Sunteți pe pagina 1din 105

2-1

Cost of Tender:

INFRASTRUCTURES KERALA LTD.,KOCHI

Tender No. INFRA/03/2011

TENDER FOR FIRE FIGHTING & FIRE ALARM WORKS TO PROPOSED


INDUSTRIAL BUILDING (STANDARD DESIGN MODULE) FOR INKEL AT
ANKAMALI, KOCHI.

TENDER FORM

CONSULTANTS:

N.M.SALIM & ASSOCIATES


ARCHITECTS ENGINEERS PLANNERS
NIKARTHIL CHAMBERS
BY-PASS ROAD, CALICUT-673 004
Ph: 91 0495 – 2723501.
Contractor:
2-2

CONTENTS

2.00.00 TENDER FORM

2.01.00 Notice Inviting Tenders.

2.02.00 List of documents to be enclosed

2.03.00 Instructions to Bidders.

2.04.00 Conditions of Contract

2.05.00 Specifications.

2.06.00 Formats of Agreement

2.07.00 Special Conditions of Contract.

2.08.00 Schedule of Quantities

2.09.00 Tender Drawings

Contractor:
2-3

2.01.00 NOTICE INVITING TENDER

Contractor:
2-4

2.01.00 NOTICE INVITING TENDERS

2.01.01 Sealed item rate tenders are invited on behalf of Managing Director
INFRASTRUCTURES KERALA LTD. from eligible contracrors who fulfill the
eligibility criteria prescribed for the Contractors.The eligibility criteria and details
of the tender are available on our website also.qualified Contractors.

2.01.02 The general information on the project may be found under Section 01.03.00 of the
Prequalification document. The information is only indicative. The tenderer is
required to visit the site and familiarise himself with the site conditions, nature of
substrata, availability of materials, etc., before quoting. The drawings, Conditions of
Contract, schedule of quantities and the specifications may be carefully studied
before they offer their price. No claims for extra compensation over and above the
quoted rates will be entertained by the `Owner’ on the grounds that the tenderer
has misjudged the site conditions, tender conditions or any item of tender.

2.01.03 The priced tender documents, signed, filled and complete in all respects shall be
forwarded, so that it reaches The Managing Director, Infrastructures Kerala
Ltd., INKEL Centre, Vallathol Junction, Seaport - Airport Road, Thrikkakkara,
Kochi – 682 021. Ph 0484 6491138,2577942/43. Fax: 0484 2577941 before 2.30
PM on 07.07.11. Any tender received after the due time on this date will be
rejected. INKEL will not take any responsibility for loss or delay of receipt of
tenders sent by mail or courier services. The bids will be opened at 3.00PM on
07.07.11.
.
2.01.04 Submission and opening of tenders.

.01 The tender is in two parts, viz.

01.00.00 Eligibility Criteria(1st cover with EMD)


02.00.00 Tender Document (2nd cover)

.02 The tenderers shall submit the Tender in sealed envelopes


with tenderers name and address duly filled on the cover.

.03 The Tender shall contain the following documents: -

1. The Tender documents duly signed on all pages.

2. ‘Earnest Money Deposit’ of the specified amount as Demand Draft or


‘Bank Guarantee’ from a nationalised / scheduled bank in the
prescribed proforma valid for a minimum period of 4 months, in a
cover duly superscribed as Earnest Money Deposit.

3. Preliminary Agreement duly executed on Kerala stamp paper of value


Rs.100 ( Rupees one hundred only) in the prescribed format as given
in the ‘Format of Agreements’.

Contractor:
2-5

.04 The Tender document contains the formal offer, which is a item rate tender
for the works shown in the schedule of quantities. The tenderer shall fill in
this as his firm offer. The `Price Bid’ documents shall be signed on all pages
and sealed in the separate cover for the bid.

.05 Absence of any document, information or details called for in the tender
documents will be sufficient ground for the rejection of such tenders.

.06 Envelopes containing the tender will be opened in the presence of eligible
Contractors or their authorised representatives who are present at the
specified time and venue.

.07 Only the Bids of those Contractors who have submitted the EMD in the
required form will be considered for opening of tender. The EMD shall be
kept in 1st cover and submitted along with the tender. Tenders will be
opened in the presence of available tenderers.

2.01.05 After scrutinising the Price Bids, the ‘Owner’ may ask the tenderers for more
information or clarifications on the bids submitted by them. The bids will then be
evaluated and the bidders whose tenders are accepted will be suitably informed.

.01 After the public opening of the tenders, the information relating to the
examination, clarification, evaluation and comparison of tenders and
recommendations concerning the award of Contract shall not be
disclosed to the tenderer and/or any other persons not officially
concerned with such process.

.02 Subject to the Owner’s right to accept any tender and reject any or all
tenders; the ‘Owner’ will award the Contract to the tenderer whose bid
has been determined to be substantially responsive to the tender
documents .

.03 Prior to the expiry of the period of validity of the tender the INKEL will
notify the successful tenderer in writing by registered letter / courier that
his tender has been accepted. This letter referred to as the ‘Work Order'
(hereinafter referred also as ‘Letter of Acceptance') shall name the sum
which INKEL will pay to the Contractor in consideration of the execution,
completion, operation, maintenance and guarantee of the work by the
Contractor as specified by the Contract (hereinafter called the ‘Contract
Price’ or ‘Contract Value’). This letter of acceptance will constitute the
formation of a `Contract’.

.04 Before commencing the work and within a week from the issue of the
‘Work Order’, the tenderer shall make a ‘Security Deposit’ as required
and stated in Clause 2.01.10 of this notice and furnish the same towards
proper fulfillment of the ‘Contract’ and, shall execute an Agreement for the
work in requisite non-judicial Kerala stamp paper in the specified format as
under 2.06.01

.05 If the tenderer fails to execute the ‘Agreement’ as stated above, within the
specified period, the ‘Earnest Money Deposit’ shall be forfeited to the

Contractor:
2-6

INKEL absolutely and fresh tenders called for or the matter otherwise
disposed off.

2.01.06 Tenders not properly filled in, mutilated or with incorrect calculations or generally
not complying with the conditions are likely to be rejected.

2.01.07 As this is a ‘item rate tender’ the tenderer shall make his offer as an overall rates
in the ‘Schedule of Quantities ’ and shall be entered (both in figures & words). The
‘item rate’ accepted and specified in the ‘Work Order’ and/or `Agreement’ shall not
be varied on any account whatsoever. The rate thus quoted will be deemed to
include the cost of all materials, labour, hire charges for all machinery, cost of fuel,
power, all leads and lifts, taxes, levies, service tax, royalties all overheads,
contingencies, profits etc. and the quoted price is all inclusive and nothing extra
shall be payable to the contractor except under any of the clause of the contract.
The total Contract price shall also be worked out and entered in.

2.01.08 If the tender is made by an individual, it shall be duly signed and his/her full name
and complete address shall be given. If it is made by a partnership firm, it shall be
signed by a member of the firm who shall sign his own name and give the names
and address of each partner of the firm and attach a copy of 'Power of Attorney'
with the tender authorizing him to sign on behalf of the other partners. A certified
copy of the registered 'Partnership Deed' shall also be submitted along with the
‘tender’. In case the tender made by or on behalf of a company incorporated under
the Companies Act, 1956, it shall be signed by the Managing Director or by any
other director or an officer, holding power of attorney. A certified copy of the
registered deed shall also be submitted along with the `Price Bid’. The tender
should be in sealed covers

2.01.09 EMD

.01 Earnest Money Deposit of Rs. 3.00 lakhs (Rupees Three Lakhs only)0shall
be as a Demand Draft or “Bank Guarantee” from a nationalised / scheduled
bank in the prescribed proforma valid for a minimum period of 4 months.

.02 EMD of the unsuccessful tenders will be refunded on finalisation of the


Contract with the successful tenderer or on the expiry of the validity period
whichever is earlier.

.03 EMD deposited with the ‘Owner’ will be forfeited,

i) If a bidder withdraws his bid during the period of validity specified.

ii) If the successful bidder fails within the time limit to sign the Contract
document or fails to furnish the required Security Deposit.

2.01.10 SECURITY DEPOSIT

.01 The successful tenderer on receipt of the Letter of Acceptance will deposit
an amount equal to 5% of the probable value of Contract in the form of
Demand Draft or Bank Guarantee from a Nationalised /Scheduled Bank in
the format prescribed by INKEL and valid till the end of the Defects Liability
Period, within seven days of the award of the work.
Contractor:
2-7

.02 EMD will be returned/ refunded to the Contractor after remittance of the
Security Deposit and execution of the Agreement.

