
10.
All payments by the Employer under this contract will be made only at Nagpur.
11.
All disputes arising out of or in any way connected with this agreement shall be
deemed to have arisen at Nagpur and only Courts in Nagpur shall have jurisdiction
to determine the same.
12.
That the several parts of this Contract have been read by the Contractor and fully
understood by the Contractor. The Contractor shall not be entitled for the payment
for the quantities beyond the tendered quantities unless ordered for by specific
written instructions from the Employer.
IN WITNESS WHEREOF the employer and the Contractor have set their respective hands to
these presents and two duplicates hereof on the day and year first hereinabove written.
IN WITNESS WHEREOF the Employer has set its hands to these presents through its duly
authorized official and the Contractor has caused its common seal to be affixed hereunto and
the said two duplicates and caused these presents and the said two duplicates hereof to be
executed on its behalf, the day and year first hereinabove written.
SIGNATURE CLAUSE
SIGNED AND DELIVERED by the BANK OF INDIA, Nagpur by the hand of
Shri _______________________________
(Name and Designation)
In the presence of
(1) _____________________________
Address _________________________
________________________________
________________________________
(2) ________________________________
Address _________________________
________________________________
________________________________
Witnesses
SIGNED AND DELIVERED by
_____________________________
on behalf of all the partners.
In the presence of
(1) ___________________________
Address _______________________
______________________________
______________________________
(2) ___________________________
Address _______________________
______________________________
______________________________
Witnesses
The COMMON SEAL of ___________
was hereunto affixed pursuant to the
resolutions passed by its Board of
If the party is a partnership firm or an
individual should be signed byall or
7
Managers at the meeting held on
__________________
In the presence of
(1)
(2)
Managers who have signed these
Presents in token thereof in the
Presence of
(1)
If the Contractor signs under its common
seal the signature clause should tally with
the sealing clause in the Articles of association
(2)
SIGNED AND DELIVERED by
Shri ____________________
and duly constituted attorney
If the Contractor is signing by the hand of power of
attorney, whether a company or individual
8
GENERAL INSTRUCTIONS TO CONTRACTORS & SPECIAL CONDITIONS
1. (a) Sealed Tenders separately for Part I (Technical Bid) and Part II (Financial Bid), both
enclosed in separate envelop, should be addressed to ZONAL MANAGER, BANK OF
INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, and super-scribed “Tender for Supply,
Installation, Testing & Commissioning of Fire Fighting System in ZONAL OFFICE, BANK
OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR as the case may be and sent so as
to reach this office not later than 4 p.m. on 28th August 2015. Tenderers should clearly
indicate on each copy of Tender under their full signature whether it is the original or
duplicate copy. DDs/ Pay Order towards EMD (Rs. 1,00,000 /-) and tender Cost (Rs. 1,000
/-) must be submitted along with Technical bid (Part –I) and it should not be in envelope
containing Part-II (Financial bid).Tenders where EMD and Cost of tender are not
submitted in Part-I (Technical bid) will be rejected straightway.
(b) Pre Bid Meeting–14th Aug 2015 (11.00 A.M)
2. No Tender will be received after 4 p.m. on 28th August 2015 under any circumstances
whatsoever.
3. (a) Part I (Technical Bid) of the tender containing the tenderer’s firm profile (as per the table
of ELIGIBILITY CRITERIA), the Terms and Conditions (Rates and amount shall not appear
anywhere in this part) and EMD shall be opened at 4.00 p.m. on 31st August 2015 at office of
The Zonal Manager, ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY,
NAGPUR, Nagpur, or any other Officer designated for this purpose by him/her in the presence
of Tenderers or their representatives, should they choose to be present. If the intending
tenderer feels that any of the terms and conditions of the tender documents is/are not
acceptable to them or they feel that additional terms and conditions are required to be
incorporated, they may indicate these conditions or additional or amended conditions only in
separate sealed cover (duplicate). All other terms and conditions on which there are no
observations by the intending tenderers shall be construed as acceptable to the tenderer.
Part-II of the Tender, containing only rates of items and amount stated in figures and words
will be opened on a subsequent date to be intimated to all the successful tenderers.
(b) Tenders shall remain open to acceptance by the Employer for a period of three months
from the date of opening Part-I of the Tender which period may be extended by mutual
agreement and the Tenderer shall not cancel or withdraw the Tender during this period.
(c) The Tenderers must use only the forms issued by the ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG, KINGSWAY, NAGPUR to fill in the rates.
4. (a) The Tender form must be filled in English and all entries must be made by hand and
written in ink. If any of the documents is missing or unsigned, the tender may be considered
invalid by the Employer at its discretion.
(b) Rates should be quoted both in figures and words in columns specified. All erasures and
alterations made while filling the tender must be attested by initials of the tenderer.
Overwriting of figures is not permitted. Failure to comply with either of these conditions will
render the tender void at the “ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG,
KINGSWAY, NAGPUR”s option. No advice of any change in rate or conditions after the
opening of Part II of the tender will be entertained.
(c) Each of the tender documents should be signed by the person or persons submitting the
tender in token of his/their having acquainted himself/themselves with the General Conditions
of Contract, Specifications and Special Conditions etc. as laid down. Any tender with any of
the documents not signed will be rejected.
(d) The Tender submitted on behalf of a firm shall be signed by all the partners of the firm or
by a partner who has the necessary authority on behalf of the firm to enter into the proposed
contract, otherwise the tender may be rejected by the Employer.
9
5. The ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, does
not bind itself to accept the lowest or any tender and reserve to itself to accept or reject any or
all the tenders either in whole or in part, without assigning any reasons for doing so.
6. (a) Intending tenderers shall pay as earnest money a sum of Rs.1,00,000/- by a demand
bank draft drawn on a nationalized Bank in favor of ZONAL MANAGER, BANK OF INDIA, S V
PATEL MARG, KINGSWAY, NAGPUR, payable at Nagpur. Tender, (Part – I) which is not
accompanied by such earnest money will not be considered. The amount of earnest money
will be returned to the tenderer if his tender is not accepted but without any interest.
(b) Under no circumstances, Earnest Money Deposit will be accepted in any other form than
mentioned under 6(a) above.
7. The Earnest Money Deposit of Rs.1,00,000/- submitted by the successful tenderer shall be
held by the ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR,
as security for the execution and due fulfillment of the Contract until the completion of the
work. No interest shall be paid on the said deposit.
8. On receipt of intimation from the Employer of the acceptance of his/their tender, the
successful tenderer shall be bound to execute the agreement within fourteen days thereof.
The successful tenderer shall sign an agreement in accordance with the draft agreement and
the Schedule of Conditions but the written acceptance by the ZONAL OFFICE, BANK OF
INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, of a tender will constitute a binding
contract between the ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY,
NAGPUR, and the person so tendering, whether such formal agreement is or is not
subsequently executed.
9.(a) In addition to the Earnest Money Deposit, under clause 6(a) and as further security for
the due fulfillment of the contract by the contractor, 5 % of the value of the work done shall be
deducted by the employer from each payment to be made to the contractors towards
Retention Money. This total amount will be termed as security deposit. On issuing certificate
of virtual completion of the work by the consultant, EMD shall be released. The remaining
retention money (S.D.) shall be released after successful completion of Defects Liability
Period.
(b) All compensation or other sums of money payable by the Contractor to the Employer
under the terms of this Contract may be deducted from his earnest money and the security
deposit if the amount so permits and the Contractor shall, unless such deposit becomes
otherwise payable, within ten days after such deduction make good in cash the amount so
deducted.
10. The Contractor shall not assign the Contract. He shall not sublet any portion of the
Contract, except with the written consent of the Employer. In case of breach of these
conditions, the Employer may serve a notice in writing on the contractor rescinding the
Contract whereupon the security deposit shall stand forfeited to the Employer, without
prejudice to his other remedies against the contractor.
11. The Contractor shall carry out all the work strictly in accordance with details and
instructions of the Employer. If in the opinion of the Employer, changes have to be made in
the design and they desire the Contractor to carry out the same, the Contractor shall carry out
the same without any extra charge. The Employer’s decision in such cases shall be final and
shall not be open to arbitration.
12. A schedule of Probable Quantities in respect of each work and specifications accompany
these Special Conditions. The Schedule of Probable Quantities is liable to alteration,
omissions, deductions or additions at the discretion of the Employer. Each tender should
contain not only the rates but also the value of each item of work entered in a separate
column and all the items should be totaled in order to show the aggregate value of the entire
tender.
13. The tenderer must obtain for himself on his own responsibility and at his own expenses all
the information which may be necessary for the purpose of making a tender and for entering
into a contract and must examine the specifications and must inspect the site of the work and
acquaint himself with all local conditions, means of access to the work, nature of the work and
all matters pertaining thereto.
10
14. The rates quoted in the tender shall include all charges for clearing of site after completion
of work, scaffolding, centering, boxing, staging, planking, timbering and pumping out water
including bailing, fencing, hoarding, plant and equipment, watching and lighting, by night as
well as day including Sundays and Holidays, temporary extension of plumbing and electric
supply, protection of the public and safety of adjacent roads, streets, cellars, vaults, ovens,
pavements, walls houses, building and all other erections, matters or things, and the
Contractor shall take down, remove any or all such centering, scaffolding, staging, planking,
timbering, strutting, shoring etc., as occasion shall require or when ordered so to do and fully
reinstate and make good all matters and things disturbed during the execution of work and to
the satisfaction of the employer. The rates quoted shall be deemed to be for the finished work
to be measured at site.
The rates shall also be firm and shall not be subject to exchange variations, labour conditions,
transportation, fluctuations in railway freights or any conditions whatsoever. Tenderers must
include in their rates, VAT, sales tax, excise duty, Service Tax, LBT and any other tax and
duty or other levy levied by the Central Government or any State Government or local
authority, if applicable. No claim in respect of transportation, sales tax, excise duty, VAT, LBT
or other tax, duty or levy whether existing or may exist in future shall be entertained by the
Employer.
15.The Contractor should note that unless otherwise stated, the tender is strictly on item rate
basis and his attention is drawn to the fact that rates for each and every item should be
correct, workable and self-supporting. The quantities in the Schedule of Quantities
approximately indicate the total extent of work but may vary to any extent and may even be
omitted thus altering the aggregate value of the Contract. No claim shall be entertained on
this account.
16. Time allowed for carrying out the work as mentioned in the Memorandum shall be strictly
observed by the Contractor and it shall be reckoned from the 10th day after written order to
commence the work is issued. The work shall throughout the stipulated period of the Contract
be proceeded with all due diligence and if the Contractor fails to complete the work within the
specified period, he shall be liable to pay compensation to the Employer as defined in clauses
19 and 20 of the Conditions of Contract. The tenderer shall before commencing work prepare
a detailed work program which shall be approved by the Employer.
17. The Contractor shall not be entitled to any compensation for any loss suffered by him on
account of delays in commencing or executing of the work, whatever the cause of delays may
be, including delays arising out of modifications to the work entrusted to him The Employer
does not accept liability for any sum besides the tender amount, subject to such variations as
are provided for herein.
18. The tenderer shall at the time of tendering indicate, in the format specified in Annexure I
the names of manufacturers / brands of items, which he proposes to use in the work if his
tender is accepted. Details of technical / commercial deviations, if any, may be furnished in
the format given in Annexure II & III. In case there are no deviations proposed, a Nil
statement may be furnished.
19. The Contractor shall strictly comply with the provision of safety code annexed hereto.
20. I.S. Code numbers wherever mentioned in the tender shall be in latest version of I.S.
Codes as on the date of opening of tenders.
21. The security deposit of the successful tenderer will be forfeited if he fails to comply with
any of the conditions of the Contract.
22. The successful tenderer shall submit a performance Bank Guarantee obtained
from any of the nationalized bank in the format approved by the bank for an amount
equivalent to 5% of the actual contract value at the time of the award of the contract.
The bank guarantee will be initially valid for a period of one year such as defect liability
period.
23. The Tenderer shall guarantee that the work shall confirm to the detailed specifications.
11
24. Before handing over of fire hydrant and sprinkler system, 6 copies of the Operation
and Maintenance manual for major equipments shall be furnished to the Employer along
with 6 sets of drawings of all the works done as executed by the Contractor.
25. The applicants/ tenderers have to submit in a sealed envelope/ cover
i) Client’s certificate as per format at Annexure IV from their clients for whom they have
carried out “eligible works” in terms of the eligibility (Pre qualification) criteria explained in the
tender document.
I/We hereby declare that I/We have read and understood the above instructions for the
guidance of tenderers.
Date:
Signature of Tenderer:
Address:
12
ELIGIBILITY CRITERIA
The mandatory requirements for Technical Competency
S.No.
Eligibility Criteria
1
The bidder Company / Firm must have
been in the business of carrying out
supply,
installation,
testing
and
commissioning of Fire Fighting system
for large office buildings, commercial
premises, apartment buildings etc. for
last 10 Years as of 01st Aug 2015 and
presently
having
office/proper
infrastructure set up at Nagpur.
2
The bidder should have executed at least
three (03) similar works of costing
minimum Rs. 30 (lakh) each out of which
at least one work should have in Nagpur
in last three years OR at least two (02)
similar works of costing minimum Rs. 40
Lakh each out of which one work should
have in Nagpur in last three years OR at
least One (01) similar work of costing Rs.
50 Lakh in Nagpur and if this work is
outside Nagpur then the cost should be
at least 60 Lakh in last three years.
3
The Service provider must have an
average annual turnover of over Rs. 100
lakh during the last three years.
4
The bidder should not have made loss in
the last three years as of 31.03.2015
5
The bidder should have Credible
Supervisory Infrastructure (as per S. No.
9 of SPECIAL INSTRUCTIONS given in
the Tender Document).
6
Should
have
required
Statutory
Registration of Income Tax, Service Tax,
Contract Labour Act (Regulation &
Abolition) 1970 - if applicable, EPF, ESI
etc.
7
The bidder should be free from any
litigation, in the services provided, with
the client and any bank/financial
institution. The bidder should not have
been blacklisted by any of the institutions
as mentioned in point 2 above.
8
The bidder Company / Firm / its partner
should be registered under Maharashtra
Fire Service and having valid license.
9
The defect liabilities period will be one
(01) years from the date of handover of
the
system
to
bank/owner.
If
Services/installation works is found
unsatisfactory during the period of defect
liabilities
then
there
will
be
penalty/invoked @ 5% of the work order
cost.
Documents Required
Order copies / any other proof
indicating that the bidder is in the
business since last ten (10) years.
Relevant order copies and should
submit
certificate
of
satisfactory
completion of work from the employers.
(As per Annexure IV)
Audited Balance Sheet for last three
years.
Audited Balance Sheet for last three
years.
Copies of relevant documents to prove
the competency should be enclosed.
Copies of these Documents to be
attached.
Declaration
submitted.
to
this
effect
to
be
Copies of Registration Certificate to be
attached.
13
TECHNICAL BID
1. Name of the applicant firm
:
2. Address of the Registered Office
:
3. Address of local office at Nagpur
:
4. Type of organisation
:
(Proprietorship/Partnership/Pvt.Ltd.)
5. Name of the Proprietor/Partners/
Directors of Applicant with address
with phone numbers
:
6. Name of the Registering Authority with:
Date and registration number
7. Whether registered for Service Tax
Purpose. If yes, mention number and
Date (copies of latest service tax
Clearance certificate to be enclosed)
: Yes/No
8. Whether an Income Tax assessee
(copies of lates income tax clearance
Certificate to be enclosed).