.03 The Security Deposit will be refunded to the Contractor after the completion
of Defects Liability Period of 24 months.

2.01.11 RETENTION AMOUNT

.01 Retention amount at the rate of 10% of the value of the work done for each
running bill will be deducted from first and following part bills until such time
as the cumulative total of such deductions (herein referred to as the
Retention Amount) shall amount to 5% of the ‘Contract Value’ stated in the
‘Work Order’/’Letter of Acceptance’ (or 5% of contract value PAC). One half
of the retention amount shall be certified due for payment to the Contractor
after issue of certificate of completion of the work as per Clause 2.04.06.06
(VII) of Conditions of Contract and the balance of the retention amount shall
be certified for payment at the expiry of the ‘Defects Liability Period’ of
twenty four months provided always that if at such time, there shall remain
no works to be executed by the Contractor ordered during such period
pursuant to clause 2.04.06.08 of ‘Conditions of Contract’ and the owner
shall be entitled to withhold the payment until the completion of such works
or so much of the balance amount of retention on of rate may as shall in the
opinion of the Consultant/INKEL represent the cost of the work so
remaining to be executed.

.02 If the Contractor so requests, the ‘Owner’ will, when the cumulative amount
of Retention Amount has reached 5% of the Contract Price (or contract
value PAC) pay 50% of such cumulative amount of ‘Retention Amount’ to
the Contractor upon lodgment with the ‘Owner’ of a Bank Guarantee issued
by a nationalised / scheduled bank for a like amount. This Bank Guarantee
has to be valid up to the end of 3 months after ‘Defects Liability Period’.

.03 All the deposits of EMD, Security Deposit and Retention Amount will not
bear any interest whatsoever.

2.01.12 Income Tax at the rate prevailing at the time of payment will be deducted from
each running bill and final bill

2.01.13 .01 All statutory payments in connection with the employment of the
workmen for this work will be borne by the Contractor.

.02 The Contractor is the employer of all the workers engaged for this work and
should therefore take all required registration and pay premium correctly to
labour welfare funds constituted by the Union Government and Government
of Kerala from time to time. Remittance to labour welfare fund shall be
deducted from the bill.

2.01.14 All statutory deductions shall be made from the amount eligible to the Contractor
in each part bill and final bill at current rates. Deductions towards the Work
Contract Tax (WCT) or Value Added Tax (VAT) and Kerala Labor Welfare Fund will
be made. Service tax for the work is deemed to have been included in the rates
Contractor:
2-8

quoted by the Contractor and the Owner will not make any separate payment
towards this. Any tax not deducted in any part bill shall be deducted in the
subsequent bill / final bill.

2.01.15 PERIOD OF VALIDITY

The tender shall remain valid for acceptance for a period of 3 months from the
date of submission of the tender. If any tenderer withdraws his tender before the
said period or makes any modifications in terms and conditions of the tender,
INKEL has the liberty to forfeit the said Earnest Money Deposit, absolutely.

2.01.16 INSPECTION OF SITE

Every tenderer is expected to inspect the site of the proposed work and acquaint
himself with the site conditions, approaches, availability of materials, geological
and weather conditions etc. before quoting his rates. He must go through all the
drawings, specifications and other tender documents. Any further clarifications in
the drawings and documents can be had from the Consultant/INKEL.

2.01.17 QUANTUM OF WORK

.01 A schedule of approximate quantities for various items accompanies this


tender. It shall be definitely understood that the Consultant/INKEL do not
accept any responsibility for the correctness or completeness of this
schedule in respect of items and quantities and this schedule is liable to
alteration by deletions, deductions or additions at the discretion of the
Consultant / INKEL without affecting the terms of the Contract.

.02 INKEL reserves the right to increase or decrease the quantum of work at
site without assigning any reason.

.03 Variations in the quantities put to tender will not be the basis of any
claim or disputes. The rates agreed by the Contractor shall hold good for
any amount of in the quantities and no claims whatsoever will be
entertained on this account.The contractor shall carryout all works as
directed by consultant/INKEL at the same agreed rates.

It has been definitely understood that the owner does not accept any
responsibility for the correctness or completeness of the schedule hereto
annexed and that schedule is liable to alterations by omissions, deductions
or additions at the owner's discretion.

2.01.18 ALL INCLUSIVE RATES

The Contractor’s rate must be firm and include the cost of materials, labour and
transportation of material to the site, all taxes such as Sales Tax / VAT, service tax,
excise and octroi etc. and the fixing or placing in position for which the item of
work is intended to be operated, unless otherwise stated. The rate quoted by the
Contractor shall be firm throughout the Contract period and there shall be no
upward revision of the rates quoted by the Contractor for any reason whatsoever.
It should be clearly understood that any claims for extra Sales Tax / VAT, service
Contractor:
2-9

tax, excise duty, construction tax or any additional tax etc. shall not be entertained
in any case whatsoever once the tenders are opened.

2.01.19 INTERPRETING SPECIFICATIONS

.01 In interpreting the specifications, the following order of decreasing


importance shall be followed: -

a. Schedule of Quantities and percentage rate quoted,


b. Special conditions of contract,
c. Conditions of contract.
d. Technical specifications.
e. Drawings.
f. Relevant BIS Codes

.02 Matters not covered by the specifications given in the Contract, as a whole
shall be covered by the relevant Indian Standard Codes. If such codes on
a particular subject have not been framed, the decision of the
Consultant/INKEL shall be final.

2.01.20 No alterations shall be made by the tenderer in the Notice Inviting Tender,
Instructions to the Contractors, contract form, conditions of the contract, special
conditions, drawings or specifications and if any such alterations are made or any
conditions attached, the tender is liable to be rejected.

2.01.21 .01 The acceptance of a tender rests with INKEL who does not bind himself to
accept the lowest tender and reserves to himself the authority to reject any
or all the tenders received without assigning any reason(s) whatsoever.

.02 INKEL reserve the right of accepting the whole or a part of any of the
tenders received and the tenderer shall be bound to perform the same at
the rates quoted.

2.01.22 The work shall be carried out under the direction and supervision of the Consultant
/INKEL or their representative at site. On acceptance of the tender, the Contractor
shall intimate the name of his accredited representative who would be supervising
the construction and would be responsible for taking instructions for carrying out
the work.

20.01.23 The Consultant / INKEL decision with regard to the quality of the material,
workmanship and performance will be final and binding, any equipment rejected
thus shall be immediately removed by the Contractor and replaced as per
specifications and standards.

2.01.24 SUB-LETTING

No part of the contract shall be sublet without the written permission of the
Consultant / INKEL nor shall transfers be made by the ‘Power of Attorney’
Contractor:
2-10

authorizing others to carryout the work or receive payment on behalf of the


tenderer.

2.01.25 DEFECTS LIABILITY PERIOD

Any defect developed within ‘Defect Liability Period’ of twenty four months
record from the certified date of completion of the whole work will have to be
rectified by the Contractor at their own cost and in case the defects are not
rectified by the Contractor, Consultant / INKEL or their representative shall get the
work done at the risk and cost of the Contractor.

2.01.26 DELAYS IN COMMENCEMENT

The Contractor shall not be entitled to any compensation for any loss suffered by
him on account of delays in commencing or executing the work, whatever the
cause for such delays may be including delays in procuring Government controlled
or other materials.

2.01.27 OCCUPATION IN PART

If INKEL wants to complete any part/section of the work on priority such work
shall be completed and hand over the same to INKEL without affecting any of the
clauses of Contract Agreement.

2.01.28 QUALITY OF MATERIALS USED FOR THE WORK.

The Contractor should identify the source of materials, their quality, quantity and
availability. All materials must strictly comply with the specifications as per guide
lines in clause 2.01.19.

2.01.29 The Contractor must cooperate and coordinate with other Contractors involved in
other works at the site. The Contractor should also note that they shall have to
clear the site of debris etc. before the commencement of the work and that no
extra payment is permissible on this account.

2.01.30 PERIOD OF COMPLETION

Time is the essence of this Contract. The completion period shall be 6 months
from the date of commencement of work. Commencement of the work shall be
considered from the 7th day from acceptance of ‘Work Order’ to the Contractor,
intimating him that his tender has been accepted by the ‘Owner’, subject to the
conditions stated/implied in the said order. The Contractor shall draw a detailed
schedule of program in the form of PERTCHART and a Bar Chart on the whole
work, within one week from award of work and submit to the owner for their
approval. This schedule of work programme shall conform to the different
milestone in the programme made part of this Contract.

2.01.31 COMPENSATION FOR DELAY

Contractor:
2-11

If the Contractor fails to complete the work within the specified period of
completion as per Clause 2.01.30 or within any extended time allowed, the
Contractor shall pay the owner as compensation an amount equivalent to 0.5%
(point five percentage) of the value of the unfinished work for every week of delay
or part thereof subject to a maximum of 10% (ten percentage) of the Contract
value of the work for the period during which the work shall remain unfinished.
Such amounts may be deducted by the Owner from any amount due or that may
become due to the Contractor. The total compensation for not achieving
milestones as applicable till the date of completion specified in Clause 2.01.30 as
well as for delay in completion shall not exceed 10% of the total Contract value at
any point of time, see also Clause 2.04.06.05. Not withstanding the above incase
the work is delayed by more than 15% of the contract period, the contractor shall
be liable to be disqualified from participate in INKEL projects for a minimum period
of 2 years. See also Clause 2.04.06.05.

2.01.32 CONTRACTOR'S STORE AND SITE OFFICE

Suitable area in the site of work shall be allowed to the Contractor free of cost for
constructing company structures for storing his tools and plans, materials and site
office. However, the structures will be provided by him at his own expense and will
be solely responsible for guarding his property. The Contractor however will have
to dismantle the sheds and vacate the land of all debris etc. at his own expense
after completion of work.

20.1.33 MEASUREMENT, BILLING AND PAYMENTS TERMS

.01 Wherever necessary mode of measurement is not specified, the


measurement will be taken as per the latest BIS code of practice for
measurement..

.02 The Contractor or his representative shall along with the consultant and
INKEL jointly measure the work done and the measurement duly signed by
the contractor and certified by the consultant shall be submitted to INKEL
for test check/verification before preparation of of bills. Consultant will
certify the quality of work done. All necessary tapes shall be of steel and
shall be supplied by the Contractor. The Contractor shall then present his
bill based upon the agreed and recorded measurements and as per the
directions of the Consultant. If the Contractor fails to accompany the INKEL
then he shall be bound by the measurements taken by the the Consultant /
INKEL or their representative.

.03 The Contractor may raise bills once a month or for a minimum payment of
10% of contract amount. The Bill duly certified by the Consultant has to be
submitted to the Project Manager, INKEL

.04 Payments towards all interim bills will be made by the INKEL within 10 days of
presentation by the Contractor which shall be released on certification by
the Consultant. How ever advance to the extent of 90% of the net amount
payable on such RA bills shall be released within three days.

Contractor:
2-12

.05 Period of final measurement shall be three months from the time of
completion of the project.

.06 Contractor has to submit progress report of the work along with each RA
bills.

20.01.34 ADVANCES

.01 The Contractor may raise the bill against completed works only. How ever
secured advance at 75% of the market value of non perishable item shall
be payable on production of bank guarantee for an equivalent amount.

.02 Mobilization advance upto 10% of the contract value shall be paid on
request to the contractor once the security deposit is remitted and
agreement entered into on submission of necessary bank guarantee for an
equilant value. Such advance shall bear an interest of 12% simple interest

2.01.35 EXTRA ITEMS

01. Any item of work that do not find a place in the schedule of quantities, in the
original tender or in the accepted tender or Contract as has been directed
by the Architect / Consultant / INKEL to execute is deemed as an extra item
of work. All such works that are necessary to be carried out under the
direction of the Architect / Consultant / INKEL shall be carried out by the
Contractor. No such variation will violate the Contract.

02. Extra items of work thus carried out by the Contractor will be paid at the
rates worked out by the Architect / Consultant / INKEL in the following
manner.

03. In the case of all extra items whether additional, altered or substituted, if
accepted rates for identical items are provided for in the Contract, such
rates shall be applicable.

04. In the case of extra items whether altered or substituted, for which similar
items of work exist in the Contract; the rates shall be derived from the
original item by appropriate adjustment of cost of affected components, on
the basis of provisions of standard data book and MARKET RATES AT THE
TIME OF TENDERING THE WORK. While working out the rate on the
above basis, an allowance of 15 % of the cost of affected components shall
be added/ subtracted towards Contractors overheads, profits and
establishment taken together. The tender percentage above or below of the
Contract rate for the original item shall then be applied on the estimated
rate for deriving the rates for such items.

05. In the case of extra items, whether additional altered or substituted, for
which similar items do not exist in the Contract but exist in the standard
data book of the Public Works Department of Kerala, the applicable rates
shall be arrived at on the basis of provisions of the said standard data book
and MARKET RATES AT THE TIME OF TENDERING THE WORK by
Contractor:
2-13

adding 15% towards overheads, profits and establishment charges and


applying the Contractors quoted percentage above or below.
06. In the case of extra items, whether additional, altered or substituted, for
which rates can only be partly derived from similar items in the contract and
PWD data and partly from market rates, the rate will be worked out as
follows: -

The Contractor will immediately after the execution of the work as mentioned
in 2.01.35.01 above shall communicate to the INKEL /Consultant the rate
claimed for the item with supporting documents as regards the prevailing
market rates. The Consultant shall examine these records and work out the
rate in the following manner.

As regards the first part involving items in the PWD data and MARKET
RATES AT THE TIME OF TENDERING THE WORK will be worked out as
given in 2.01.35.05. As regards the second part involving market rates the
rate will be worked out as given in 2.01.35.06.

. 07. In the case of extra item whether additional, altered, substituted, for which
the rates cannot be derived either from similar items of work in the Contract
and or from the standard data book of the Public Works Department of
Kerala, the applicable rate shall be worked out fully on the basis of prevailing
market rates, (giving due consideration to the analysis of the rate furnished
by the Contractor with supporting documents.) The Contractor immediately
after execution of work as mentioned in 2.01.35.01 above, communicate to
the Consultant the rate which he proposes to claim for the item, supported
by analysis of the rate claimed, and the Consultant shall determine, the
applicable rate on the basis of the reasonable prevailing market rates, giving
due consideration to the rate claimed by the Contractor, and forward the
same to INKEL. In case the requirement of labour for such item is available
in the PWD data book this shall be taken as the basis for working out rate. If
this is not available, observed data during the actual execution of work will
be taken as the basis. An allowance of 15% will be added towards
Contractors overheads, profit and establishment charges taken together.
The percentage excess of the contract rate over the estimate rate shall not
be applied in this case, but percentage reduction below the contract rate is
applicable.

2.01.36 The Contractor shall make his own arrangement for water and electricity required
for the work. The `Owner’ takes no responsibility for the supply of either electricity
or water.

2.01.37 INSURANCE

The successful Contractor shall take out Contractor's All Risk (CAR) insurance
policy, jointly in the name of the INKEL and the Contractor, and the original
policy shall be deposited with the INKEL within a week from the date of execution
of Agreement. The Value of the policy should be equivalent to the Contract value
and the validity of the policy will be up to the date of completion of the Defects
Liability Period.
Contractor:
2-14

2.01.38 This Notice Inviting Tender and the Agreement executed by the successful
tenderer will form part of the tender document.

2.01.39 Co-ordination of other works: Other connected works such as


a) Civil works.
b) Electrification works.
c) Plumbing works
e) Lifts

Will be tendered separately by INKEL. It shall be the responsibility of all the


contractors for the effective co-ordination of the entire project with in the specified
period. Though these works are being executed by other contractors the total
responsibility fro proper co-ordination and completing the entire project with in the
stipulated time rest with the main contractor. Nothing extra shall be payable to
the contractor on this account.

2.01.40 Approval of Sub- Contractors for specialized jobs.

Contractor should submit Bio data of sub contractors for specialized jobs for
Architects scrutiny and approval before entrusting work.

2.01.41 ALTERNATE ITEM.

There are some rate only item in schedule. If the Owner desire to execute the
work with those items the contractor is bound to execute the items as per
approved rates.

2.01.42. I/We hereby declare that I/We have read and understood the above
instructions and the terms and conditions mentioned above are binding on
me/us.