: Yes
9. Agency’s Turnover for last 3 years
(Proof to be submitted)
: Year-I _______________
Year-II_______________
Year-III______________
10. If you are registered in the panels of :
Any other government/public sector/
Private banks, etc. Please furnish details
11. Whether you will resort to
sub-contracting
: Yes/No
12. License number, Validity and Class of Licensing agency:
With Directorate of Maharashtra Fire Services
13. Details of Earnest money Rs. 1,00,000 /- DD NO. Date amount etc. : Yes/No
(Demand Draft only of nationalized Bank, payable at Nagpur)
14. Details of Tender cost Rs. 1,000 /- DD NO. Date amount etc.
(Demand Draft only of nationalized Bank, payable at Nagpur)
15. The vendor has to confirm on each invoice that
: Yes/No
: Agree/ Disagree
i) Minimum wages as per statute is being paid to
Workers engaged for the work.
ii) Statutory deductions viz PF, ESIC, TDS etc.
being remitted to concerned authorities
iii) All applicable taxes i.e Service Tax and other taxes are
remitted to Government account
No payment shall be made in absence of proof of the above mentioned statutory compliances.
16. Details of similar work carried out with
project cost and date of completion
:
14
SAFETY CODE
1. There shall be maintained in a readily accessible place first aid appliances including
adequate supply of sterilized dressings and cotton wool.
2. An injured person shall be taken to a public hospital without loss of time, in cases where
the injury necessitates hospitalization.
3. Suitable and strong scaffolds should be provided for workmen for all works that cannot
safely be done from ground.
4. No portable single ladder shall be over 8 meters in length. The width between the side rails
shall not be less than 30cm. (clear) and the distance between two adjacent rungs shall not be
more than 30 cm. When a ladder is used an extra mazdoor (labour) shall be engaged for
holding the ladder.
5. The excavated material shall not be placed within 1.5 meters of the edge of the trench or
half of the depth of trench whichever is more. All trenches and excavations shall be provided
with necessary fencing and lighting.
6. Every opening in the floor of building or in a working platform shall be provided with suitable
means to prevent the fall of persons or materials by providing suitable fencing or railing whose
minimum height shall be one meter.
7. No floor, roof or other part of the structure shall be so overloaded with debris or materials
as to render it unsafe.
8. Workers employed on mixing and handling materials such as asphalt, cement mortar,
concrete and lime mortar shall be provided with protective footwear and rubber hand-gloves.
9. Those engaged in welding works shall be provided with welder’s protective eye-shields and
gloves.
10.i) No paint containing lead or lead products shall be used except in the form of paste or
readymade paints.
(ii) Suitable facemasks should be supplied for use by the workers when the paint is applied in
the form of spray or surface having lead paint is dry rubbed and scrapped.
11. Overalls shall be supplied by the Contractor to the painters and adequate facilities shall be
provided to enable the working painters to wash during the periods of cessation of work.
12. Hoisting machines and tackle used in the works, including their attachments, anchorage
and supports shall be in perfect condition.
13. The ropes used in hoisting or lowering material or as a means of suspension shall be of
durable quality and adequate strength and free from defects.
15
THE CONDITIONS HEREINBEFORE REFERRED TO
1. The Contractor shall forthwith comply with and duly execute any work comprised in such
Employer’s instructions, directions and explanations given to the Contractor or his
representative upon the works by the Employer, shall, if involving a variation, be confirmed in
writing by the Contractor within seven days, and if not dissented from in writing within a further
seven days by the employer, such shall be deemed to be Employer’s Instructions within the
scope of the Contract.
2.Variations to be approved by Employer
The Contractor shall submit through the employer a statement of variations giving quantity
and rates duly supported by analysis of rates, vouchers, etc. The rates on scrutiny and final
acceptance by the Employer shall form a supplementary tender. The Employer shall not be
liable for payment of such variations until these statements are sanctioned by it.
3. Schedule of Quantities and Agreement
The Contract shall be executed in duplicate and the Employer and the Contractor shall be
entitled to one executed copy each for his use. The Contractor on the signing hereof shall be
furnished by the Employer one copy of each of the specification.
4. Contractor to provide everything necessary at his cost
The Contractor shall provide at his cost everything necessary for the proper execution of the
works according to the intent and schedule of Quantities and Specifications taken together
whether the same may or may not be particularly shown or described therein provided the
same can reasonably be inferred there from, and if the Contractor finds any discrepancy in
the Schedule of Quantities and Specifications he shall immediately and in writing refer same
to the Employer who shall decide which is to be followed.
5. Material and workmanship to conform to descriptions
All materials and workmanship shall so far as procurable be of the respective kinds described
in the Schedule of Quantities and/or Specifications and in accordance with the Employer’s
instructions, and the Contractor shall upon the request of the Employer’s furnish him with all
invoices, accounts, receipts and other vouchers to prove that the materials comply therewith.
The Contractor shall at his own cost arrange for and/or carry out any test of any materials
which the Employer’s may require.
6. Contractor's superintendence and representative on the works
The Contractor shall give all necessary personal superintendence during the execution of the
works, and as long thereafter as the Employer may consider necessary until the expiration of
the “Defects Liability Period” stated in hereto. The Contractor shall also during the whole time
when works are in progress, employ a competent representative who shall be constantly in
attendance at the works while the men are at work. Any directions, explanations, instructions
or notices given by the Employer to such representative shall be held to be given to the
Contractor.
7. Project Manager (T)/Manager (T)
The term “Project Manager (T)” shall mean the person appointed and paid by the Employer to
inspect the works. The Contractor shall afford the Project Manager (T) every facility and
assistance for inspecting the works and materials and for checking and measuring.
The Project Manager (T), or any representative or the Employer shall have to give instructions
to the Contractor or to his representative of non-approval of any work or materials and such
work shall be suspended or the use of such materials shall be discontinued until the decision
of the employer is obtained. The work will from time to time be examined by the Project
Manager (T) or the Employer’s representative, but such examination shall not in any way
exonerate the Contractor from the obligation to remedy any defects which may be found to
exist at any stage of the works or after the same is completed. Subject to the limitation of this
clause, the Contractor shall take instruction only from the Employer.
16
8. Assignment and Sub-letting
The whole of the works included in the Contract shall be executed by the Contractor. And the
Contractor shall not directly or indirectly transfer, assign or under-let the contract or any part
share thereof or any interest therein without the prior written consent of the Employer, and no
undertaking shall relieve the Contractor from the full and entire responsibility of the Contract
or from active superintendence of the works during their progress.
9. Alterations/addition/omission etc.
No alteration, omission or variation shall vitiate this contract but in case the employer thinks
proper at any time during the progress of the works to make any alterations in, or additions to,
or omissions from, the works or any alteration in the kind or quality of the materials to be used
therein and shall give notice thereof in writing under his hand to the Contractor, the Contractor
shall alter, add to, or omit from, as the case may be, in accordance with such notice, but the
Contractor shall not do any work extra or make any alterations or additions or omissions from
the works or any deviation from any of the provisions of the Contract, Stipulation,
Specifications without the previous consent in writing of the Employer and the value of such
extras, alterations, additions or omission shall in all cases to be determined by the Employer
in accordance with the provisions of Clause 13 hereof, and the same shall be added to, or
deducted from the Contract Amount, as the case may be, accordingly.
10. Schedule of Quantities
The Schedule of Quantities, unless otherwise stated shall be deemed to have been prepared
in accordance with the Standard Method of Measurement.
Any error in description or in quantity or in omission of items from the Schedule of Quantities
shall not vitiate this contract but shall be rectified and the value thereof as ascertained under
clause 13 thereof, shall be added to, or deducted, from the Contract Amount (as the case may
be) provided that no rectification or errors, if any shall be allowed in the Contractor’s Schedule
of Rates.
11. Sufficiency of Schedule of Quantities
The Contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the prices stated in the
Schedule of Quantities and/or the Schedule of Rates and Prices which rates and prices shall
cover all his obligations under the Contract, and all matters and things necessary for the
proper completion of the work.
12. Measurement of works
The employer may from time to time intimate to the Contractor that he requires the works to
be measured and the Contractor shall forthwith attend or send a qualified agent to assist the
Project Manager (T) in taking such measurements and calculations and to furnish all
particulars or to give all assistance required by any of them.
Should the Contractor not attend or neglect or omit to send such agent, then the
measurement taken by the employer or a person approved by him shall be taken to be correct
measurement of the works.
The Contractor or his Agent may at the time of measurement take such notes and
measurements as he may require.
All authorized extra work, omissions and all variations made with the Employer’s knowledge,
but subsequently sanctioned by him in writing shall be included in such measurements.
13. Prices for extras etc. ascertainment of
The Contractor may, when authorized and shall, when directed in writing by the Employer,
add or omit from or vary the works shown upon the drawings, or described in the
Specification, or included in the Schedule of Quantities, but the Contractor shall make no
addition, omission or variation without such authorization or direction. A verbal authority or
direction by the employers shall if, confirmed by them in writing within seven days, be deemed
to have been given in writing.
17
No claim for an extra shall be allowed unless it shall have been executed under provisions of
clause 2 hereof or by the authority of the Employer. Any such extra is herein referred to as
authorized extra and payment shall be made in accordance with the following provisions.
(a)
(i) The net rates or prices in the original tender shall determine the valuation of the
extra work where such extra work is of similar character and executed under similar
conditions as the work priced therein.
(ii) Rates for all items, wherever possible should be derived out of the rates given in the
Priced Schedule of Quantities
(b)
The net prices of the original tender shall determine the value of the items omitted,
provided if omissions vary the conditions under which any remaining items of works are
carried out, the prices for the same shall be valued under sub-clause (c) hereof.
(c)
Where the extra works are not of similar character and/or executed under similar
conditions as aforesaid or where the omissions vary the conditions under which any
remaining items of works are carried out or if the amount of any omissions or additions
relative to the amount of the whole of the Contract works or to any part thereof shall be
such that in the opinion of the employer, the net rate or price contained in the Priced
Schedule of Quantities or tender or for any item of the works involves loss or expense
beyond that reasonably contemplated by the Contractor or is by reason of such
omission or addition rendered unreasonable or inapplicable, the Employer shall fix
such other rate or price as in the circumstances he shall think reasonable and proper
with the prior approval in writing of the Employer.
(d)
Where extra work cannot be properly measured or valued, the Contractor shall be
allowed day work prices as the net rates stated in the tender or the Priced Schedule of
Quantities or, if not so stated, then in accordance with the local day work rates and
wages for the district provided that in either case, vouchers specifying the daily time
(and if required by the Employer, the workmen’s names) and materials employed be
delivered for verification to the Employer, or his representative at or before the end of
the week following that in which the work has been executed.
It is further clarified that for all such authorized extra items where rates cannot be
derived from tender, the contractor shall submit rates supported by rate analysis
worked on the "actual cost basis", plus 15% towards establishment charges,
contractor's overhead and profit. Such items will not be eligible for escalation.
The measurement and valuation in respect of the Contract shall be completed within
within three months of the completion of the Contract works as defined in Clause 15
hereof.
14. Removal of improper work
The Employer, shall, during the progress of the works, have power to order in writing from
time to time the removal from the works within such reasonable time or times as may be
specified in the order, of any materials which in the opinion of the Employer, are not in
accordance with the Specifications or the instructions of the Employer, the substitution of
proper materials, and the removal and proper re-execution of any work executed with
materials, and the workmanship not in accordance with the Specifications or instructions, and
the Contractor shall forthwith carry out such order at his own cost. In case of default on the
part of the Contractor to carry out such order, the Employer shall have the power to employ
and pay other persons to carry out the same, and all expenses consequent thereon, or
incidental thereto, as certified by the Employer, shall be borne by the Contractor, or may be
deducted by the Employer from any money due, or that may become due, to the Contractor.
15. Defects after virtual completion
Any defect, shrinkage, settlement or other faults which may appear within the “Defects
Liability Period” i.e twelve months after the virtual completion of the works, arising in the
opinion of the Employer, from materials or workmanship not in accordance with the Contract,
shall upon the directions in writing of the Employer, and within such reasonable time as shall
be specified therein, be amended and made good by the Contractor, at his own cost and in
case of default, the Employer may employ and pay other persons to amend and make good
such defects shrinkage, settlements or other faults, and all damages, loss and expenses
consequent thereon or incidental thereto shall be made good and borne by the Contractor and
18
such damage, loss and expenses shall be recoverable from him by the Employer or may be
deducted by the Employer, from any money due or that may become due to the Contractor, or
the Employer may in lieu of such amending and making good by the Contractor deduct from
any moneys due to the Contractor a sum, to be determined by the Employer equivalent to the
cost of amending such work and in the event of the amount retained under clause 23 (a)
hereof being insufficient, recover the balance from the Contractor, together with any
expenses, the Employer may have incurred in connection therewith. Should any defective
work have been done or material supplied by Contractor employed on the works the
Contractor shall be liable to make good and been subject to the provisions of this clause. The
Contractor shall remain liable under the provisions of this clause notwithstanding the signing
of any Certificate or the passing of any accounts by the Employer.
16. Certificate of virtual completion and Defects Liability Period.
The works shall not be considered as completed until the Employer has certified in writing that
the work has been virtually completed. The Defects Liability Period shall commence from the
date of such Certificate.
17. Insurance in respect of damages to persons and property.
The contractor shall be responsible for all injury or damage to persons, animals or things and
for all structural and decorative damage to property which may arise from the operation or
neglect of himself or of any nominated sub-contractor's employees, whether such injury or
damage arise from carelessness, accident or any other case whatever in any way connected
with the carrying out of the contract. This clause shall be held to include, inter-alia, any
damage to buildings, whether immediately adjacent or otherwise, and any damage to roads,
streets, footpaths, bridges or ways as well as all damage caused to the buildings and works
forming the subject matter of this contract due to rain, wind, frost or other inclemency of
weather. The contractor shall indemnify the Employer and hold him harmless in respect of all
and any expenses arising from any such injury or damage to persons or property as
aforesaid and also in respect of any claim made in respect of injury or damage, whether
under any statute or otherwise and also in respect of any award or compensation or
damages consequent upon such claims. The contractor shall, at his own expense, effect and
maintain till issue of the virtual completion certificate under this contract, with an insurance
company approved by the employer, an All Risks Policy for Insurance for the full amount of
the contract including earthquake risk in the joint names of the Employer and the Contractor
(the name of the former being placed first in the policy) against all risks as per the
standard all risk policy for Contractors and deposit such policy or policies with the Employer
before commencing the works.
The contractor shall, reinstate all damages of every sort mentioned in this clause, so as to
deliver up the whole of the contract works complete and perfect in every respect and so as to
make good or otherwise satisfy all claims for damage to the property or third parties.
The contractor shall indemnify the Employer against all claims which may be made against
the Employer by any member of the public or other third party in respect of anything which
may arise in respect of the works or in consequence thereof and shall at his own expenses
arrange to effect and maintain, until the virtual completion of the contract with an approved
insurance company, a policy of insurance in the joint names of the Employer and the
Contractor against such risks and deposit such policy or policies with the Employer from time
to time during the currency of this contract. The contractor shall also similarly indemnify the
Employer against all claims which may be made upon the Employer whether under the
workmen's compensation Act or any other statutes in force during the currency of this
contract or at Common Law in respect of any employee of the contractor or any subcontractor and shall at his own expense effect and maintain, until the virtual completion of the
contract, with an approved insurance company, a policy of insurance in the joint names of the
Employer and the Contractor against such risk and deposit such policy or policies with the
Employer from time to time during the currency of the contract.