SIGNATURE OF THE TENDERER

Place:

Date:

Contractor:
2-15

SUMMARY OF NOTICE INVITING TENDER

1. Firm period of tender : 3 months from the date of


opening of Tender.

2. Earnest money deposit : Rs.3.00 Lakh/- as Demand Draft / BG


Along with Tender.

3. Last date for receipt of Price Bid : Up to 02.30 PM: on 07.07.11 at


Kochi Office

4. Date of opening of Price Bid : 3.00PM ON 07.07.11 at Kochi Office

5. Date of commencement of work : 7th day from the date of acceptance of


Letter of Acceptance / Work Order

6. Period of completion of work : 6 months from the commencement of


work.

7. Security Deposit : 5% of the Contract Price

8. Retention amount : 10% of each running bill, limited to


5% of total `Contract price’

9. Interim payments : Once a month or minimum value of


10% of `Contract Value’

10. Period of final measurements and : 3 months after completion of work


valuation

11. Defects liability period : Twenty four months

12. Escalation : No escalation

:
.

Managing Director

(INKEL)

Contractor:
2-16

2.02.00 LIST OF DOCUMENTS TO BE ENCLOSED

Contractor:
2-17

2.02.00 LIST OF DOCUMENTS TO BE ENCLOSED

2.02.01 The following documents must be enclosed along with the ‘Price Bid’.

a) Earnest Money Deposit’ of Rs.3,00,000/- as Demand Draft/ Bank


Guarantee in the prescribed proforma from a Nationalised / Scheduled bank
valid for a minimum period of 4 months. Demand Draft shall be taken in the
name of the Managing Director ,INFRASTRUCTURES KERALA LTD.
payable at Ernakulam, Kochi.

b) Preliminary Agreement’ in the prescribed format duly executed in Kerala


stamp paper of Rs.100/-.

2.02.02 The ‘Tender document’ with all pages duly signed and filled in the space provided
for quoting the rates and amount.

2.02.03 Under no circumstances shall any sheet be detached from the tender documents.

**********

Contractor:
2-18

2.03.00 INSTRUCTIONS TO BIDDERS

Contractor:
2-19

2.03.00 INSTRUCTIONS TO TENDERERS

2.03.01 Tenderers shall read the tender documents carefully and shall give all the
information and documents called for.

2.03.02 The Tenderer / Contractor has to quote his rate in words & figures for each item
in the space provided against the items.

2.03.03 The Tenderers / Contractors should certify that he has studied the works at site
and acquainted himself with the position with regard to constructions, materials
and labour required for the work.

2.03.04 Every Tenderer / Contractor should furnish all payments, deposits and securities
as required and mentioned in the Technical / Price Bid, when due.

2.03.05 The rates quoted shall be in the decimal coinage system.

2.03.06 Should the Tenderer / Contractor notice any discrepancy or error in the statement
made, or quantities or units shown against items, he shall immediately bring it to
the notice of the Consultant/INKEL and obtain the clarification before submitting
the tender or bring to them out and get clarified in the Pre Bid meet on 28.06.11..
The tender shall be based on such clarifications furnished and shall be recorded
as such in the covering letter of the tenderer, failing which the ‘Owner’ shall have
the right to ask the Contractor to execute the work according to the statement
made or quantities or units shown in the tender, without any compensation. The
offer of the Tenderer / Contractor not complying with the above instructions may be
rejected.

2.03.07 SCOPE OF WORK


The contractor shall carry out and complete the work in every respect in
accordance with this contract and with the directions of and to the satisfaction of
client. The work essentially consists of all Fire Fighting & Fire Alarm works as
defined in the BOQ and drawings. The scope of work further includes variation or
modification of design, quality of work, addition, omissions or substitution of any
work, under the instruction of CONSULTANT / CLIENT. Such instructions shall be
complied forthwith.
The contractor shall be also responsible to obtain all necessary drawing
approvals, sanctions, site approvals, etc. from relevant statutory authorities and
service providers and obtain permanent service connections to suit the
construction program. The contractor shall pay all charges payable to the
authorities and these shall be reimbursed by the client on production of original
receipts.

Contractor:
2-20

Managing Director ,
INKEL

2.04.00 CONDITIONS OF CONTRACT

Contractor:
2-21

2.04.00.00 CONDITIONS OF CONTRACT

2.04.01.00 ASSIGNMENT AND SUB-CONTRACTING

2.04.01.01 ASSIGNMENT

The Contractor shall not assign the contract or any part thereof or any benefit or
interest therein or there under without the written permission of the Consultant /
INKEL.

2.04.01.02 SUB-CONTRACTING

The Contractor shall not sub-contract the whole of the contract. The Contractor
shall not sub-contract any part of the works without the written consent of the
Consultants/INKEL and such consent, if given, shall not relieve the Contractor
from any liability or obligation under the ‘Contract’ and the Contractor shall be
responsible for the acts, defaults and neglects of the sub-Contractor, his agents,
employees or workmen as fully as if they were the acts, defaults or neglects of
the Contractor or his agents, servants, or workmen.

2.04.02.00 DRAWINGS

2.04.02.01 ISSUE OF DRAWINGS

Two copies of each drawing approved for construction will be issued to the
contractor within 7 days from the date of letter of acceptance.
Drawings approved for construction will be issued to the Contractor
progressively during the contract period and the Contractor shall arrange for the
execution of the works and the procurement of materials accordingly. The
Contractor shall give adequate notice in writing to the Consultants or his
representative of any further drawings or specifications that may be required for
the execution of the works or otherwise under the contract.

2.04.02.02 COPIES OF DRAWINGS TO BE KEPT AT SITE

One copy of the drawings furnished to the Contractor as aforesaid shall be kept
at the site and the same shall at all reasonable times be available for inspection
and use by the Consultant or his representative and by any other person
authorized by the Consultant in writing.

2.04.02.03 ISSUE OF FURTHER DRAWINGS AND INSTRUCTIONS

The Consultant shall have full power and authority to supply to the Contractor
from time to time through his representative, during the progress of the works
Contractor:
2-22

such further drawings and instructions as shall be necessary for the purpose of
proper and adequate execution and maintenance of the works and the
Contractor shall carry out and be bound by the same.

2.04.02.04 OWNERSHIP OF DRAWINGS


All drawings supplied to the Contractor are deemed the property of the ‘Owners'.
The Contractor should not divulge or use, except for the purpose of this contract,
any information contained in the drawings.
2.04.02.05 EXECUTION AS PER DRAWINGS

The Contractor must not vary or deviate from the drawings in any respect while
executing the work or executing any extra work of any kind whatsoever unless
authorized by the “Owners”.

2.04.02.06 PLANS AND DRAWINGS TO BE SUBMITTED BY THE CONTRACTOR


a) All the required detailed engineering and working drawings shall be supplied to
the Contractor within 15 days of start of work. The balance drawings shall be
supplied by the Consultant/INKEL progressively so as not to hinder the progress
of work.

b) The Contractor shall go through these drawings and bring to the notice of the
Owner / Consultant any discrepancy in the design / drawing so that the Owner
can correct and reissue the same.

c) Even though the drawings are issued by the Consultant, the responsibility of
checking the sufficiency of the design / drawings rests with the Contractor. It
does not in any way relieve the Contractor of his responsibilities towards safe
practice of design as per all relevant IS Codes of practice including safety
against
Earthquake forces.

The Contractor shall submit the following information in triplicate to the


Consultant for approval within the time stipulated for each item as detailed
below:

i) A general tentative layout plan of construction plant and equipment for the
execution of work within 7 days from the date of acceptance of Work Order.

ii) Drawings or prints showing the location of major plants and other facilities which
he proposes to put up at the site, including any changes in the general layout, at
least 7 days prior to the commencement of the respective work.

iii) Layout and details of temporary works that the Contractor wants to carry out to
fulfill his obligation under the Contract. Within 7 days the Consultants will
give their approval / comments sufficient to proceed with the work or objections /
instructions to the Contractor based on which the drawings shall be revised and
submitted again for approval by the Contractor.

iv) All these plans and drawings submitted by the Contractor and approved by the
Consultants shall become part of the `Contract’.