The minimum limit of the coverage under the third party insurance policy shall be Rs. Two
lakh per person for any one accident or occurrence and Rs. Five lakh in respect of damage
to property for any one accident or occurrence.
The Contractor shall be responsible for anything which may be excluded from the insurance
policies referred to above and also for all other damages to any property arising of and
incidental to the negligent or defective carrying out of this contract. He shall also indemnify
19
the Employer in respect of any costs, charges or expenses arising out of claim or proceedings
of damage arising there from.
In default of the contractor insuring as provided above, the Employer may so insure and may
deduct the premiums paid from any money due or which may become due to the contractor.
The contractor shall also indemnify and keep indemnified the Employer against all and any
costs, charges or expenses arising out of any claim or proceedings relating to the works and
also in respect of any award of damage or compensation arising there from.
Without prejudice to the other rights of the Employer against contractors in respect of such
default, the Employer shall be entitled to deduct from any sums payable to the contractor the
amount of any damages , compensation costs, charges and other expenses paid by the
Employer and which are payable by the contractor under this clause.
The contractor shall upon settlement by the insurer of any claim made against the insurer
pursuant to a policy taken under this clause, proceed with due diligence to rebuild or repair
the works destroyed or damaged. In this event the money received from the insurer in
respect of such damage shall be paid to the contractor and the contractor shall not be entitled
to any further payment in respect of the expenditure incurred for rebuilding or repairing of the
materials or goods destroyed or damaged.
The contractor, in case of rebuilding or reinstatement after damage shall be entitled to such
extension of time for completion as the employer may deem fit but shall, however, not be
entitled to reimbursement by the Employer of any shortfall or deficiency in the amount finally
paid by the insurer in settlement of any claim arising as set out herein.
Without prejudice to his liability under this clause, the contractor shall also cause all
nominated sub-contractors to affect, for their respective portions of the works a similar policies
of insurance in accordance with the provisions of this clause and shall produce or cause to
produce to the Employer such policies. The contractor shall not permit a nominated subcontractor to commence work at the site unless said insurance policies are submitted. In the
event of failure, of the sub-contractor to take out such policy or policies of insurance before
commencing the works at the site, the contractor shall be responsible for any claim or
damage attributable to the said sub-contractor.
In addition to the above, the Contractor shall insure the work against loss due to fire, for the
entire contract amount with an approved insurance company till the virtual completion of the
work.
18. Date of commencement and completion
The Contractor shall be allowed admittance to the site on the “Date of Commencement”
stated hereto, or such later date as may be specified by the Employer and he shall thereupon
and forthwith begin the works and shall regularly proceed with and complete the same (except
such painting or other decorative work as the Employer may desire to delay) on or before the
“Date of Completion” stated in, subject nevertheless to the provisions for extension of time
hereinafter contained.
19. Damage for non-completion
If the Contractor fails to complete the works by the date stated in tender or within any
extended time under clause 20 hereof and the Employer certifies in writing that in his opinion
the same ought reasonably to have been completed, the Contractor shall pay the Employer
the sum named as “Liquidated Damages” for the period during which the said works shall so
remain incomplete and the Employer may deduct such damages from any money due to the
Contractor.
20. Delay and extension of time
If in the opinion of the Employer, the works be delayed (a) by force majeure or (b) by reason
of any exceptionally inclement weather or (c) by reason of proceedings taken or threatened by
or dispute with adjoining or neighboring owners or public authorities arising otherwise, than
through the Contractor’s own default or (d) by the works or delays of other Contractor or
Tradesmen engaged or nominated by the Employer and not referred to in the Schedule of
Quantities and/or Specification or (e) by reason or Employer’s instructions as per clause 01
hereof or (f) by reason of civil commotion, local combination of workmen or strike or lockout
20
affecting any of the building trade or (g) in consequence of the Contractor not having received
in due time necessary instructions from the Employer for which he shall have specifically
applied in writing or (h) from other causes which the Employer may certify as beyond the
control of Contractor or (i) in the event, the value of the work exceed the value of the Priced
Schedule of Quantities owing to variation, the Employer may make a fair and reasonable
extension of time for completion of the Contract Works, in case of such strike or lock-out the
Contractor shall as soon as possible give written notices thereof to the Employer but the
Contractor shall nevertheless constantly use his endeavors to prevent delay and shall do all
that may reasonably to be required to the satisfaction of the employer to proceed with work.
21. Failure by Contractor to comply with Employer’s Instructions
If the Contractor after receipt of written notice from the Employer requiring compliance within
ten days fails to comply with such further Employer’s instructions, the Employer may employ
and pay other persons to execute any such work whatsoever that may be necessary to give
effect thereto, and all costs incurred in connection therewith shall be recoverable from the
Contractor by the Employer as a debt or may be deducted by him from any money due to the
Contractor.
22. Termination of contract by the Employer
If the Contractor being an individual or a firm commits any “act of insolvency” or shall be
adjudged an Insolvent or being an Incorporated Company shall have an order for compulsory
winding up made against it or pass an effective resolution for winding up voluntarily or subject
to the supervision of the Court and the Official Assignee or the Liquidator, in such acts of
insolvency or winding up, as the case may be, shall be unable within seven days after notice
to him requiring him to do so to show to the reasonable satisfaction of the Employer that he is
able to carry out and fulfill the Contract and to give security therefore, if so required by the
Employer.
Or if the Contractor (whether an individual, firm or incorporated Company) shall suffer
execution or to other process of Court attaching property to be issued against the Contractor.
Or shall suffer any payment under this Contract to be attached by or on behalf of any of the
creditors of the Contractor.
Or shall assign or sublet this Contract without the consent of the Employer in writing.
Or shall charge or encumber this Contract or any payments due or which may become due to
the Contractor hereunder.
Or if the Employer shall certify in writing that the Contractor.
(i) Has abandoned the Contract, or
(ii) Has failed to commence the works, or has without any lawful excuse under these
conditions suspended the progress of the works for fourteen days after receiving from
the Employer, notice to proceed or
(iii) Has failed to proceed with the works with such diligence and failed to make such
progress as would enable the works to be completed within the time agreed upon, or
(iv) Has failed to remove materials from the site or to pull down and replace work for
seven days after receiving from the Employer written notice that the said materials or
work were condemned and rejected by the Employer under these conditions, or
(v) Has neglected or failed persistently to observe and perform all or any of the acts,
matters or things by this Contract to be observed and performed by the Contractor for
seven days after written notice shall have been given to the Contractor requiring the
Contractor to observe or perform the same.
Then and in any of the said cases the Employer may, notwithstanding any previous waiver,
after giving seven days notice in writing to the Contractor, determine the Contract, but without
thereby affecting the powers of the Employer or the obligations and liabilities of the Contract,
the whole of which shall continue in force as fully as if the Contract has not been so
determined, and as if the works subsequently executed had been executed by or on behalf of
the Contractor and further, the Employer by his agents or servants may enter upon and take
possession of the works and all plant, tools, scaffoldings, sheds, machinery, steam and other
power utensils and materials lying upon the premises or the adjoining lands or roads, and use
the same as his own property or may employ the same by means of his own servants and
21
workmen in carrying on and completing the works or by employing any other Contractor or
other person or persons to complete the works, and the Contractor shall not in any way
interrupt or do any act, matter or thing to prevent or hinder such other Contractor or other
person or persons employed for completing and finishing or using the materials and plant for
the works. When the works shall be completed or as soon thereafter as convenient the
Employer shall give a notice in writing to the Contractor to remove his surplus materials and
plant, and should the Contractor fail to do so within a period of fourteen days after receipt
thereof by him, the Employer may sell the same by public auction, and give credit to the
Contractor for the net amount realized.
23. Termination of contracts by contractor
If the payment of the amount payable by the Employer under Certificate of the Employer shall
be in arrears and unpaid for thirty days after notice in writing requiring payment of the amount
as aforesaid shall have been given by the Contractor to the Employer, or if the Employer
interferes with or obstructs the issues of any such Certificate, or if the Employer shall
repudiate the Contractor, or if the works be stopped for three months under the order of the
Employer or by any injunction or other order of any Court of Law, then and in any of the said
cases the Contractor shall be at liberty to determine the Contract by notice in writing to the
Employer, and he shall be entitled to recover from the Employer, payment for all works,
executed and for any loss he may sustain upon any plant or materials supplied or purchased
or prepared for the purpose of the Contract.
In arriving at the amount of such payment the net rates contained in Contractor’s original
Tender shall be followed or where the same may not apply, valuation shall be made in
accordance with clause 13 hereof.
23 a. Certificate of payments
The Contractor shall be paid by the Employer from time to time by installments under Interim
Certificates to be issued by the Employer/ Consultant to the Contractor on account of the
works executed when in the opinion of the Employer, works to the approximate value named
as “Value of work for Interim Certificates” (or less at the reasonable discretion of the
Employer) has been executed in accordance with this Contract, subject, however to a
retention of the percentage of such value as “Retention percentage for Interim Certificates”
until the total amount retained shall reach the sum named as “Total Retention Money” after
which time the installments shall be up to the full value of the work subsequently so executed
and fixed in the installation.
And when the works have been virtually completed and the Employer shall have certified in
writing that they have been completed, the Contractor shall be paid by the Employer in
accordance with the Certificate to be issued by the Employer, the sum of money named as
“Installment after virtual Completion” being a part of the said total retention money. And the
Contractor shall be entitled to the payment of the final balance in accordance with the final
certificate to be issued in writing by the Employer at the expiration of the period referred to as
“the Defects Liability Period” in the tender hereto from the date of Virtual Completion or as
soon as after the expiration of such period as the works have been finally completed and all
defects made good according to the true intent and meaning hereof whichever shall last
happen provided always that the issue by the Employer of any Certificate during the progress
of the works or after their completion shall not relieve the Contractor from his liability under
Clauses 1, 2 and 15 or relieve the Contractor of his liability in case of fraud, dishonesty, or
fraudulent concealment relating to the works of materials or to any matter dealt with in the
Certificate, and in case of all defects and insufficiencies in the works or materials which a
reasonable examination would not have disclosed. No certificate of the Employer shall of itself
be conclusive evidence that any works or materials to which it relates are in accordance with
the Contract neither will the contractor have a claim for any amounts which the employer
might have certified in any interim bill and paid by the Employer and which might
subsequently be discovered as not payable and in this respect the Employer’s decision shall
be final and binding.
The Employer shall have power to withhold any Certificate if the works or any parts thereof
are not being carried out to his satisfaction.
The Employer may by any Certificate make any correction in any previous Certificate, which
shall have been issued by him.
22
No Certificate of payment shall be issued by the Employer if the Contractor fails to insure the
works and keep them insured till the issue of the Virtual Completion Certificate.
Any amounts payable by the Employer to the Contractor in pursuance of any Certificate given
by the Employer hereunder shall, if not paid within the “Period of honoring Certificates” carry
interest at the rate as the “Rate of Interest for delayed payment” from the date upon which
such sum ought to have been paid by the Employer until the payment.
24. Matter to be finally determined by Employer
The decision, opinion, direction, Certificate determined by Employer shall be final and
conclusive and binding on the parties hereto and shall be without appeal. Any other decision,
opinion, direction, Certificate or valuation of the employer or any refusal of the Employer to
give any of the same, shall be subject to the right of Arbitration and review under clause 25
hereof in the same way in all respects (including the provisions as to opening the reference)
as if it were a decision of the Employer.
25. Settlement of disputes by Arbitration
All disputes and differences of any kind whatever arising out of or in connection with the
Contract or the carrying out of the works (whether during the progress of the works or after
their completion and whether before or after the determination, abandonment or breach of the
contract) shall be referred to and settled by the Employer who shall state his decision in
writing. Such decision may be in the form of a final Certificate or otherwise. The decision of
the Employer with respect to any of the excepted matters shall be final and without appeal as
stated under clause 24 hereof. But if either the Employer or the Contractor be dissatisfied,
question or dispute of any kind (except any of the excepted matters) or as to the withholding
by the Employer of any Certificate to which the Contractor may claim to be entitled then and in
any such case either party (the Employer or the Contractor) may within 28 days after
receiving notice of such decision give a written notice to the other party through the Employer
requiring the matters in dispute be arbitrated upon. Such written notice shall specify the
matters, which are in dispute or difference, of which such written notice has been given.
These matters shall be referred to the Arbitration and final decision of an arbitrator to be
agreed upon and appointed by both the parties or, in case of disagreement as to the
appointment of a single arbitrator, of two arbitrators, one to be appointed by each party, which
arbitrators shall, before taking upon themselves the burden or reference, appoint an Umpire.
The Arbitrator or Arbitrators, as the case may be, shall have power to open up, review and
revise any Certificate, opinion, decision, requisition or notice, save in regard to the excepted
matters referred to in the preceding Clause, and to determine all matters in dispute which
shall be submitted to arbitration and of which notice shall have been given as aforesaid.
The Arbitrator or Arbitrators, as the case may be, shall make his or their award within one
year (or such further extended time as may be decided by him or them as the case may be
with the consent of the parties) from the date of entering on the reference. In case, during the
arbitration proceedings, the parties mutually settle, compromise or compound their dispute or
difference, the reference to arbitration and the appointment of the Arbitrator or Arbitrators, as
the case may be shall be deemed to have been revoked and arbitration proceedings shall
stand withdrawn or terminated with effect from the date on which the parties file a joint
memorandum of settlement thereof, with the Arbitrator or the Arbitrators as the case may be.
Upon every or any such reference, the cost of and incidental to the reference and award
respectively shall be in the discretion of the Arbitrator or Arbitrators, as the case may be, who
may determine the amount thereof, or direct the same to be taxed as between attorney and
client or as between party and shall direct by whom and to whom and in what matter the same
shall be borne and paid. This submission shall be deemed to be a submission to arbitration
within the meaning of the Indian Arbitration Act, (latest amendment) or any statutory
modification thereon. The Award of the Arbitrator or Arbitrators, as the case may be, shall be
final and binding on the parties. It is agreed that the Contractor shall not delay the carrying out
of the works by reason of any such matter, question or dispute being referred to arbitration,
but shall proceed with the works with all due diligence and shall, until the decision of the
Arbitrator or Arbitrators, as the case may be, is given abide by the decision of the Employer
and no Award of the Arbitrator or Arbitrators, as the case may be, shall relieve the Contractor
of his obligations to adhere strictly to the Employer’s instructions with regard to the actual
23
carrying out of the works. The Employer and the Contractor hereby also agree that arbitration
under this Clause shall be a condition precedent to any right of action under the Contract.
26. Right of Technical scrutiny of final bill
The Employer shall have a right to case a technical examination of the works and the final bill
of Contractor including all supporting vouchers, abstracts etc. to be made at the time of
payment of the final bill. If as a result of this examination or otherwise any sum is found to
have been overpaid or over-certified it shall be lawful for the Employer to recover the sum.