Contractor:
2-23

v) Based on the drawings provided by the Consultant , the Contractor shall provide
the Bar Bending Schedule for approval by the Owner / Consultant.

vi) The detailed shop drawings for the works based on the plans, elevations and
drawings to be given to the Consultant/INKEL within 15 days of issue of the
Work Order, along with design data, full design and code provisions followed
along with details like sizes, capacities, dimensions arrangement of fabrications
etc.
vii) These drawings / design shall be approved by the Consultant / Owner within 7
days and intimated to the Contractor with changes if any, required for
resubmission.

viii) The contractor shall then submit the final shop / working drawing (in 6 sets) to
the Owner / Consultant within 7 days for obtaining permission for construction
activities.

ix) The drawings shall be approved for construction and issued by the Owner
within 3 days of submission to the Owner/ Consultant.

2.04.02.07 ROYALTIES AND PATENT RIGHTS

All royalties or other sums payable in respect of the supply and use in carrying
out the work as desired by or referred to in the schedule of quantities of any
patented articles, process or inventions shall be deemed to have been included
in the contract sum and the Contractor shall indemnify the “Owner” from and
against all claims, proceedings, damages, costs and expense which may be
brought or made against the “Owner” or to which he may be put by reason of the
Contractor infringing or being held to have infringed any patent rights in relation
to any such articles, process and inventions.

2.04.03.00 GENERAL OBLIGATIONS

2.04.03.01 INSPECTION OF SITE ETC. BEFORE SUBMISSION OF


TENDER

The Contractor shall inspect and examine the site and its surroundings, and shall
satisfy himself before submitting his tender, as to the nature of the ground, form
and nature of the site, the quantities and nature of work and materials and its
availability required for the completion of the works, the means of access to the
site, the local labour conditions, the accommodation he may requires and in
general shall obtain all necessary information as to the risks, contingencies and
other circumstances which may influence or affect his tender.

2.04.03.02 The Contractor shall make his own arrangement for water and electricity required
for the work. The ‘Owner’ INKEL takes no responsibility for the supply of either
electricity or water.

2.04.03.03 SUFFICIENCY OF TENDER

The Contractor shall be deemed to have satisfied himself before tendering as to


the correctness and sufficiency of his tender for the execution of the works and
of the rates and prices stated in the priced ‘Schedule of Quantities & Rates’, and
Contractor:
2-24

that the offer rates and prices shall cover all his obligations under the `Contract’
and all matters and things necessary for the proper completion and mandatory
maintenance of the work.

2.04.03.04 CLARIFICATION BEFORE SUBMITTING TENDERS

Should the Contractor notice any discrepancy or error in the statement made, or
quantities or units shown against items, he shall immediately bring to the notice
of the Consultant / INKEL and obtain the clarification before submitting the
tender. The tender shall be based on such clarifications and shall be recorded
as such in the covering letter to the tender, failing which the INKEL shall have
the right to ask the Contractor to execute the work according to the statement
made or quantities or units shown in the tender, without any compensation.

2.04.03.05 RATES QUOTED FOR FINISHED WORK

The rates quoted in the tender by the Contractor must be for the finished work as
per the drawings and specifications.

2.04.03.06 TENDER VALID FOR ACCEPTANCE

The tender shall remain open for acceptance for a period of 3 months from the
date of opening Price Bid.

2.04.03.07 COMMENCEMENT OF WORK

The Contractor shall commence the work at site, within 7 days of issue of the
‘Work Order’ and shall takeover of the site by the unless otherwise specified, and
shall proceed with the work with due expedition.

2.04.03.08 PROGRAMME OF WORK

Soon after the issue of work order, the Contractor shall submit to the
Consultant/INKEL for approval a programme for the planned completion of the
whole job showing there in the order of procedure and method in which he
proposes to carry out the works and shall whenever required by the Consultant
or Consultant’s representative/INKEL, furnish further detailed programme and
particulars in writing of the Contractor’s arrangements for carrying out the works
and of the constructional plant and temporary works, which the Contractor
intends to supply use or construct as the case may be. The submission and
approval, if any, by the Consultant or his representative/INKEL of such programs
or particulars shall not relieve the Contractor of any of his duties or
responsibilities under the contract. The time schedule to be given by the
contractor should match the time schedule contained in the tender document
and in no case shall fall beyond the completion date indicated. Also the above
programme should match the work programme of main Civil Contractor, so that
all concealed works should complete before the commencement of finishing
works

2.04.03.09 CONTRACTOR’S EMPLOYEES

Contractor:
2-25

The Contractors shall provide and employ at site in connection with the project
management, all the personnel they have offered to employ in the pre-
qualification papers filed before the owners.

Only such technical assistants as are skilled and experienced in their respective
fields and such sub-agents, foreman and leading hands as are competent to give
proper supervision to the work they are required to supervise and, such skilled,
semi-skilled and un-skilled labour as is necessary for the proper and timely
execution and maintenance of works.

2.04.03.10 REMOVAL OF WORKMEN

The Consultant / OWNER shall be at liberty to object to and require the


Contractor to remove forthwith from the works any person employed by the
Contractor in or about the execution or maintenance of the works who in the
opinion of the Consultant/INKEL misconduct himself or is incompetent or
negligent in the proper performance of his duties or whose employment is
otherwise considered by the Consultant/INKEL to be undesirable and such
person shall be replaced by the Contractor without delay.

2.04.03.11COMMUNICATIONS TO BE IN WRITING

All references, communications, correspondences made by the INKEL the


Consultants, the Consultant’s representative or the Contractor concerning the
works shall be in writing and no reference, communication, or complaint which
is not in writing, shall be recognized.

2.04.03.12 OCCUPATION AND USE OF LAND

No land, building belonging to or in the possession of the “INKEL” shall be


occupied by the Contractor for any purpose other than that for executing the
works.

2.04.03.13 CONSTRUCTION OF SITE-SHED

Any site-shed, proposed to be temporarily constructed by the Contractor for his


office work, storage of materials etc., shall conform to the standard sketch, or to
the plan approved by the Consultant/INKEL. Permission for the construction of
such sheds shall be obtained in writing.

2.04.03.14 MATERIALS, TOOLS AND PLANT

All materials required for the execution of the works, other than those mentioned
in the Notice Inviting Tender, shall be supplied by the Contractor. Materials so
supplied shall have the approval of the Consultant/INKEL before using on the
works. All the rejected materials shall be removed at once from the site of work
at the Contractor’s own cost , failing which such material shall be got removed
by the INKEL at the risk and cost of the contractor.

2.04.03.15 TOLLS, ETC.

Contractor:
2-26

The Contractor shall pay all tollgates and other royalties, rent and other
payments or compensations, if any for getting stone, gravel, sand, clay and all
other materials required for the works.

2.04.03.16 SETTING OUT

The Contractor shall be responsible for the true and proper setting out of the
works and for the correctness of the position, levels, dimensions and alignment
of all parts of the works and for the provision of all necessary instruments,
appliances and labour in connection therewith. If at any time during the progress
of the works any error shall appear or arise in the position, level, dimensions or
alignment of any part of the works, the Contractor on being required to do so by
the Consultants or Consultant’s representative/INKEL, shall at his own cost
rectify such error to the satisfaction of the Consultant or his
representative/INKEL. The checking of any setting out or of any line or level by
the Consultant or his representative/INKEL shall not in any way relieve the
Contractor of his responsibility for the correctness thereof. The Contractor shall
provide all necessary instruments, appliances and labour required by the
Consultants or his representative/INKEL for checking if any, of the setting out.
The Contractor shall carefully protect and observe all benchmarks, site levels,
pegs and other things used in setting out the works. The rates quoted for the
work shall also include the cost of reference and level pillars and their
dismantling, when no longer required.

2.04.03.17 DAMAGE TO PERSONS AND PROPERTY

The Contractor shall identify and keep indemnified the INKEL against all losses
and claims for injuries or damages to any person or property whatsoever which
may arise out of or in consequence of the construction and maintenance of
works and against all claims, demands proceedings, damages, costs, charges,
expenses, whatsoever in respect thereof in relation thereto.

2.04.03.18 COOPERATION WITH OTHER AGENCIES

The Contractor shall co-operate with the work of other agencies or Contractors
that may be employed or engaged by the INKEL and as far as it relates to the
Contractor’s work. The sequence of work shall be so arranged that the works of
other agencies are also in progress simultaneously.

2.04.03.19 PROTECTION OF UNDERGROUND SERVICES

The Contractor must take adequate precautionary measures to protect the


underground and other services already laid all around the premises like
electric / telephone / fiber optic cables, power cables, water/hydrant pipelines,
sewer / effluent / drainage pipelines, drains etc. The Contractor should take prior
permission from the Consultant / INKEL before any excavation work is
undertaken. Any damage caused to the existing cables / pipes / drains /
structures etc. will have to be rectified by the Contractor at his own cost. If the
Contractor fails to do so, the necessary rectification will be got done at the risk
and cost of the Contractor.
Contractor:
2-27

2.04.03.20 WORK IN OR AROUND OPERATING PLANT OR OFFICES ETC

Where the work is being carried out in or around an operating plant where the
plant must run uninterrupted, the Contractor shall work only at specified places
and times as mutually arranged between the Contractor and the Consultant /
OWNER. Similar arrangements must be made while executing works inside the
offices, buildings, etc., without causing disturbance to the office work. For this,
the work may be required to be done during off-hours and Sundays. No extra will
be allowed beyond the rates quoted for doing work in the manner described
above. Similar arrangements shall be made by the contractor in respect of
works of other contractors engaged by INKEL at site.

2.04.03.21 WORK IN SHIFTS AND ON OFF-DAYS

The Contractor shall work in one or more shifts as also on Sundays and at night
and off days to complete the work on time, if so required by the
Consultants/INKEL for which the INKEL shall not be liable to pay any extra. For
such works relevant law and rule of the labour shall prevail.

2.04.03.22 SITE ORDER BOOK

A site order book must be maintained and always be available at site to record
the instructions by the Owner. The Contractor must see that the instructions
noted therein are properly carried out.

2.04.03.23 SITE TO BE KEPT CLEAN

The surplus spoil and dismantled debris shall be removed to a place as directed
by the Consultant/INKEL and stacked, leveled and dressed as directed. Re-
handling charges will not be allowed.

2.04.03.24 CONFLICT IN MEANING BETWEEN SCHEDULE OF


RATES AND SPECIFICATIONS

The ‘Schedule of Quantities & Rates’ shall be read in conjunction with the
Specification, and in the event of conflict in meaning between the two the
corresponding item in the `Unit Rate Specifications’ shall always have
precedence over the general `Specifications’.

2.04.04.00 LABOUR

2.04.04.01 LABOUR RULES

In respect of all labour directly or indirectly employed on the works by the


Contractor, the Contractor shall comply with the provisions of the contract labour
(Regulation and Abolition) Act 1970, Minimum Wages Act 1948, Payment of
Wages Act 1936 and any amendments thereof and all legislation and rules of the
State and / or Central Government or other local authorities, framed from time to
time, governing the protection of health, sanitary arrangements, wages, welfare
and safety for labour employed on building and construction works and for
Contractor:
2-28

bonus, retirement benefits, retrenchment / lay off, compensation and all other
matter liabilities of INKEL to employees. The rules and the other statutory
obligations with regard to fair wages, welfare and safety measures, maintenance
of register etc. will be deemed to be part of the contract.

2.04.04.02 REPORTING ACCIDENT OF LABOUR

The Contractor shall be responsible for the safety of all employees and / or
workers employed or engaged by him on and in connection with the works and
shall forthwith report all cases or accidents to any of them, however caused and
whenever occurring, to the Consultant or his representative/INKEL and shall
make every arrangement to render all possible assistance and aid to the victims
of the accident. Provisions of Workmen’s Compensation Act 1923 shall prevail in
such instances.. The Owner shall not be liable for, in respect, or any
damages or compensation payable as per regulations or in consequence of any
accident or injury to any workmen or other person in the employment of the
Contractor shall indemnify and keep indemnified the Owner against all such
damages and compensation and against all claims, demands, proceedings
costs, charges and expenses whatsoever in respect thereof or in relation thereto.

2.4.4.3 PROVISION OF WORKMEN’S COMPENSATION ACT

The Contractor shall at all times indemnify and keep indemnified the
Owner against all claims for compensation under the provisions of the
workmen’s Compensation Act 1923 or any other law for the time being in force
by or in respect of any workmen employed by the Contractor in carrying out the
contract and against all cost and expenses or penalties incurred by the Owner in
connection therewith. In any case in which, by virtue of the provision of the said
act, the Owner is obliged to pay compensation to a workman employed by the
Contractor in executing the works, the “Owner” shall recover from the Contractor
the amount of the compensation so paid and without prejudice to the rights of the
“Owner” under the said Act. The Owner shall be at liberty to recover such
amount or any part thereof by deducting it from the security deposit or from any
amount due by the Owner to the Contractor, whether under this contract or
otherwise without prejudice to any other remedy that may be available to the
“Owner” in law. The Owner 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 Owner full security for all cost for which the Owner might
become liable in consequence of contesting such claim.

2.04.04.04 PRESERVATION OF PEACE

The Contractor shall take requisite precautions to prevent any riotous or unlawful
behaviour by or amongst his workmen and/or others employed on the works by
him, for the preservation of peace and protection of the inhabitants and security
of property in the neighborhood of the works.

2.04.04.05 AGE LIMIT OF LABOUR

The age limit for employment of labour shall be in strict accordance with the
existing labour legislation.

Contractor:
2-29

2.04.04.06 RETURN OF LABOUR EMPLOYED

The Contractor, if required by the Consultant, shall submit return in detail in such
form and at such interval as the Consultants may prescribe showing number of
different classes of labour employed on the works from time to time by the
Contractor.

2.04.04.07 OBSERVANCE BY SUB-CONTRACTOR

The Contractor shall be responsible for the observance of the provisions of


aforesaid clauses under 2.04.04.00 by the sub-Contractors employed by him in
the execution of the contract.

2.04.05.00 MATERIAL TESTS AND WORKMANSHIP

2.04.05.01 QUALITY OF MATERIALS, WORKMANSHIP AND TESTS

All materials and workmanship shall be of the respective kinds described in the
contract and in accordance with the Consultant / Owner or their representative’s
instructions and shall be subject, from time to time, to such tests as the
Consultant or his representative may direct at the place or any of such places.
The Contractor shall provide such assistance instruments, machines, labour and
materials, as are normally required for examining, measuring and testing any
work and the quality, weight or quantity of any material used and shall supply
samples of materials before incorporation in the works for approval as may be
required by the Consultant / Owner. All materials brought to site by the
contractors shall be tested to the BIS standards. The cost of all such quality
tests is deemed to have included in rates quoted.

2.04.05.02 CONSTRUCTION OF PROTOTYPES OR SAMPLES OF WORK

The Contractor shall construct prototypes or samples of work as laid down in the
contract or as instructed by the Consultant. Such prototypes, samples, or
work, after approval by the Consultant, shall serve as the standards to be
achieved in the final construction.

2.04.05.03 COST OF SAMPLES


All samples shall be supplied by the Contractor at his own cost.

2.04.05.04 COST OF TESTS


The cost of making any test as per specifications shall be born by the Contractor,
and the Contractor should arrange for all facilities like meters, instruments as
required for carrying out such tests.

2.04.05.05 INSPECTION OF OPERATION

The Consultant / Owner or their representative shall at all times have access to
the works and to the site and to all workshops and places where materials,
manufactured articles or machinery are being obtained for the works and the
Contractor shall afford every facility for every assistance in obtaining the right to
such access.
Contractor:
2-30

2.04.05.06 EXAMINATION OF WORK BEFORE COVERING UP

No work shall be covered up or put out of view without the approval of the
Consultant or the Consultant’s representative/INKEL and the Contractor shall
afford full opportunity to the Consultant or the Consultant’s representative/INKEL
to examine and measure any work which is about to be covered up or put out of
view and to examine foundations before permanent work is placed thereon. The
Contractor shall give due notice to the Consultant’s representative/INKEL
wherever any such work or foundations is or are ready or about to be ready for
examination and the Consultant’s representative/INKEL shall without
unreasonable delay, unless he considers it unnecessary and advises the
Contractor accordingly, attend for the purpose of examining and measuring such
work or of examining such foundations.

2.04.05.07 UNCOVERING AND MAKING OPENINGS

The Contractor shall uncover any part or parts of the works or make opening in
or through the same as the Consultant/INKEL may, from time to time, direct and
shall reinstate and make good such part or parts to the satisfaction of the
Consultant. If any such part or parts have been covered up or put out of view
after compliance with the requirements of clause 2.04.05.06 hereof and found to
be executed in accordance with the contract, the expenses of uncovering,
making openings in or through, reinstating and making good the same shall be
borne by the Owner, but in any other case all such expenses shall be borne by
the Contractor and shall be recoverable from him by the Owner and deducted by
the Owner from any money due, which may become due to the Contractor,
without prejudice to any other remedy that may be available to the Owner, by
law.