27. Employer entitled to recover compensation paid to workman
If, for any reason, the Employer is obliged, by virtue of the provisions of the Workmen’s
Compensation Act, 1923, or any statutory modification or reenactment thereof to pay
compensation to a workman employed by the Contractor in execution of the works, the
Employer shall be entitled to recover from the Contractor the amount of compensation so
paid, and without prejudice to the rights of the employer under the Act. The Employer shall be
at liberty to recover such amount or any part thereof by deducting it from the security deposit
or from any sum due by the Employer to the Contractor under this Contract or otherwise. The
Employer shall not be bound to contest any claim made against it under the said Act, except
on the written request of the Contractor and upon his giving to the Employer full security to the
satisfaction of the Employer for all costs for which the Employer might become liable in
consequence of contesting such claim.
28. Abandonment of works
If at any time after the acceptance of the tender, the Employer shall for any reasons
whatsoever not require the whole or any part of the works to be carried out, the Employer
shall give notice in writing to the Contractor who shall have no claim to any payment of
compensation or otherwise whatsoever on account of any profit or advantage which he might
have derived from the execution of the whole works.
29. Return of surplus materials
Notwithstanding anything to the contrary contained in any or all the clauses of this Contract,
where any material for the execution of the Contract is procured with the assistance of the
Employer by purchases made under orders or permits or license or licenses issued by
Government, the Contractor shall hold the said materials economically and solely for the
purpose of the contract and not dispose of them without the prior written permission of the
Employer and return them to the Employer, if required by the Employer, at the price to be
determined by the Employer having due regard to the conditions of the materials, the price to
be determined should not exceed the purchase price thereof inclusive of sales tax, octroi and
other such levies paid by the Contractor in respect thereof. In the event of breach of the
aforesaid condition, the Contractor shall, in addition to being liable to action for contravention
of the terms of licenses or permit and/or criminal breach of trust, be liable to Employer for all
money, advantages or profits resulting or which in the usual course would have resulted to
him by reason of such breach.
30. Right of Employer to terminate contract in the event of death of contractor if individual
Without prejudice to any of the rights or remedies under this Contract, if the Contractor being
an individual dies, the Employer shall have the option of terminating the Contract without
incurring any liability for such termination.
Signature of the contractor with seal
24
APPENDIX HEREINBEFORE REFERRED TO
1.
Defects Liability Period
:
Twelve months
2.
Period of Final Measurement
:
Three months
3.
Date of Commencement
:
10th day from the date of issue of
Work order.
4.
Time allowed for Completion
:
06 months from the date of commencement
5.
Liquidated damages at the rate of :
0.25% of the estimated cost put to tender per
week of delay subject to a maximum 10% of
the accepted tender amount
6.
Value of works for interim
certificates
:
Rs. -------------------------- or as per
site requirement
7.
Retention Percentage
:
5 % from each R.A.Bill
8.
Total retention money
(Earnest money deposit plus
retention money)
:
Rs.1,00,000/- + 5 % Retention money
deducted from all bills.
9.
Installment after virtual completion:
10.
Period for honoring
certificates
:
One month
Interest for delayed payment
:
Three percent per annum
11.
EMD shall be released on virtual completion
Of the work and
remaining retention money (S.D.) shall
be released after successful completion
of Defects Liability Period.
Signature of the tenderer with seal
25
SPECIAL INSTRUCTIONS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Along with the tender document, the contractor should confirm the list of approved
make of materials specified in the Tender which they are going to use.
On award of work, the contractor should make the shop drawings as per the site
conditions and should be got approved from consultant / Client before commencing the
works.
The entire factory made equipments shall be purchased and delivered to the site only
after getting material approval from the technical officials of consultant / Client.
The entire work shall be completed within a period of four months.
The contractor has to submit a bar chart for the proposed execution before starting the
work. The client/Consultant shall introduce necessary correction to it after discussion
with the contractor.
The materials are in accordance with the specification for permanent works.
The materials are properly stored and protected against loss or damage or
deterioration, to the satisfaction of the client/consultant.
The contractor keeps a record of requirements, orders, receipt and consumption of
materials in proper form and produces to the consultant/client for inspection.
Ownership of such materials shall be deemed to vest in the client.
The contractor should submit the list of workers and staff which they are going to
deploy for the work along with contact details of project leader. The list should be got
approved from client/consultant before commencing work. A technically qualified and
experienced mechanical engineer and a civil engineer to be posted at site. Mechanical
engineer should be conversant with the modern practice of welding and modern fire
fighting system and civil engineer should be conversant with the latest standard of
construction technique. He should be capable and competent enough to take decisions
as and when required at site.
Welding should only be carried out by a professional and experienced people.
Pipe sizes 50mm and below shall not be permitted to butt weld. Pipe sizes 50mm and
below shall be socket welded with weld able socket fittings (drop forged) with rectifier
welding machine.
The contractor shall be instructed to strictly implement the welding process in line with
the latest IS standards
The contractor shall bear the cost of repair, changes replacement etc due to noncompliance with the standards, codes and this tender or due to disregard of the
instructions given by the Engineer-in-charge
Signature of the Contractor with seal
26
1. Scope
These specifications are intended to cover the entire Supply, Installation, Testing and
Commissioning of Fire Fighting Systems, in the first class workmanship like manner and
include all the works and materials as per particular specifications. This work shall be carried
out in accordance with the regulations of local codes, if any, and the following specifications
and codes which may govern the requirements of materials and equipment supplied and Fire
protection manual and rules for alarm installations of Tariff Advisory Committee of Fire
Insurance Associations of India.
The equipments and distribution of power supply should match to Employer’s existing power
supply system i.e. distribution shall be 415/230 volts, 3/1 phase, 4/2 wires, 50 cycles. Any
equipments /components operating other than the above supply shall be provided with
necessary transformer.
2. a) Drawing /Specifications
The drawings/ specifications and bill of quantities shall be considered as a part of this
contract. However, any minor change, if found, essential to co-ordinate the installation of this
work with other traders shall be made without any additional cost to the owners. The exact
location, distance and levels, etc. will be governed by the space conditions.
Generally works to be carried out as per BIS standard and applicable IS codes are listed
below
IS:884-1985
Specification for first Aid Hose Reel for Fire Fighting
IS:901-1988
Specification for couplings, double male and double female instantaneous
pattern, for firefighting purposes (revised)
IS:902-1992
Specification for suction hose couplings for firefighting purposes (revised)
IS:903-1993
Specification for fire hose delivery couplings, branch. pipe, nozzle and
nozzle spanner (revised)
IS:904-1983
Specification. for two-way and three-way suction collecting heads for fire
fighting purposes (revised)
IS:905-1980
Specification for delivery breaching, dividing and collecting, instantaneous
pattern, for firefighting purposes (revised)
IS:906-1988
Specification for branch with revolving head for firefighting purposes
(revised)
IS:907-1984
Specification for suction strainers, cylindrical and hose types for
firefighting purposes (revised)
IS:908-1975
Specification for fire hydrant, stand post type (revised)
IS:909-1992
Specification for underground fire hydrant, sluice valve type (revised)
IS:910-1980
Specification for combined key for hydrant, hydrant cover and valve
IS:936-1966
Specification for underground fire hydrant, double-valve type (revised)
IS:937 -1981
Specification for washers for water fittings for firefighting purposes (revised)
IS: 1641-1988
Code of practice for fire safety of buildings (general): General principles and
fire grading
IS: 1642-1989
Code of practice for fire safety of buildings (general): Materials and details
of construction
IS: 1646-1997
Code of practice for fire safety of buildings (general): Electrical installation
IS:2871-2012
Specification for branch pipe, universal, for firefighting purposes
IS:3582-1984
Specification for basket strainers for firefighting purposes (cylindrical type)
27
IS:3844-1989
Code of practice for installation of internal fire hydrants in multi-storey
buildings
IS:5290-1993
Specification for landing valves
IS 15105 : 2002
Design and installation of fixed automatic sprinkler fire extinguishing system
– Code of practice
IS 9972:2002
Specification for Automatic sprinkler heads for fire protection service
b) Shop Drawings
Contractor shall visit site and shall prepare and submit detailed shop drawings of all
equipments control panels, piping and conduiting, cabinets and special pull boxes etc., to the
Employer within 10 days of signing of the contract or days of start of particular work,
whichever is earlier.
c) Completion Drawings
At the completion of the work and before issuing of certificate of 'Virtual Completion, the
contractor shall submit to the Owner, layout drawings drawn at approved scale indicating the
complete details as installed, in 6 sets of hard copies as well as the originals in soft copy.
3. Foreman/supervisor
The contractor shall employ/depute a competent, licensed, qualified, full time
electrical/mechanical/civil foreman/supervisor as applicable for the work of fire safety
installations in accordance with the drawings / specifications. The foreman/supervisor shall be
available at all times on the site to receive instructions from the Engineer/Consultant in the
day to day activities throughout the duration of the contract. The foreman/supervisor shall
correlate the progress of the work in conjunction with all the relevant requirement of the local
authorities. The skilled workers employed for the work should have requisite qualifications and
should possess competency certificate.
4. Clearance From local Authorities
After completing the proposed works in this tender, it would be the whole responsibility of the
contractor to get the entire system approved by Local Authorities.
5. Painting
All piping, equipment, cabinets furnished under the specification shall be properly painted with
one coat of anti-corrosive primer and two coats of 'FIRE RED' (SHADE NO. 536 of IS 51961) Synthetic enamel paint after installation.
6. Guarantee
The contractor shall guarantee that all the materials and workmanship of the entire system
are of the first class quality. All the equipment apparatus shall be guaranteed. Defective
equipment /material /workmanship found short of the specified quality shall be rejected.
7. Defects and liability
All the equipment/material and the system shall be guaranteed against defective material and
workmanship for a period of 12 months from the date of commissioning and handing over to
the Employer along with all relevant documentation i.e.Virtual completion of the work. The
contractor shall repair/rectify or replace all the defective materials, components free of cost
during the guarantee period. In addition, normal maintenance shall be carried out periodically
during the defects liability period including replacement of spares, as required.
8. Instructions Manual/ Completion Drawing/Training
Contractor shall furnish detailed instructions and operation manual in duplicate. The
contractor shall train the owner’s personnel in the operation of maintenance of the system.
28
9. Testing
The contractor shall arrange to test the entire system as per the procedures enumerated
under particular specifications, after the erection is completed. If the results of the test are not
found to be satisfactory by the Engineer-in charge, necessary rectification shall be done until
the test results are found to be satisfactory. The installation shall be deemed to be completed
only after the successful completion of the tests.
10. Maintenance Manual
10.1 On completion of the entire work and successful commissioning, Contractor shall handover four copies of maintenance manual of all equipment installed by him.
10.2 Maintenance manual shall include information relating to make, model no. year of
manufacture and guarantee cards for all electrical and mechanical equipment with names of
local suppliers or manufacturer's agents.
11. Measurements
11.1 Pumping sets, and switch board cubicle shall be measured by number and shall include
all item necessary and required and given in the specifications.
11.2 Earthing and power/control cabling shall not be measured separately but included in
switchgear cubicle and shall include all items necessary and required to complete the work as
per specification and relevant Indian Standards to the satisfaction of Engineer-incharge/Consultant/Inspecting agency.
11.3 Pressure Switches and Pressure Gauges shall not be measured separately but included
in respective pumping sets and shall include all items necessary and required to complete the
work to the satisfaction of Engineer-in-charge/Consultant.
12. INSPECTION & TESTING
The Consultants/Clients have the right to inspect the plants, equipments and materials at
manufacturer's work or at site at any stage and reject the materials that are substandard or do
not meet the requirements of the specification and codes.
The contractor shall provide at his cost at site and elsewhere instruments and appliances for
testing and equipments and installation at various stages of manufacturing/installation. These
instruments shall be got tested and calibrated for their accuracy and performance from the
approved institutions.
The inspection and testing carried out by the Consultants/Clients/Third party does not relieve
the contractor of their responsibility of carrying out routine inspection during each stage of
procurement, manufacture and installation and also meeting the intents and requirements of
the specification and statutory requirements.
All equipments and the installation to be tested in the presence of the Consultants/Clients
after carrying out necessary rectification, adjustments and balancing. Four sets of test
readings should conform to the specification, equipment data, standards and codes.
Signature of the contractor with seal
29
SPECIFICATIONS
1.0
Fire Protection Systems
1.1
General Requirements
Materials shall be new and of the best available quality and shall be furnished,
delivered, installed, connected and finished in every detail in conformity with the
Specifications and to the satisfaction of the Engineer.
Equipment shall be provided with all such accessories required to complete the item in
working condition whether specifically mentioned in the Bill of Quantities and / or
Specifications or shown on drawings including, but not limited to, electrically operated
hydrant and sprinkler pumps, diesel engine driven pumps and jockey pumps; G I
(heavy) class ‘C’ pipes and fittings, valves and the like; internal and external fire
hydrants, including wet risers, valve chambers, fire brigade inlet connections, air
cushion tanks with air release valves, mild steel hose boxes for internal and external
fire hydrants and sprinkler systems including piping, flow switches, installation valve,
sprinkler heads and the like to complete the installation.
1.2
Pumps
1.2.1 Fire and Jockey Pumps (Electric Driven)
Pump sets shall be single or multi-stage horizontal, centrifugal, single or multi-outlet
with cast iron bodies and bronze dynamically balanced impellers with approved type of
mechanical seals. Connecting shafts shall be stainless with bronze sleeves and grease
lubricated bearings mounted on common mild steel base frames.
Pumps shall be connected to drives by means of spacer type love-joy couplings,
individually balanced dynamically and statically. Coupling joints between prime movers
and pumps shall be provided with sheet metal guard.
Electrically driven pumps shall be provided with totally enclosed fan cooled induction
motors with Class ‘E’ insulation. Motors shall be at least equivalent to the horse power
required to drive pumps at 150% of the rated discharge and designed for continuous
full load duty and design proven in similar service. Motors shall meet all the
requirements and specifications of the Tariff Advisory Committee (“TAC”).
Diesel engines shall be of approved make and TAC approved type having bare engine
horse power ratings (after correction for attitude and ambient temperature) equivalent
to the higher of the following two values:
a) 20% in excess of the maximum brake horsepower required to drive pumps at duty
points, or
b) The brake horsepower required to drive pumps at 150% of the rated discharge.
Engines shall be complete with cooling mechanisms, air-filtration, exhaust systems
(insulated exhaust pipe will be paid separately), shut down mechanisms, fuel tanks,
starting mechanisms, batteries, battery chargers, ancillary equipment, tools kits, spare
parts and all other complete accessories strictly in accordance with TAC Rules.
The following engine cooling systems are acceptable:
a) Cooling by water from the discharge of fire pumps (taken off prior to the pump
discharge value) direct into engine cylinder jackets via pressure reducing devise to
limit the applied pressure to safe values as specified by the engine to limit the
applied pressure to safe values as specified by the engine manufacturer. Outlet
connections from system shall terminate at least 150mm above engine water outlet
pipes and be directed into open tundishes so that discharge water is visible, and /
or
b) Heat exchangers, cooling water being supplied from the pump discharge (taken
prior to the pump discharge valve) via a pressure reducing devices, to limit the
30
applied pressure to safe values as specified by the Engine Manufacturer. Water
outlet connections from systems shall be so designed that discharged water can be
readily observed.
Fuel tanks shall be of welded steel construction mounted above engine fuel pumps to
provide gravity feed. Tanks shall be sufficient to allow engines to run on full load for at
least 02 hours.
Fire pumps shall be provided with 450mm diameter x 2000mm high air vessels
fabricated from 10mm mild steel sheet with dished ends and suitable supporting legs
and tested to a pressure of 10,0kg/sq.cm. Vessels shall have 100mm diameter flanged
connections to pumps, 25mm diameter socked for pressured switches.
Fire pumps shall operate on drops of 1kg/sq.cm. pressured in the mains and pump
operating sequences shall be arranged in such a manner as to start pumps
automatically but with manually controlled push buttons only for stopping.
1.2.2 Accessories and Fittings
The following accessories and fittings shall be installed on pumps and approved by the
Engineer:
a) Coupling guards for horizontal split casing pumps.
b) Lubrication fittings and seal piping.
c) Test and/or air vent cocks.
d) Suction and discharge shut off valves (butterfly type) and discharge check valves.
e) Pressure discharge gauges not less than 100mm diameter and of the appropriate
rating with gauge valves.
f) 25mm diameter galvanized iron gland drains.
1.2.3 Pump Installations
Pumps shall be installed strictly in accordance with the manufacturer’s
recommendations and mounted with isolation pads, foundation bolts and the like on
machinery isolation cork or any other equal and approved vibration isolation fitting laid
on concrete floating foundation.
Pump sets shall be Factory aligned and before foundation bolts are grouted and
couplings bolted, bed plate levels and alignment result shall be submitted to the
Engineer for approval.
1.2.4 Testing of Pumps
The Contractor shall submit performance curves of pumps to the Engineer for approval
prior to delivery to Site and shall check capacity and total had requirements to match
piping and equipment layouts.
Upon completion of the entire installation, pumps shall be tested for discharged head,
flow rate and BHP to the entire satisfaction of the Engineer for verification that Site test
results correspond to the required and/or recommended performance.
1.2.5
Spare Parts
The following minimum spare parts shall be supplied with the engine without any
additional charge to owner as refereed free of cost.
a) Fuel Filters, elements and seals
b) Lubricating Oil Filters, Elements
and Seals.
c) Engine joints, Gaskets and Hoses
d) Injector Nozzles
e) Piston Rings for each Cylinder
f) Exhaust and inlet valve
: Two sets
: Two sets
: One set
: Two
: One set
: One
Pumps and motor/engine shall be mounted on a common base frames fabricated from
M.S. Structural and placed on suitable concrete foundations with the help of Dunlop Cushy-
31
foot mountings (Anti-vibration pads) to avoid vibrations. The Anti-vibration pads shall be of
heavy duty type.
1.3
Control Panels
1.3.1 Cubicle Panels
Main switch board cubicle panels shall be floor mounted type, totally enclosed and dust
and vermin proof fabricated from 16 SWG mild steels painted with one coat of anticorrosive paint and two coats of synthetic stove enamel paint of approved make and
shade. Cubicles shall comprise the following:
a)
b)
c)
d)
e)
f)
g)
h)
i)
Incoming main MCCB unit of required capacity.
One outgoing MCCB for each motor.
Copper bus bars of suitable capacity.
One fully automatic “STAR DELTA” starter suitable for motor HP with push Buttons
and ON / OFF indicating light for each motor.
One single phasing preventer for each motor.
One 96 sq .mm panel type ampere meter for each motor complete with CTs.
150 sq .mm voltmeter on incoming main with rotary selector switch to read voltage
between phase to neutral and phase and phase to phase.
Three phase neon indicating lamps.
Rotary switches for manual / auto operation for each fire motor.
Color coded internal and inter-connecting wiring from incoming mains to bus bars,
switch board panel and power / Control cables from switch board cubicles to motor,
engines, batteries and the like.
1.3.2 Earthing
Cubicle panels shall be equipped with two independent earthing stations at least 3m
away from pump rooms. Each earth electrode shall consist of 600mm x 600mm x 3mm
thick copper strip copper earth plates including accessories and masonry enclosures
with cover plates and locking arrangements. Electrical apparatus, cable boxes and
sheath / armor clamps shall be connected to main bars by means of 25mm x 25mm
copper strip branch bars earth connections. Joints in main bars and between main bars
and branch bars shall have lapping surface property tinned to prevent oxidation. Joints
shall be riveted and sheathed. Main earthing strips shall consist of 25mm x 25mm
copper strips in 40mm diameter galvanized iron pipes from earth electrodes.
Earth plates shall be buried in 1.2m x 1.2m pits at a minimum depth of 3m below
finished surface levels. Connections between main bars shall be made by means of
10mm stud fixed at 100mm centers. Pits shall be filled with coke breeze rock salt and
loose soil with a 29mm diameter perforated galvanized iron pipe vertical on the
periphery placed over the plates extending to ground level or watering.
Brick masonry manholes 30cm x30cm x 30cm shall be constructed around pipes for
inspection purposes. Bolted removable links connecting main bar portions outside pits
leading to plates shall be accommodated in manholes for testing purposes.
1.3.3 Cabling
Cables from switch board panels to the motors shall be 650/1100 V Grade PVC
insulated and PVC sheathed armored aluminium conductor power cables conforming
to IS 1553. Cables shall be suitable for installation on wall or floor surfaces with
suitable clamps or running in cable trays to suit Site requirements.
Terminations shall be made with brass compression glands suitable for relevant LIKv
”A” Grade PVC sheathed armored aluminium conductor cables.
32
1.4
Internal Fire Hydrant System
1.4.1 General Requirements
Materials shall be the best quality conforming to the specifications and subject to the
approval of the Engineer.
Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workman like manner, pipes fixed in such a manner as to provide easy
accessibility for repair and maintenance but not cause obstruction in shafts, passages
and the like. Pipes shall be securely fixed to walls and ceilings by approved systems as
specified intervals.
Valves and other appurtenances shall be so located that they are easily accessible for
operation, repairs and maintenance.
1.4.2 Pipes and Fittings
The Contractor shall prepare detailed working drawings, showing cross and
longitudinal sections, details of fittings, locations of isolating and control valves, drain
valves and pipe and structural supports based on the Tender Drawings. The Contractor
shall submit the drawings to and have them approved by the Local Fire Authorities.
Pipe work shall be carried out in a workmanlike manner, causing minimum disturbance
to existing services, buildings, roads and structures. Pipe work shall be organized in
consultation and co-ordination with other agencies work so that work in particular and
identified areas shall be carried out without interruption.
Pipes within buildings in exposed locations and shafts, including connections buried
under floors, shall be black steel tubes conforming to IS 1239 (heavy class) with
screwed flanged or welded joints as specified. Exposed pipes shall be given one
primary coat of red oxide paint and two coats of synthetic enamel pain of approved
colours.
Fittings for mild steel pipes shall be approved malleable iron (forged fittings) for tapered
screwed joints conforming to IS 1239 Part – II. Fittings not exceeding 50mm diameter
shall be standard forged fittings.
Pipe work shall be installed as follows:
Pipe Size
Material
Up to
65mm
G.I.'C'
Class
Heavy
Class
As per IS
Code
100 mm
to
150mm
200mm
to
300mm
350mm
to
Over
G.I.'C'
Class
Heavy
Class
As per IS
Code
G.I.'C'
Class
Heavy
Class
As per IS
Code
G.I.'C'
Class
Heavy
Class
As per IS
Code
Joints &
Fittings
Sealing Material
Screwed
Fittings
Non-Hardening
Unions
Raised face
Slip-on
Flanges
Welded
Fittings
Raised face
Slip-on
Flanges
Welded
Fittings
Raised face
Slip-on
Flanges
Welded
Fittings
Raised face
Slip-on
Flanges
Lubricant
3mm, 3-ply
Rubber
insertion
3mm, 3-ply
Rubber
insertion
3mm, 3-ply
Rubber
insertion
3mm, 3-ply
Rubber
insertion
33
Pipes using screwed fittings shall be accurately cut to required sizes and threaded in
accordance with IS 554 with burrs removed before installation.
Pipe work shall be properly supported by or suspended from stand clamps, hangers or
the like. The Contractor shall design the system including suitable brackets, saddles,
anchors, clamps and hangers and shall be responsible for the structural integrity.
Pipe supports shall be of steel, adjustable for height and primer coated with rust
preventive paint and finished with two coats of stove enamel paint to approved colours.
Where pipes and clamps are of dissimilar materials suitable gaskets shall be used. The
spacing of pipe supports shall not exceed the following:
Pipe Sizing
3 to 12mm
19 to 25mm
32 to 150mm
150mm and over
Spacing between Supports
1.22 meters
1.83 meters
2.44 meters
3.05 meters
Vertical risers shall be parallel to walls and column lines and shall be straight and
plumb. Risers passing from floor to floor shall be supported at each floor by clamps or
collars comprising steel structural supports attached to pipes with 15mm thick rubber
pads or other equal and approved resilient material. Where pipes pass through roofs
suitable flashings shall be provided to prevent water leakage. Risers shall have
suitable clean outdoors at the lowest point and air vents at the highest point.
Pipe sleeves 50mm larger than the diameter of pipes shall be provided wherever pipes
pass through walls or slabs and annular spaces filled with fire proof materials such as
putty fire seal or other equal and approved fire resistant material.
Air valves shall be provided at high points in piping systems for venting. Valves shall be
double float type with GM / CI bodies, vulcanite balls, rubber seating and the like.
Discharge from air valves shall be piped through equal sized mild steel pipes to the
nearest practicable drain or floor waste.
Drains shall be provided at low points in piping systems and shall be 25mm diameter
for mains not exceeding 300mm diameter and 38mm diameter for mains exceeding
300mm diameter.
1.4.3 Insulation
1.4.3.1Diesel Generator Exhaust Pipes
Pipes not exceeding 150mm diameter shall be insulated with 50mm thick mineral wool
insulating material, 140kg/u.m density, in rigid performed sections with a “K” valve not
exceeding 0.036 W/MK at a mean temperature of 100°C.
1.4.3.2Pipe Work
Pipe work shall be cleaned and wire-brushed, painted with two coats of approved antirust paint and insulated with 50mm thick mineral wool insulating material, 140kg/cu.m
density, in rigid performed pipe sections with a “K” value not exceeding 0.036 W/MK at
a mean temperature of 100°C. Insulation shall not be applied until pipes have been
pressure tested to the entire satisfaction of the Engineer.
Insulation shall be fixed with adhesive between all points (transverse and
circumferential) and tied with 6mm wide PVC bands at the rate of 4 bands per meter.
Insulation shall be provided with 24 gauge aluminium cladding fixed at joints,
overlapping not less than 12mm with cadmium coated self-tapping screws.
34
1.4.4 Valves
1.4.4.1
Gate Valves
Gate valves shall conform to IS 780 and have non-rising spindles and shall be suitable
for 21Kg/sq.cm test pressure.
Sluice valves exceeding 80mm diameter shall be cast iron double flanged solid wedge,
outside screw, non-rising stem, yoke type bonnet and two piece gland construction.
Valves shall be renewable screwed body seat rings and flanges with raised and
serrated faces.
1.4.4.2
Butterfly Valves
Isolation valves exceeding 50mm on equipment and water lines shall be water type
butterfly valves designed to fit without gaskets, water tight seals being obtained by
EPDM seat projection at faces compressed between flanges. Valves shall be provided
with mild flanges and high tensile steel bolts and comply with the following
specifications:
a)
b)
Test Pressure
Valve Component
1)
Body
2)
Disc
3)
Stem
4)
5)
6)
Seat
Hand Lever (Mechanical
Memory Stop)
Bearings
7)
8)
Primary Seal
Temperature
Body 24 Bar, Seat 16 Bar
Material of Construction
Cast Iron Gr. FG 260, IS210
Nylon or Epoxy powder coated high
Duty iron, Gr. FG 260
Stainless steel or carbon steel IS
1570, Part-II
EPDM
Cast Iron
PTFE or Nylon covered S.S. bush
Bearings at stem and pivot
Reinforced PTFE slide bearings
80°C (Max)
1.4.4.3 Auto Pressure Control valve
The Auto pressure control valve shall be a single-seated, line pressure
operated, diaphragm actuated, pilot controlled globe or angle valve. The valve shall
seal by means of corrosion-resistant seat and resilient, rectangular seat disk. These
and other parts shall be replaceable without removing the valve from the line. The stem
of the main valve shall be guided top and bottom by integral bushings. Alignment of the
body, bonnet and diaphragm assembly shall be by precision dowel pins. The
diaphragm shall not be used as a seating surface, nor shall pistons be used as an
operating means. The pilot system shall be furnished complete, installed on the main
valve and include a Y-strainer.
1.4.4.4 Installation of Valves
Valves shall be of the same size as the pipe work to which they are to be inserted and
installed to allow for future removal for maintenance and service. Packing and gaskets
shall not contain asbestos.
Valves exceeding 150mm diameter shall be self locking, worm gear water-proof type
protory lubricated.
Valves exceeding 2.4metres in height above floor levels shall be provided with chain
operators and chain cleats.
1.4.5 Pressure Gauges
Pressure gauges shall have dials not less than 100mm diameter of appropriate range
and be complete with shut off gauge valves duly calibrated before installation.
35
1.4.6 Internal Hydrants
Landings and other locations shown on drawings shall be provided with single headed
gunmetal valves with 63mm diameter outlets and 80mm inlets to IS 5290 with
individual shut off valves and cast iron wheels. Instantaneous outlets for fire hydrants
shall be approved standard pattern and suitable for fire brigade hoses.
Internal fire hydrant stations shall be equipped with two 63mm diameter x 15m long
rubberized fabric lined hose pipes with gunmetal male and female instantaneous type
coupling machines wound with C.I. wire, fire hose reels, gunmetal branch pipes with
nozzles and fireman’s axes.
Each hose box shall be conspicuously painted with the letters “FIRE HOSE”.
1.4.7 Fire Hose Reels
Standard fire hose reels conforming to IS 884 with 20mm diameter high pressure
rubber hoses 36m long with 5mm bore gunmetal nozzles and control valves wall
mounted on heavy duty mild steel circular hose reels with cast iron brackets. Hose
reels shall be connected directly to pie risers by independent connections.
1.4.8 Orifice Flanges
Pressure on hydrants shall be restricted to 3.5Kg/sq.m by the provision of orifice
flanges fabricated from 6mm thick stainless steel plate. The design of orifice flanges
shall be approved by the Engineer prior to installation.
1.4.9 Fire Hose Cabinets
Hydrants shall be provided with hose cabinets fabricated from 16 gauge MS sheet with
single or double glass front doors with locking arrangements and breakable glass key
access arrangements, painted red with stove enameled paint, fixed to walls or self
supported on floors. Cabinets shall have approved separate key chambers with
breakable glass and shall bear the words “FIRE HOSE” in a prominent position.
1.4.10 Drain Valves
Drain valves shall consist of 50mm diameter mild steel pipe to IS 1239 (heavy class)
complete with 50mm diameter gunmetal full way valve for draining water in low
pockets, extended to the nearest practicable drain point as directed by the Engineer.
1.4.11 Air Valves
25mm diameter, screwed inlet spring type single acting brass air valves shall be
installed on all high points in systems or as shown on drawings on top of air cushion
tanks.