2.04.05.08 REMOVAL OF IMPROPER WORK AND MATERIALS

The Consultant or his representative/INKEL shall during the progress of the


works have power to order the following in writing from time to time for which no
extra payment will be made to the Contractor.

a. The removal from the site within such time or times as may be specified in
the order of any materials, which in the opinion of the Consultant or his
representative are not in accordance with the contract.
b. The substitution of proper and suitable materials.
c. The removal and proper re-execution not withstanding a previous test
thereof or interim payment thereof of a work which in respect of materials or
workmanship is not in the opinion of the Consultant or his representative in
accordance with contract.

2.04.05.09 SUSPENSION OF WORK

The Contractor shall, on the written order by the “Owner” suspend the progress
of the works or any part thereof for such time or times and in such manner as the
owner may consider necessary and shall during such suspension, properly
protect and secure the work, so far as is necessary in the opinion of the INKEL.

Contractor:
2-31

2.04.06.00 TIME OF COMPLETION AND TAKING OVER

2.04.06.01 POSSESSION OF SITE


Save in so far the ‘Contract’ may prescribe the extent of portions of the site of
which the INKEL is to be given possession from time to time and the order in
which such portions will be available to him and subject to any such portions will
be available to him and subject to any requirement in the `Contract’ as to the
order in which the work shall be executed, the Consultant / INKEL shall give to
the Contractor possession of so much of the site as may be required to enable
the Contractor to commence and proceed with the construction of the works in
accordance with such reasonable proposals of the Contractor as he will make in
writing to the Consultant/INKELand shall, from time to time as the work proceeds
give the Contractor possession of such further portions of the site as may be
required to enable the Contractor to proceed with the construction of the works in
accordance with the said programme or proposal.

2.4.6.2 TIME OF COMPLETION

Time is deemed to be the essence of this contract and the whole of the works
shall be completed within the time stipulated or within such extended time as has
been allowed under Clause 2.04.06.03 and 2.04.06.04.

2.04.06.03 EXTENSION OF TIME OF COMPLETION

Should the amount of extra or additional work of any kind or changes in scope of
work or other special circumstances of any kind whatsoever which may occur, be
such as fairly to justify the Contractor’s request for extension of time for the
completion of the works the Consultant/INKEL shall determine the amount of
such extension and the “INKEL” shall intimate the Contractor in writing provided
that the Consultant/INKEL is not bound to take into account any extra or
additional work or other special circumstances unless the Contractor has
immediately, after such work has been commenced or such circumstances have
arisen, submit to the Consultant/INKEL full and detailed particulars of any
request for the extension of time to which he may consider to be justified.

2.04.06.04 EXTENSION OF COMPLETION TIME DUE TO STRIKE, FIRE ETC.

If in the opinion of the Consultant/INKEL the progress of the work has at any
time been delayed by strikes, fire, inclement weather, unavoidable casualties
etc. beyond the control of the Contractor then the time of completion of the work
may be extended for such reasonable time as the Consultant/INKEL may decide
and this will be indicated in writing.

2.04.06.05 COMPENSATION FOR DELAY

If the Contractor fails to complete the work within the specified period of
completion as per Clause 2.01.30 or within any extended time allowed, the
Contractor shall pay the owner as penalty an amount equivalent to 0.5% (point
five percentage) of the value of the unfinished work for every week of delay or
part thereof subject to a maximum of 10% (ten percentage) of the Contract value
of the work for the period during which the work shall remain unfinished. Such
Contractor:
2-32

amounts may be deducted by the Owner from any amount due or that may
become due to the Contractor. The total penalty for not achieving milestones as
applicable till the date of completion specified in Clause 2.01.30 as well as for
delay in completion shall not exceed 10% of the total Contract value at any point
of time.

The compensation thus levied on each RA Bills will be released, if the


subsequent progress is achieved, in the next RA Bill itself and the work
completed as per the time schedule. If there is delay in final completion, the
stage wise penalty levied will be adjusted against the penalty to be levied as per
condition under clause 2.01.31. In any case the overall penalty that shall be
levied on the Contractor shall not exceed 10% of the overall contract value as
per Cl.2.01.31 and Cl..2.04.06.05 combined. The Cl.2.01.31 of penalty for delay
is complementary to this clause and both penalties shall not be levied
simultaneously on the Contractor.

2.4.6.6 WORK TREATED AS COMPLETE

The works shall not be treated as complete until:

i) The site is clear from all materials, site shed, etc. and the Consultant is
satisfied with the job done by the Contractor.

ii) The Contractor has submitted the reconciliation statement regarding the
stores received from the INKEL and all the surplus and salvaged materials
are returned to the stores.

iii) All equipment, tools, plant taken from the INKEL have been returned by the
Contractor.

iv) Any other material, taken on loan / transfer from other agency have been
returned by the Contractor.

v) All power and water supply connections taken for the execution of the works
have been disconnected by the Contractor.

vi) Rectification of any damage done by the Contractor to the works executed
by him or other works (disconnected with the said Contractor) at the site,
while carrying out works assigned to him.

vii) The works shall not be considered as completed until the Consultant has
certified in writing that they have been completed and the Defects Liability
Period shall commence from the date of such certificate.

2.04.06.07 TAKING OVER

After completion of works or any substantial part of the works before the
completion of the whole of the works, the Contractor shall notify the
Consultants/INKEL in writing, who within 15 days of receipt of the said notice
shall give such certificate with respect to any substantial part of the works which
has been both completed to the satisfaction of the Consultant and occupied or
used by the INKEL or refuse to issue the same stating the reasons thereof in
Contractor:
2-33

writing. When any such certificate is given in respect of a part of the works, such
part shall be considered as completed for the purpose of taking over and
computation of the period of maintenance of such part that is such period of the
work as certified. The works in whole or part shall not, however, be treated as
completed for the purpose of other relevant clauses hereof unless and until the
provision of Clause 2.04.06.06 hereof are fully complied with.

2.04.06.08 MAINTENANCE

For a period of twenty four months commencing immediately after taking over of
the work by the INKEL the Contractors liability shall be to replace the defective
parts, rectify/reconstruct the defective work that may develop of his own
construction or those of his sub Contractors approved by the INKEL arising
solely from faulty materials or workmanship. If it is necessary for the
Contractor to rectify/reconstruct any defective portions of the work under the
contract, the provision of this condition shall apply to the portions of work so
replaced or renewed until the expiration of three months from the date of such
replacement or renewal or until the end of the above mentioned period of Twenty
four months, whichever may be later. If any defects be not remedied within a
reasonable time the INKEL may proceed to do the work at Contractor’s risk and
expense, but without prejudice to any other rights which the INKEL may have
against the Contractor in respect of such defects. The Contractor shall bear the
cost of such repairs / rectification carried out on his behalf at site. Immediately
upon expiry of the maintenance period the Company shall issue a final certificate
indicating that the Contractor has completed his obligation under the contract.

2.04.07.00 TERMINATION OF CONTRACT

2.04.07.01 If the Contractor has abandoned the contract or has failed to proceed with the
work due to negligence or the progress on any particular item / items is slow or
has failed to execute the work in accordance with the terms and conditions of the
contract, is persistently or frequently neglecting to carry out his obligation under
the contract, then it shall be lawful for the INKEL to terminate the contract
forthwith under written notice and to proceed with the balance of the work at the
risk and cost of the contractor. During the course of execution of the job, in case
the Contractor has done any substandard work, he shall be asked in writing to
dismantle and re-do the same at his own expenses. If the Contractor fails to
comply with the above instructions immediately, then the INKEL shall proceed
with the above rectification work, other wise. Similarly, if the Contractor goes
slowly on any particular item or items of work, the INKEL shall have the right to
execute this item or items through another agency or agencies, including its own
department.

2.04.07.02 BACK CHARGING THE CONTRACTOR

Extra cost and expenses incurred for completing the work or balance work or
carrying out the rectification of any work as mentioned above through another
agency or agencies including its own department, shall be debited to
Contractor’s account and shall be recovered from any money due or that may
become due to the Contractor without prejudice to any other remedy that may be
available to the INKEL in law. If there is any savings in cost due to re-

Contractor:
2-34

arrangement or supplementing through other agencies the original Contractor


will not have any claim on this.