1.4.12 Flow Meters
Flow Meters shall be “Venturi Type” or other equal and approved flow meter on each
pump test. Flow elements shall be “Venturi” tube fire glass reinforced polyester plastic
body with stainless steel connections, flow indicators being well type mercury
manometers suitable for closed valve pump pressures.
36
1.4.13 Testing
Pipe work shall be tested to a hydrostatic test pressure of 15Kg/sq.cm or twice the
design pressure whichever is greater for a period of not less than 24 hours. Leaks and
defects in joints revealed during the testing shall be rectified and re-tested to the entire
satisfaction of the Engineer.
Systems may be tested in sections with the prior written permission of the Engineer
and such sections securely capped.
The Engineer shall be notified well in advance by the Contractor of his intention to test
pipe work or any section thereof and all testing shall be witnessed by and to the entire
satisfaction of the Engineer.
The Contractor shall ensure that proper noiseless circulation of fluid is achieved
through the concerned system. If proper circulation is not achieved due to air bound
connections the Contractor shall rectify the defective connections at his own expense
including the making good of floor, wall and ceiling finishes to the entire satisfaction of
the Engineer.
The Contractor shall provide all materials, tools, equipment, instruments, services and
labour required to perform tests and shall ensure that the plant rooms and other areas
are cleaned up and spill water removed.
The Contractor shall conduct pressure tests for establishing head for external yard
hydrants at ground level and for internal hydrants at landing and terrace levels.
1.4.14 Painting
Exposed pipe work shall be painted with two coats of red oxide primer and three coats
of synthetic enamel paint of approved shade after successful hydrostatic pressure
testing of hydrant piping networks.
1.5
External Fire Hydrant System
1.5.1 Excavation
Excavation for pipe lines shall be in open trenches to the levels and grades shown on
drawings or as required at Site. Pipelines shall be buried to a minimum depth of 1metre
or as directed by the Engineer. Wherever required trenches and / or adjoining
structures shall be supported with adequate timber supports. At pipe joints trenches
shall be widened where necessary.
The minimum cover over mild steel pipes below ground in trenches shall be 1.0m.
Cover shall be measured from the tops of pipes to finished surface levels. Beds of
trenches in soft or made up earth shall be well watered and rammed before laying
pipes and depressions shall be properly filled with earth and consolidated in 20cm
layers.
Where trench bottoms comprise extremely hard or rocky or loose story soils trenches
shall be excavated at least 150mm below grades, rock, stone or other hard or soft
substances removed and trenches brought back to required grades by filling with
selected fine earth or sand and compacted so as to provide smooth bedding for the
pipe.
When excavation requires blasting operations the Contractor shall ensure that no pipes
have been stacked in the vicinity and have already been covered before the start of
blasting operations.
Upon completion of trench excavation hollows shall be cut at required positions of
sufficient depth to receive pipe sockets to ensure that pipe barrels rest throughout their
entire length on solid ground and to give sufficient spaces for jointing undersides of
pipe joints. Socket holes shall be refilled with sand and after jointing of pipes.
37
Tree roots within a distance of 500mm from sides of pipelines shall be removed or
killed with approved chemicals.
Excavated materials shall be placed away at a distance of 1m or half the depth of
trenches, whichever is the greater, from the edges of the trenches. Material excavated
shall be separated and stacked so that in refilling it shall be re-laid and completed in
the same order to the satisfaction of the Engineer.
Back-filling to trenches where ever required shall be commenced immediately after
joints have been tested and approved by the Engineer. Spaces around pipes shall be
cleared of all debris and back-filling done with earth on the sides and tops of pipes in
layers not exceeding 150mm deep. Each layer shall be watered, rammed and well
consolidated. Clods and lumps of earth exceeding 8cm in any direction shall be broken
or removed before excavated earth is used for filling.
1.5.2 Trench
Trenches shall be constructed as per design, drawings and specification provided for
laying underground pipes.
1.5.3 Anchor Blocks
Suitable cement concrete anchor blocks of ample dimensions shall be installed at all
bends, tee connections, junctions and other places required and necessary for
overcoming pressure thrusts in pipes. Anchor blocks shall be of cement 1:2:4 mix (1
cement: 2 coarse sand: 4 stone aggregate 20mm nominal gauge).
1.5.4. External Hydrants
External Hydrants (Yard Hydrants) shall conform to IS 5290 (Type ‘A’). Hydrants shall
be equipped with hose boxes to accommodate two 63mm diameter CP hoses each
15m long conforming to IS 8423 complete with instantaneous ISI marked gunmetal
male and female couplings and one 63mm diameter ISI marked gunmetal short branch
pipe with nozzle complete with wall anchors, chain attached moveable caps and polish
brass trims.
1.5.5 Fire Brigade Connections
External hydrants shall be equipped with gunmetal fire brigade collecting heads with
four 63mm diameter instantaneous type inlets with built in check valves and one 50mm
diameter flanged outlet connection. Collecting heads shall be connected to
underground fire water tanks and fire water main headers for use by the local Fire
Brigade.
1.5.6 Valve Chambers
Valve chambers shall be constructed in brick masonry chamber in cement mortar 1:5
(1 cement: 5 coarse sand) on 150mm thick cement concrete foundations 1:5:10 mix (1
cement: 5 fine sand: 10 graded stone aggregate 40mm nominal size) with 15mm thick
cement render inside and outside finished with a floating coat of neat cement and
topped with a cast iron surface box approved by the local Fire Brigade.
1.5.7 Pipe Protection
Pipes above ground and in exposed locations shall be painted with one coat of red
oxide primer and two coats of synthetic enamel paint of approved shade after
successful completion of hydrostatic pressure testing of piping networks. Pipes buried
in soil shall be treated by applying one coat of PYPKOTE primer and covered with
4mm thick PYPKOTE anti-corrosive tape after successful completion of hydrostatic
pressure testing of piping networks.
1.5.8 Pipe work shall be tested to a hydrostatic test pressure of 15Kg/sq.cm or twice
38
the design pressures whichever is greater for a period of not less than 24 hours. Leaks
and defects in joints revealed during the testing shall be rectified and re-tested to the
entire satisfaction of the Engineer.
Systems may be tested in sections with the prior written permission of the Engineer
and such sections securely capped.
The Engineer shall be notified well in advance by the Contractor of his intention to test
pipe work or any section thereof and all testing shall be witnessed by and to the entire
satisfaction of the Engineer.
The Contractor shall ensure that proper noiseless circulation of fluid is achieved
through the concerned system. If proper circulation is not achieved due to air bound
connections the Contractor shall rectify the defective connections at his own expense
including the making good of floor, wall and ceiling finishes to the entire satisfaction of
the Engineer.
The Contractor shall provide all materials, tools, equipment, instruments, services and
labour required to perform tests and shall ensure that the plant rooms and other areas
are cleaned up and spill water removed.
The Contractor shall conduct pressure tests for establishing head for external yard
hydrants at ground level.
1.6
Sprinkler Systems (Internal Only)
1.6.1 Sprinkler Heads
Sprinkler heads shall be brass quartz bulb, pendant type with a temperature rating of
68°C. Sprinkler heads shall be installed.
The primary function of Control Panels shall be to respond automatically to the
operation of one or more detectors to sound fire alarms and indicate areas (zones)
where devices are activated. The operation of one or more sprinklers shall result in
simultaneous alarms by the following:
a)
External alarm hooters at floor of actuation.
b)
Visible indication on Control Panels.
c)
Audible alarms on Control Panels (common to all zones)
The secondary function of Control Panels shall be to indicate faults within systems.
Immediate fault warnings shall be given by audible and visual signal on Control Panels.
Fault warnings shall be given in case of the following:
a)
Failure or disconnection of normal power supply.
b)
Short-circuit or disconnection of leads to trigger devices unless the fault
conditions reproduce the effects of the operation of a triggered device.
c)
Removal of any triggered device of the plug-in type or disconnection from
its transmitter or power supply.
d)
Short-circuit or disconnection of any of the leads to alarm sounders
external to control and indicating equipment.
In addition to the above, visual warnings shall be given on Control Panels for failure or
disconnection of standby power supply and rupture or disconnection of any fuse on the
operation of any protective devices that would prevent a fire alarm being given.
Soundness of battery charging equipment shall be indicated by charging meters and
LEDs.
Systems shall be equipped with one indicator for fire and one for fault on
Control Panels corresponding to each zone. Each zone shall have two bulbs for
fire/fault indication, each indicator being clearly labeled with the zone number and
inscribed with the “Code Name”, i.e. words “FIRE” or “FAULT” or “SILENCE”. Separate
indicators must be provided for system standby.
Control Panels shall take 230V AC power from the normal supply and the entire fire
alarm and detection system shall be suitable for operation on 23V DCA. Standby
power supply shall be immediately available in the event of failure of normal supply and
shall automatically be connected to maintain equipment in condition such that fire
39
alarms originating from the operation of sprinklers in separate zones can be
subsequently given.
Standby power supply shall be capable of maintaining the system in normal operation
for a period of not less than 48 hours after the failure of normal mains supply after
which sufficient capacity must remain to provide full load operation for at least 30
minutes. Full load is defined as simultaneously, operation of a sprinkler in at least 25%
of zones and the operation of the fault indicator. The operation of trigger devices in
further zones shall not result in cancellation of fire alarms in operation at such time.
Actuation of any zone / detector / fault shall be indicated automatically on Control
Panels (Audio / Visual) clearly indicating the relevant zones and visual indication shall
continue to remain “ON” until the fault is removed and / or remedied.
1.7
COMMISSIONING OF FIRE FIGHTING SYSTEMS
1.7.1 General Requirements
Upon award of the work, the Contractor shall submit a detailed proposal stipulating the
methods of testing and performance gorging of equipment to be supplied and installed.
The Contractor shall provide all tools, equipment, metering and testing devices
required for the purpose of testing, pre-commissioning and commissioning.
The Contractor shall be responsible for causing thread tests to be carried out between
Fire Department Hoses and service connections.
Work under this section shall be executed entirely at the Contractor’s costs and the
rates quoted shall be deemed to include all work in this section.
1.7.2 Pre-commissioning
Immediately upon completion of the installation of pipe work, pumps, valves,
connections, electrical wiring, motor control panels, water level controlling devices and
the like the Contractor shall proceed as follows to the entire satisfaction of the
Engineer.
1.7.3. Testing to be carried out for MCCs shall be as follows:
i)
Insulation resistance test with 500 volt megger, before and after high
voltage test, on all power and control wiring.
ii)
High voltage at 3000 volts AC for one minute on all power and control
wiring.
iii)
Low voltage continuity test (6 volts) on power wiring of each feeder,
between bus bars and outgoing terminals with switches and contactors in
closed position.
iv)
Low voltage continuity tests (6 volts) on all control wiring.
v)
Operation test for all feeders with only control supply made “ON” to
ensure corrections of control wiring, operation of the various equipment
used, such as push buttons, protective devices, indicating lamps and
relays, etc. All contactors shall be checked for the earth bus provided in
the MCC.
vi)
Operation of all instruments and meters provided on the MCC.
1.7.4 Fire Protection System
i)
ii)
Check all hydrant valves and close if any valve is open. Check that all
suction and delivery connections are properly made.
Test run and check rotation of each motor and correct the same if
required.
40
1.7.5 Pipe Work
i)
ii)
1.8
Check all clamps, supports and hangers provided for the pipes.
Fill pipes with water and apply hydrostatic pressure to the system
as given in the relevant section of the specifications. If any leakage is
found rectify the same and retest.
Commissioning and Testing
1.8.1 Fire Hydrant System
i)
ii)
iii)
iv)
v)
vi)
vii)
Pressurize fire hydrant system by running main fire pumps and after
attaining the required pressure shut off pumps.
Open by-pass valves and allow pressure to drop in the system. Check
that jockey pumps cut in and cut out at pre-set pressures. If necessary,
adjust pressure switches for jockey pumps. Close by-pass valves.
Open hydrant valves and allow water to flow into fire water tanks in order
to avoid wastage of water. Main fire pumps must cut in at the present
pressure and not cut out automatically on reaching normal line pressure.
Main fire pumps shall stop only by manual push button operation but
jockey pumps shall cut out as soon as main pumps start.
Switch off main fire pumps and test check diesel engine driven pumps in
the same manner as electrically driven pumps.
When fire pumps have been checked for satisfactory working on
automatic controls, open fire hydrant valves simultaneously and allow
hose pipes to discharge water into fire tanks to avoid wastage.
Electrically driven pumps shall run continuously for 8 hours so that
performance can be checked.
Diesel engine driven pumps shall also be checked in the same manner
stipulated here above by running continuously for 8 hours.
Check landing valves, male and female couplings and branch pipes for
compatibility. Fittings found incompatible and not fitting properly shall be
replaced. Landing valves shall also be checked by opening and closing
under pressure.
1.8.2 Sprinkler System
i)
ii)
iii)
Start sprinkler pumps and develop the correct pressure in sprinkler pipes.
Open test valves to check automatic starting of pumps. If necessary,
make adjustments in switch pressure settings. Sprinkler fire alarms shall
also operate when test valves are open.
After satisfactory operation of pumps the Contractor shall set up a mock
fire and test the entire system to the satisfaction of the Engineer.
1.8.3 Handling Over
i)
ii)
iii)
iv)
All commissioning and testing shall be done by the Contractor to
the complete satisfaction of the Engineer and the work handed over
to the Employer.
The Contractor shall also hand over to the Employer all maintenance and
operation manuals.
The Contractor shall arrange the inspection by the Local Fire Authority of
the system. The Contractor shall arrange to have the System Completion
and Satisfactory Working Certificate from the Local Fire Authority.
Fire fighting training in operation of the systems to be given by the
Contractor to the personnel / security guards nominated by the Client.
41
Specification
80 mm
Model E3 Alarm Valve
Wet pipe sprinkler alarm valve shall be a straight flow design [3” (80 mm)] check type valve
with grooved seat design. Alarm valve shall be listed for installation in the vertical or
horizontal position. Alarm valve construction shall be of cast iron with bronze seat. Alarm
valve trim to be galvanized, the valve shall be variable pressure open drain, including external
bypass and retard chamber, to prevent false water flow alarms. Alarm valve trim shall include
a non-silence able alarm connection for the water flow pressure switch.
Pressure relief
valve shall be having a rated pressure of 12.1 bar. Alarm valve shall have a rated working
pressure of 12.1 bar and shall be factory hydrostatic tested at 24.2 bar. The friction loss for
the alarm valve shall not exceed 6.6 m for 80 mm valve.
List of Approved Makes
Wet Riser / Yard Hydrant / Sprinkler System
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
Fire Pump
Electrical Motors
Diesel Engine
Kirloskar / Mather and Platt
Kirloskar / Siemens / NGEF / Crompton
Ashok Leyland / Kirloskar /
Cummins
Main Control Panel
Custom Built having main
Components of L&T / EE / Siemens
GI Pipes
TATA / Jindal / Zenith
Malleable Iron Fittings
Crescent / ‘R’ Brand
Sluice Valve (CI)
Kirloskar / IVC / L&T / Danfoss
Non Return Valves (CI)
Kirloskar / IVC / L&T / Danfoss
Landing Valves (CI)
Minimax / Newaage / Firex
Fire Brigade Inlets
Minimax / Newage / Firex
F.A. Hose Reel (Drum and Bracket) Minimax / Newage / Firex
Rubber Hose for above
Dunlop
GM Gate / Globe / Check valves
Leader
Flax Canvas Hose
Indian Rayon / Newage
CP Hose
Indian Rayon / Newage
RRL Hose
Indian Rayon / Newage
Hose couplings branch pipe and
Minimax / Newage / Indian Rayon
Nozzles (G.M)
Pressure switches
Danfoss / Infoss
Pressure gauge
H. Guru / Fiebig
Quartz bulb sprinkler head
Mather and Platt / Ascoa Spray safe
Grinnell / GEM / Viking / HD
Alarm valve and hydraulic alarm
Mather and Platt / AscoaSpraysafe
motor with GONG
Grinnell / GEM / Viking / HD
PVC insulated and PVC sheathed
CC I/ Finolex / Polycab
conductor armored power
cable of 1.1KV grade
Flow Switch
Potter / System Sensor
Butterfly Valves
L &T Audco
Moulded case circuit breaker FP
Merlin Gerin/Crompton/ Siemens
Moulded case circuit breaker TP
L&T / LEGREND
Contractors / Starters
L& T / Siemens / Schneide / GE
MCB, DBs
MDS/ LEGRAND
Switch fuse units
L&T / Siemens
Welding rods
ADVANI Make (ISI QUALITY)/PHILIPS
NOTE:
CONTRACTORS HAVE TO FURNISH TECHNICAL SPECIFICATION OF ALL MATERIAL
TO BE SUPPLIED/USED IN THE FIRE FIGHTING SYSTEMS
42
Proposed List of Make of Materials to be used
Wet Riser / Yard Hydrant / Sprinkler System
Annexure I
S.NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
ITEM
Fire Pump
Electrical Motors
Diesel Engine
Main Control Panel
GI Pipes
Malleable Iron Fittings
Sluice Valve (CI)
Non Return Valves (CI)
Landing Valves (CI)
Fire Brigade Inlets
F.A. Hose Reel (Drum and
Bracket)
Rubber Hose
GM Gate / Globe / Check valves
Flax Canvas Hose
CP Hose
RRL Hose
Hose couplings branch pipe and
nozzles
Pressure switches
Pressure gauge
Quartz bulb sprinkler head
Alarm valve and hydraulic alarm
motor with GONG
PVC insulated and PVC
sheathed conductor armored
power cable of 1.1KV grade
Flow Switch
Butterfly Valves
Moulded case circuit breaker FP
Moulded case circuit breaker TP
Contractors / Starters
MCB, DBs
Switch fuse units
Welding rods
MAKE
43
Annexure II
Schedule of Technical Deviations
We confirm that all technical terms and conditions of the Employer except for deviations listed
below are acceptable to us.
Sr.
No.
1
Section No.
Clause No.
Deviation proposed
2
3
4
Seal of the company
Signature
Name
Designation
Date
44
Annexure III
Schedule of Commercial Deviations
We confirm that all commercial terms and conditions of the Employer except for deviations
listed below are acceptable to us.
Sr.
No.
1
Section No.
Clause No.
Deviation proposed
2
3
4
Seal of the company
Signature
Name
Designation
Date
45
Annexure –IV
CLIENT’S CERTIFICATE REGARDING PERFORMANCE OF CONTRACTOR
Name & address of the Client -------------------------------------------------------------------Details of works executed by Shri/ M/s -------------------------------------------------------1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Name of work with brief particulars
Agreement No. and date
Agreement amount
Date of commencement of work
Stipulated date of completion
Actual date of completion
Details of compensation levied for delay (indicate
amount) if any
Gross amount of the work completed and paid
Name and address of the authority under whom works
executed
Whether the contractor employed qualified
Engineer/Overseer during the execution of work?
i) quality of work (indicate grading)
ii) Amount of work paid on reduced rates, if any
i) Did the contractor go for arbitration?
ii) if yes, total amount of claim
iii)Total amount awarded
Comments on the capabilities of the contractor.
a) Technical proficiency
b) Financial soundness
c) Mobilization of adequate T & P
d) Mobilization of manpower
e) General behavior
Outstanding /very good /
good / satisfactory / poor
Outstanding /very good /
good / satisfactory / poor
Outstanding /very good /
good / satisfactory / poor
Outstanding /very good /
good / satisfactory / poor
Outstanding /very good /
good / satisfactory / poor
Outstanding /very good /
good / satisfactory / poor
Note : All columns should be filled in properly.
“Counter signed”
Office seal
*Officer of the rank of Superintending
Engineer or equivalent
0
ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG,
KINGSWAY, NAGPUR,
Tender for Supply, Installation, Testing & Commissioning of Fire Fighting System at
S V PATEL MARG, KINGSWAY, NAGPUR
PART – II
PRICE BID
Name of Tenderer _______________________________________________________
Address________________________________________________________________
________________________________________________________________________
Last date of Submission: 28th August 2015 (up to 4.00 p.m.)
Validity of the tender: 3 months from the date of opening of the tender
1
B.O.Q.
OF
WET RISER & HYDRANT) SYSTEM
FOR
ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG, KINGSWAY, NAGPUR.
S.No.
1
2
DESCRIPTION OF ITEM
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing and commissioning of 150
mm dia. G.I. C-class pipe of approved make&
specification (Equivalent to Tata/Zindal) above
ground as per design and layout. Piping work also
includes provision of steel brackets, hardware for
fixing in walls/slabs and concrete blocks on floors at
spacing of 2.5 mt., making holes in wall/slab,
reinforcement cutting if required, painting with
scarlet red enamel paint over two coat of Zink
chromate primer including scaffolding etc. complete
as per design and specification.
QTY.
17.50
UNIT
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing and commissioning of 150
mm dia. G.I. C-class pipe of approved make&
specification underground as per layout. Piping work
also includes making trenches, preparing trench as
per details for laying pipes and providing steel
spacer/support in the trench at spacing of 2.5 mt.,
making holes in wall, reinforcement cutting if
required, painting with anticorrosive rubber modified
bituminous primer, two coats of hot enamel paint
and 4 mm thick pypkote etc. complete.
200.36
RMT
RMT
RATE
AMOUNT
2
3
4
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing and commissioning of 100
mm dia. G.I. C-class pipe of approved make &
specification
partially
above
ground
and
underground for yard hydrant as required as per
design and layout. Piping work also includes, above
ground pipe painted with scarlet red enamel paint
over two coat of Zink chromate primer and
underground pipe painted with anticorrosive rubber
modified bituminous primer, two coats of hot enamel
paint and 4 mm thick pypkote including scaffolding
etc. complete.
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of
gunmetal 75 mm inlet fire hydrant valve (IS:52901983) oblique type, 63 mm female instantaneous
outlet single headed having blank cap & chain, cast
iron wheel etc. complete of approved make and
specification.
30.94
RMT
12
NOS.
5
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of stand
post hydrant double headed (IS:5290-1983) oblique
type, 63 mm female instantaneous outlet double
headed having blank cap & chain, cast iron wheel
etc. complete approved make and specification.
4
NOS.
6
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of RRL
hose 63 mm in 15 mts. length with gun metal male
and female instantaneous hose coupling duly bound
with copper wire of approved make and
specification.
32
NOS.
7
Providing and fixing in position as per design with all
fittings, fixtures and accessories MS hose box made
out of 16 SWG MS sheet to accommodate two
lengths of 15mts. hoses & branch pipe, having glass
front door with locking arrangement (900x600x250)
duly painted in prescribed colour of approved make
and specification. The thickness of the glass should
be 4mm. The glass should be painted with the words
‘’FIRE’’.
16
NOS.
8
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of
gunmetal short branch pipe 63 mm male
instantaneous inlet and fitted with hex - detachable
nozzle 16 mm size heavy duty, bearing ISI mark of
approved make and specification.
20
NOS.
3
9
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of First Aid
hose reel, wall mounting / swinging type having 20
mm dia. with 6.35mm brass nozzle fitted at one end in
30 mts. length and 20 mm dia. gunmetal ball valve
with connection from riser with G.I. pipe etc.
complete as per IS specification.
12
NOS.
10
Providing and installing in position Fire service inlet
(four way) with 63 mm male instantaneous inlet as
per IS specification.
1
NOS.
11
Providing and installing in position MS box for Fire
service inlet (four ways) as per detail specification.
1
NOS.
12
Providing and installing in position Non-return Valve of
150 mm dia. with all accessories as per IS
specification.
3
NOS.
13
Providing and installing in position Non-return Valve of
100 mm dia. with all accessories as per IS
specification.
Providing and installing in position Gate / Sluice Valve
of 150 mm dia. with all accessories as per IS
specification.
1
NOS.
10
NOS.
14
15
Providing and installing in position Gate / Sluice Valve
of 100 mm dia. with all accessories as per IS
specification.
2
NOS.
16
Providing and installing Air Vessel tank 150 dia. x 1500
mm ht. made from MS black ERW pipe confirming to
IS: 1239 having 5.4 mm th. dish at both ends with
150mm dia. pipe fitted with 65 mm dia. sluice valve
and 25 mm air release valve of gun metal confirming
to IS: 903, having rubber ball with 25 mm BSP thread
male inlet along with 50 mm dia. pipe of required
length (not more than 1500 mm in length.) with all
accessories etc. complete as directed.
1
NOS.
17
Providing and installing in position Pressure gauge as
per IS specification.
3
NOS.
18
Pressure switch for all pumps (7 kg/sq. cm,) as per IS
specification with fittings and fixtures etc. complete.
3
NOS.
19
Providing and installing in position Air release valve
of 50 mm dia. with all accessories as per IS
specification.
3
NOS.
20
Supply, installation, testing and commissioning of
Auto Pressure Control Valve of approved make and
specification, fitted with 100 mm g.i. pipes of same
specification with all fittings, fixtures etc. complete.
1
NOS.
4
21
Providing and installing in position Electric Fire pump
set capacity 2280 lpm & 7 kg/cm2 Pressure Head,
TAC approved as per design with all fittings, fixtures
and accessories and testing of motor driven pump
set (motor, pump, base frame, coupling, foundation,
foundation bolt, starter with necessary cable,
electrical panel etc. complete.) of approved make
and specification to meet the system requirements.
SPECIFICATIONPUMP
01. LIQUID
02. TEMPERATURE
03. SPECIFIC GRAVITY
04. DISCHARGE
05. HEAD (MTRS)
06. PUMP TYPE
07. SUC X DEL. SIZE(mm)
08. SPEED : 2900 RPM
09.BKW/ AT DUTY POIN
10.RECOM.ENGINE/MOTOR
11.SHAFT SEALING
PRIME MOVER
12. ENGINE/MOTOR RATING
13.RPM
14.ENCLOSURE
ACCESSORIES
15. BASE PLATE
16.COUPLING
17.COUPLING GUARD
18. FOUNDATION BOLTS
: WATER
: AMBIENT
:1
: 2280LPM
: 70Mtr
: END SUCTION
: 100X80MM
: 34.82KW
: 45KW/60HP
: GLAND PACKING
: 45KW/60HP
: 3000
: TEFC SQ. CAGE
:
:
:
:
M.S.
C.I.
M.S.
STEEL
NOTE:
1. Material of construction of pump shall be SPL with
bronze impeller.
2. Pump set complete consist of Pump, prime-mover
Motor, Base plate, coupling, couplingguard and
foundation bolts.
1
NOS.
5
22
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of jockey
pump set capacity 230 lpm& 7 kg/cm2 Pressure
Head (motor, pump, base frame coupling,
foundation, foundation bolt, etc complete) of
approved make and specification to meet the
system requirements.
SPECIFICATION
PUMP
01. LIQUID
02. TEMPERATURE
03. SPECIFIC GRAVITY
04. DISCHARGE
05. HEAD (MTRS)
06. PUMP TYPE
07. SUC X DEL. SIZE(mm)
08. SPEED : 2900 RPM
09. BKW/ AT DUTY POIN
10. RECOM.ENGINE/MOTOR
11. SHAFT SEALING
PRIME MOVER
12. ENGINE/MOTOR RATING
13. RPM
14. ENCLOSURE
ACCESSORIES
15. BASE PLATE
16. COUPLING
17. COUPLING GUARD
18. FOUNDATION BOLTS
: WATER
: AMBIENT
:1
: 230LPM
: 70Mtr
: END SUCTION
: 50X25MM
: 7.52KW
: 9.3KW/12.5HP
: GLAND PACK
: 9.3KW/12.5HP
: 3000
: TEFC SQ. CAGE
:
:
:
:
M.S.
C.I.
M.S
STEEL
NOTE:
1.Material of construction of pump shall be SPL with
bronze
impeller.
2. Pump set complete consists of Pump, prime-mover
Motor, Base plate, coupling, couplingguard and
foundation bolts.
1
NOS.
6
23
Providing and installing in position Diesel Engine set
capacity 2280 lpm& 7 kg/cm2 Pressure Head as per
design with all fittings, fixtures and accessories and
testing of engine driven pump set ( engine, pump,
base frame, coupling, complete suction/delivery
assembly, foundation, foundation bolt etc.) including
auto mains failure panel with heavy duty best quality
matching 180 Amp. 12 V, AMD charger having
specifications as Thirstier bridged based CCCV
Battery charger input230 V A.C. and output 10 V to
14.5V DC and 9 to 20 Amp. DC battery backup &
charger, diesel tank filled with 500 lts. HSD with all
fittings and fixtures etc. complete of approved make
and specification. The diesel pump shall have the
facility of repeat start in auto mode etc.
1
NOS.
SPECIFICATION
PUMP
01. LIQUID
: WATER
02. TEMPERATURE
: AMBIENT
03. SPECIFIC GRAVITY
:1
04. DISCHARGE
: 2280LPM
05. HEAD (MTRS)
: 70Mtr
06. PUMP TYPE
: END SUCTION
07. SUC X DEL. SIZE(mm)
: 120X100MM
08. SPEED
: 1800 RPM
09. BKW/ AT DUTY POIN
: 39.57KW
10. RECOM.ENGINE/MOTOR : 60BHP
11. SHAFT SEALING
: GLAND PACK
PRIME MOVER
12. ENGINE/MOTOR RATING : 60BHP
13. RPM
: 1800
14. ENGINE COOLING
: WATERCOOLED
15. NO OF CYLINDER
: 4
ACCESSORIES
16. BASE PLATE
: M.S.
17. COUPLING
: HOLESET
18. FOUNDATION BOLTS
: STEEL
NOTE:
1. Material of construction of pump shall be SPL with
bronze impeller.
2. Pump set complete consist of Pump, prime-mover
Motor,
Base
plate,
coupling,
coupling
guard and foundation bolts.
24
Providing and installing Fire pumps control (Auto
Mains Failure) common panel, as per the
requirements of all fire pumps and jockey pump with
all fittings and fixtures, consists following items.
ITEMS IN INCOMING POWER SUPPLY PANEL
1. MCCB with magnetic/thermal release having
1
NOS.
7
2.
3.
4.
5.
ratings of 400 Amps,
3 Phase, 50 hz., 415 Volts
A/C
Volt Meter of 96 mm2 with selector switch having
range from 0 to 500 Volts.
Ammeter of 96 mm2 with selector switch CT of
range 400/5 Amps. With suppress scale 100.
RYB indication lamps
Bus bar having current rating of 600 Amps 3, 1/2
copper conductor size 50x5 mm for Main and 25x5
mm for neutral insulated conductors with Red,
Yellow, Blue & Black indication, for branch Bus bar
25x5 mm copper conductor.
ITEMS IN OUTGOING POWER SUPPLY PANEL
1. 2 MCCB having ratings of 250 Amps, 3 Phase, 50
hz., 415 Volts A/C F for two Fire Pump Motors with
all protection.
2. MCCB having ratings of 63 Amps, for Jockey Pump
Motor with all protection.
3. Technically recommended 2 nos. Star / Delta
Starter for 60 HP pumps (Main Fire Pumps), panel
mounted fully automatic operated, air contactors
of suitable rating.
4. Technically recommended Star / Delta Starter for
15 HP pump (Jockey Pump), panel mounted, fully
automatic operated, air contactors of suitable
rating.
5. 2 nos. Ammeter of 96 mm2 with selector switch
and suitable ratio, CT of range from 0 to 300 Amps.
for 120 HP motor.
6. Ammeter of 96 mm2 with selector switch, CT of
range from 0 to 300 Amps. with suitable suppress
scale ratio for 20 HP motor.
7. ON/OFF indicators
8. Control panel with logic operation of Jockey
Pump and Main Pumps with all necessary ON/NC
contactors.
9. PVC
insulated
and
sheathed
alluminium
conductor armored cable of 3 core x 185 sq. mm,
working on 1.1 kv grade 3 Ph. 50 hz. From main
panel to main motor.
10. PVC
insulated
and
sheathed
alluminium
conductor armored cable of 3 core x 10 sq. mm,
working on 1.1 kv grade 3 Ph. 50 hz. From main
panel to jockey pump.
11. PVC
insulated
and
sheathed
alluminium
conductor armored cable of 3 core x 10 sq. mm,
working on 1.1 kv grade 3 Ph. 50 hz. From main
panel to terrace pump.
12. Control cable for controlling diesel pump set.
8
25
There shall be two independent earthing stations at
least three meters away from the pump room. Each
earth electrode shall consists of copper earth plate
600mm x 600mm x 3mm thick including accessories
and masonry enclosure with cover plate having
locking arrangement. All electrical apparatus, cable
boxes and sheath/armor clamps shall be connected
to the main bar by means of branch earth
connection of 25mm x 5mm copper strip. All joints in
the main bar and between main bar and branch
bars shall have the lapping surface properly tinned to
prevent oxidation. The joints shall be riveted and
sheathed. The main earthing strip shall be of 25mm x
5mm copper in 40mm dia. G.I. pipe from earth
electrode as required. Earth plates shall be buried in
a pit 1.2 x 1.2 M at minimum depth of 3 meters below
ground. The connections between main bars shall be
made by means of three 10mm brass studs ends. Salt
sand and coal layers shall be provided as per the
requirement etc. complete as desired and as
directed by the consultant.
2
NOS.
26
Providing and installing Air Vessel tank 150 dia. x 1500
mm ht. made from MS black ERW pipe confirming to
IS: 1239 having 5.4 mm th. dish at both ends with
150mm dia. pipe fitted with 65 mm dia. sluice valve
and 25 mm air release valve of gun metal confirming
to IS: 903, having rubber ball with 25 mm BSP thread
male inlet along with 50 mm dia. pipe of required
length (not more than 1500 mm in length.) with all
accessories etc. complete as directed.
1
NOS.
27
Y-Type line strainers fabricated out of brass
perforated sheet of 14 SWG (2 mm thick) duly brazing
with flange. (Ajanta, Nisha or Equivalent)
i) 100 mm dia.(for Jokey Pump)
1
ii) 150 mm dia. (for diesel & electric pumps)
2
NOS.
NOS.
TOTAL
SAY
9
B.O.Q.
OF
SPRINKLER SYSTEM
FOR
ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG, KINGSWAY, NAGPUR.
S.No.
1
DESCRIPTION OF ITEM
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing and commissioning of 150
mm dia. G.I. C-class pipe of approved make &
specification (Equivalent to Tata/Zindal) above
ground as per design and layout. Piping work also
includes provision of steel brackets, hardware for
fixing in walls/slabs and concrete blocks on floors at
spacing of 2.5 mt., making holes in wall/slab,
reinforcement cutting if required, painting with
scarlet red enamel paint over two coat of Zink
chromate primer including scaffolding etc. complete
as per design and specification.
QTY.
UNIT
11.83
RMT
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing and commissioning of 150
mm dia. G.I. C-class pipe of approved make &
specification underground as per layout. Piping work
also includes making trenches, preparing trench as
per details for laying pipes and providing steel
spacer/support in the trench at spacing of 2.5 mt.,
making holes in wall, reinforcement cutting if
required, painting with anticorrosive rubber modified
bituminous primer, two coats of hot enamel paint
and 4 mm thick pypkote etc. complete.
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing of G.I. Pipe, type-c class of
approved make and specification of 40 mm
diameter.
49.40
RMT
13.06
RMT
4
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing of G.I. Pipe, type-c class of
approved make and specification of 32 mm
diameter.
13.18
RMT
5
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing of G.I. Pipe, type-c class of
approved make and specification of 25 mm
diameter.
15.07
RMT
2
3
RATE
AMOUNT
10
Providing, cutting, welding, fitting and fixing in
position as per design with all fittings, fixtures and
accessories and testing of G.I. Pipe, type-c class of
approved make and specification of 20 mm
diameter.
Providing and fixing in position as per design with
all fittings, fixtures and accessories and testing of
sprinkler head with
quartz
bulb 68 deg. rated
having 15 mm orifice & 80 +/- 5% K factor of
approved make and specification.
20.68
RMT
14
NOS.
8
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of control
valve 100 mm dia. of
approved make and
specification.
1
NOS.
9
Providing and fixing in position as per design with
all fittings, fixtures and accessories and testing of
water flow switch
for each zone of approved
make and specification.
2
NOS.
10
Providing and fixing in position as per design with all
fittings, fixtures and accessories and testing of
pressure gauge of 0 to 300 PSI minimum of approved
make and specification.
Providing and fixing in position as per design with
all fittings, fixtures and accessories and testing of
Wet Alarm Valve with water motor gong of 150
mm NB. of approved
make and specification.
2
NOS.
1
NOS.
12
Providing and fixing in position as per design with
all fittings, fixtures and accessories and testing of
flow switch (to be fitted in 40 mm pipe) of approved
make and specification.
2
NOS.
13
Providing and fixing in position as per design with
all
fittings, fixtures and accessories and testing of
Sprinkler Control valve (to be fitted in 40 mm pipe) of
approved make and specification.
1
NOS.
14
Providing and installing in position Non-return Valve of
150 mm dia. with all accessories as per IS
specification.
Providing and installing in position Gate / Sluice Valve
of 150 mm dia. with all accessories as per IS
specification.
Providing and installing in position Gate / Sluice Valve
of 50 mm dia. (drain valve) with all accessories as per
IS specification.
Providing and installing in position Pressure gauge as
per IS specification.
1
NOS.
2
NOS.
1
NOS.
2
NOS.
Providing and installing pressure switch of 15 mm dia.
(0-14.5 kg/sq. cm,) with isolating valve, pipe and all
accessories as per IS specification with all fittings and
fixtures etc. complete.
1
NOS.
6
7
11
15
16
17
18
11
19
Providing and installing in position Electric Fire pump
set capacity 2280 lpm & 7 kg/cm2 Pressure Head, as
per design with all fittings, fixtures and accessories
and testing of motor driven pump set ( motor, pump,
base frame, coupling, foundation, foundation bolt,
starter with necessary cable, electrical panel etc.
complete.) of approved make and specification to
meet the system requirements.
SPECIFICATIONPUMP
01. LIQUID
02. TEMPERATURE
03. SPECIFIC GRAVITY
04. DISCHARGE
05. HEAD (MTRS)
06. PUMP TYPE
07. SUC X DEL. SIZE(mm)
08. SPEED : 2900 RPM
09.BKW/ AT DUTY POIN
10.RECOM.ENGINE/MOTOR
11.SHAFT SEALING
PRIME MOVER
12. ENGINE/MOTOR RATING
13.RPM
14.ENCLOSURE
ACCESSORIES
15. BASE PLATE
16.COUPLING
17.COUPLING GUARD
18. FOUNDATION BOLTS
19.SEALING
20
1
NOS.
1
1
NOS.
NOS.
: WATER
: AMBIENT
:1
: 2280LPM
: 70Mtr
: END SUCTION
: 100X80MM
: 34.82KW
: 45KW/60HP
: GLAND PACKING
: 45KW/60HP
: 3000
: TEFC SQ. CAGE
: M.S.
: C.I.
: M.S.
: STEEL
: GLAND PACKING
NOTE:
1. Material of construction of pump shall be SPL with
bronze impeller.
2. Pump set complete consist of Pump, prime-mover
Motor,
Base
plate,
coupling,
coupling
guard and foundation bolts.
Providing and fixing Y-Type line strainers fabricated
out of brass perforated sheet of 14 SWG (2 mm thick)
duly brazing with flange. (Ajanta, Nisha or Equivalent)
i) 150 mm dia. (for electric pump)
21
Providing and installing Sprinkler detection and Alarm
panel (Addressable type) as per the requirements of
sprinkler system for all floors (basement + ground +
mezzanine +5 floors having two flow switch on each
floor and one motor gong valve) with all fittings, and
fixtures and battery backup.
22
Providing and installing in position cable 2 X 1.5 sq.
mm. cu conductors, armored, ISI marked of
approved make and specification.
78.25 RMT.
TOTAL
SAY
12
B.O.Q.
OF
UG WATER TNAK AND PUMP ROOM
FOR
ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG, KINGSWAY, NAGPUR.
Item
No
1.0
1.1
Description
Qty.
Unit
363.78
cum
85.96
cum
12.92
cum
3.1.1 Foundations, footings, bases of columns, etc. for mass
11.27
sqm
3.1.2 Walls (any thickness) including attached pilasters,
383.68
sqm
3.1.3 Suspended floors, roofs, landings, balconies and
125.38
sqm
5560.00
Kg.
EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means over areas
(exceeding 30cm in depth. 1.5m in width as well as
10 sqm on plan) including disposal of excavated
earth, lead up to 50m and lift up to 1.5m,disposed
earth to be leveled and neatly dressed.
1.1.1 All kinds of soil
1.2
Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not
exceeding 20 cm in depth, consolidating each
deposited layer by ramming and watering, lead up
to 50 m and lift up to 1.5 m.
2.0
2.1
CONCRETE WORK
Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
2.1.1 1:1:2 (1 Cement : 1 coarse sand : 2 graded stone
aggregate 20 mm nominal size)
3.0
3.1
REINFORCED CEMENT CONCRETE WROK
Centering and shuttering including strutting, propping
etc. and removal of form for :
concrete
buttresses, plinth and string courses etc.
access platform
3.2
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position
and binding all complete up to plinth level
3.2.1 Thermo-Mechanically Treated bars
Rate
Amount
13
3.4
Providing and laying in position machine batched
and machine mixed design mix M-30 grade cement
concrete for reinforced cement concrete work, using
cement content as per approved design mix,
including pumping of concrete to site of laying but
excluding the cost of centering, shuttering, finishing
and
reinforcement,
including
admixtures
in
recommended proportions as per IS: 9103 to
accelerate, retard setting of concrete, improve
workability without impairing strength and durability
as per direction of Engineer-in-charge.
Note:Cement content considered in this item is @ 340 kg/
cum.
3.4.1 All work up to plinth level
Supplying and Fixing of manhole cover 1000x1000
4
mm with frame (low duty) wt. not less than 70 kg. as
directed by the Engineer-in-charge.
93.80
2.00
cum
NO.
5
Providing internal cement plaster 12mm thick in a
single coat in cement mortar 1:5 without neeru finish
to concrete or brick surface in all positions including
scaffolding and curing complete. Providing groove
at joint of B.B. Masonry and concrete members
complete.
Spec.No.:Bd.L.2/Page
No.368
C.S.R. Item No.4 P.No.47 BDL-2
6
Providing sand faced plaster for external portion in
cement mortar using Kharsalia. Kasaba or similar type
of sand, in all positions including base coat of 15mm
thick in C.M. 1:4 using water proofing compound at
1kg per cement bag, curing the same for not less
than 3 days and keeping the surface of the base
coat rough to receive the sand faced treatment 6 to
8 mm thick in C.M. 1:4 finishing the surface by taking
out grains, making grooves and curing for fourteen
days
scaffolding
etc.
complete.
C.S.R. Item No. 11 Page No. 49
54.590
SMT.
7
Providing and fixing steel Ventilator of various sizes as
per detailed drawings without hot dip Zinc coating
without/ with ventilator including fabrication, glazing
with non-acetinic/plain/obscured glass panes of
approved type and quality, all fixtures and fastenings
without teak wood boxing, and architraves and
finishing with one coat of primer complete. (Sample
to be got approved from Ex. Engineer before use)
C.S.R. Item No. 29 Page No. 111
Providing and applying washable oil bound
distemper of approved colour and shade to old and
new surface in two coats including scaffolding,
preparing the surface (excluding the primer coat)
etc. complete.
Spec. No. Bd. P. 5/Page
No. 413
C.S.R. Item No. 11 Page No. 86
2.700
Sq.
M.
8
188.650 Sq.M.
218.740 Sq.M.
14
9
Providing and applying three coats of water proof
cement paint of approved manufacturer and
approved colour to the plastered surface including
scaffolding if necessary, cleaning and preparing the
surface, watering for two days etc. complete.
C.S.R. Item No. 23 Page No. 81
54.590 Sq.M.
10
Providing and laying cement concrete flooring 40mm
thick with 1:2:4 cement concrete laid to proper level
and slope in alternate bays. Including compacting
PVC/Glass/Aluminum strips at joints marking lines to
give appearance of tiles of 30cm *30cm or other size
laid diagonally/square etc. finishing smooth (With
extra cement) in any colour as directed and curing
complete.
C.S.R. Item No.8 Page No.66
Providing and laying hand cut polished kola stone
flooring 25 mm to 30 mm thick plain pattern on a bed
of cm. i:6 including cement float , filling joints with
neat cement slurry, curing, rubbing, polishing and
cleaning
etc.
complete.
Spec.
No.
Bd.
M
3/page
No.
380
C.S.R. Item No.6, Page No.58
42.350 Sq.M.
Providing and fixing rolling shutters fabricated from
1/20 gauge steel laths with slide guides, bottom rail,
brackets, door suspension shaft, housing box at the
top
including
mechanical
gear
operation
arrangement and one coat of red lead primer etc,
complete.
C.S.R. Item No. 41, Page No. 88
Providing and fixing four florescent tube lights, switch
board with one plug point, four switches with
concealed m.s. conduit wiring etc. complete with all
ISI fittings and fixtures of approved make and
specification.
4.518 Sq.M.
11
12
13
93.454 Sq.M.
LUM-SUM
TOTAL
SAY
15
SUMMARY
OF
FIRE FIGHTING SYSTEMS
FOR
ZONAL OFFICE, BANK OF INDIA,
S V PATEL MARG, KINGSWAY, NAGPUR.
S.
NO.
1
2
3
ITEM OF WORK
QTY.
UNIT
RATE
WET RISER & HYDRANT) SYSTEM
SPRINKLER SYSTEM
U.G. WATER TANK & PUMP ROOM
GRAND TOTAL
SAY
Contractor’s signature with seal
AMOUNT