2.04.08.00 ALTERATIONS, ADDITIONS AND OMISSIONS

2.04.08.01 VARIATION

The Consultant with the approval of the INKEL shall be entitled to make any
variation of the quality or quantity of the works or any part thereof that may in his
opinion, be necessary and for that purpose, or if for any other reason it shall, in
his opinion be desirable, he shall have power to order the Contractor to do and
the Contractor shall do any of the following:-

a) Increase or decrease the quantity of any work included in the Contract.

b) Omit any portion of work.

c) Change the character or quality or kind of any such work.

d) Change the levels, lines, position and dimensions of any part of the works
and,

e) Execute additional work of any kind necessary for the completion of the
works, and no such variation shall in any way vitiate or invalidate the
contract but the value, if any, of all such variations shall be taken into
account in ascertaining the amount of the contract price.

2.04.08.02 ORDER FOR VARIATIONS TO BE IN WRITING

No such variation shall be made by the Contractor without an order in writing of


the Consultant/INKEL, provided that no order in writing shall be required for
increase or decrease in the quantity of any item of work where such increase or
decrease is the result of the actual quantities exceeding or being less than those
stated in the bill of quantities which are estimates. In such cases, the Contractor
shall be paid only for the actual quantity of work done as certified by the
Consultant at the accepted unit item rates and no compensation shall be
allowed. Provided also that if for any reason the Consultant shall consider it
desirable to give any such order verbally, the Contractor shall comply with such
order but it must be followed by confirmation in writing of such verbal order given
by the Consultant, which shall be deemed to be an order in writing within the
meaning of this clause.

2.04.08.03 REBATE / EXTRA OVER ORIGINAL ITEM

If there is a deviation in the specification of particular item of the tender,


rebate/extra over the quoted rate shall be generally derived as follows:-

a) For items not covered in the schedule, rebate / extra shall be derived based
on observation / analysis of labour and materials involved in such items.

2.04.08.04 ITEMS OF AD-HOC NATURE

Contractor:
2-35

The Contractor shall procure necessary materials and carry out miscellaneous
work of ad-hoc nature specifically provided with necessary tools and tackles as
may arise during execution of the contract. The actual quantum of work shall be
certified and settled by the Consultant and payment for the same shall be fixed
on the basis of actual cost plus overheads, profits and establishments taken at
15% of the cost.

2.04.08.05 CLAIMS
The Contractor shall send to the Consultant’s representative/INKEL an account,
giving full and detailed particulars with proper analysis of all claims for any
additional expenses to which the Contractor may consider himself entitled and of
all extra items of work ordered by the Consultant/INKEL, which he has executed,
within one month of execution of such work, and no claim for payment for any
such work will be considered which has not been included in such particulars.
Provided always that the Consultants shall be entitled to authorize payment to be
made for any such work not withstanding the Contractor’s failure to comply with
this condition if the Contractor has at the earliest practicable opportunity notified
the Consultant in writing that he intends to make a claim for such work.

2.04.09.00 MEASUREMENTS

2.04.09.01 QUANTITIES

The Quantities set out in the bill of quantities are the estimated quantities of the
work. They are not to be taken as the actual and correct quantities of the works,
to be executed by the Contractor in fulfillment of his obligations under the
contract.

2.04.09.02 WORKS TO BE MEASURED

The INKEL shall, except as otherwise stated, ascertain and determine by


measurement the value in terms of the contract. He shall when he requires any
part or parts of the works to be measured, give notice to the Contractor’s
authorized agent or representative, who shall forthwith attend or send a qualified
agent to assist the INKEL in making such measurement, and shall furnish all
particulars required by either of them. Should the Contractor not attend or
neglect or omit to send such agents, then the measurement made by the INKEL
or approved by him shall be taken to be the correct measurement of the work.
For the purpose of measuring such permanent work as is to be measured by
record and drawings, the INKEL representative shall prepare records and
drawings month by month and the Contractor, as and when called upon to do so
in writing, shall within fourteen days, attend to examine and agree such records
and drawings with the Consultant’s representative and shall sign the same when
so agreed. If the Contractor does not so attend to examine and agree such
records and drawings they shall be taken to be correct. If, after examination of
such records and drawings, the Contractor does not agree to the same or does
not sign the same as agreed, they shall nevertheless be taken to be correct,
unless the Contractor shall, within fourteen days of such examination, lodge with
the INKEL representative for decision by the INKEL, notice in writing of the
respects in which such records and drawings are claimed by him to be incorrect.

2.04.09.03 METHOD OF MEASUREMENT


Contractor:
2-36

The works shall be measured in accordance to relevant IS codes not


withstanding any general or local custom, except where otherwise specifically
described or prescribed in the contract.

2.04.10.00 PROVISIONAL SUMS

2.04.10.01 “Provisional sum” means a sum included in the Contract and so designated in
the bill of quantities for execution of works or the supply of goods, materials or
services or for contingencies, which sum may be used, in whole, or in part or not
at all, at the direction or discretion of the Consultant. The contract price shall
include only such amounts in respect of the work, supply or services to which
provisional sums relate as the Consultant shall approve or determine. The
Contractor shall when required by the Consultant, produce all quotations,
invoices, vouchers, and accounts or receipts in connection with expenditure in
respect of provisional sums.

2.04.11.00 SETTLEMENT OF DISPUTES

2.04.11.01 All disputes and differences of any kind whatsoever arising out of or in
connection with the contract, whether during the progress of the works or after
their completion shall be referred by the Contractor to the “Owner” and the
Owner shall within a reasonable time after their presentation make and notify
decisions thereon in writing.

2.04.11.02 The decisions, directions, clarifications, measurements, drawings and certificates


with respect to any matter, the decision for which is specially provided for by
these or other special conditions to be given and made by the Owner are matters
which are referred to hereinafter as accepted matters. How ever such matters
may be referred to Managing Director INKEL whose decision shall be final and
binding..

2.04.11..03 Arbitration shall not be a means of settlement of any dispute.

2.04.12.00 NOTICES

2.04.12.01 All certificates, notices or written orders to be given by the Owner or by the
Consultant to the Contractor under terms of the contract shall be served by
sending by post or delivering the same to the Contractor’s place of business or
such other address as the Contractor shall nominate for this purpose.

2.04.12.02 All notices to be given to the Owner under the terms of the contract shall be
served by sending by post or delivering the same to the Owner address.

Contractor:
2-37

2.05.00 SPECIFICATIONS

Contractor:
2-38

2.05.00.00 SPECIFICATIONS

2.05.01.01 PRICES

Rate shown in schedule is inclusive of cost of design, material, fabrication,


erection, transportation, labour and supervision.

2.05.01.02 TAXES & DUTIES

Above prices are inclusive of all the taxes and duties applicable on the
manufacturing of goods like excise duty and sales tax. There shall not be any
further charges for tax components.

2.05.01.03 VAT / SERVICE TAX

Above rate shall be inclusive of VAT, service tax and other taxes.

2.05.01.04 ESCALATION

The rate quoted shall be firm for the period of construction and not subject to any
escalation.

2.05.02.00 CIVIL

01 GENERAL

01ADEFINITIONS
Reviewed by the Consultant/Client: normally a design or piece of equipment
must be shown to have operated successfully for not less than two years under
conditions generally similar to those required by this contract. Facilities shall be
given at the tender stage, if required by the Consultant to evaluate the
equipment's features and performance. The review of a design or piece of
equipment shall be without prejudice to the acceptance tests required after
installation.
Size: When related to pipe work means nominal size, which generally
approximates to the bore of steel and plastic tubes, the outside diameter of
copper tubes etc.
“Complete installation” shall mean not only the major items of plant and
equipment conveyed by this specification, but all the incidental sundry
components necessary for the complete execution of the works and for the
proper operation of the installation, with their labour charges, whether or not
Contractor:
2-39

these sundry components are mentioned in detail in the tender documents


issued in connection with the contract.
"As indicated", "where indicated”, and “unless otherwise indicated", refer to items
or requirements which are, or may be given elsewhere in the tender documents
issued in connection with the contract, (e.g. on a drawing, in a supplementary
specification or in a schedule to this specification).

01BSCOPE OF WORK
The scope shall include all of the labour, materials, equipment and services to
complete the Fire Fighting and Fire alarm Work.
It includes the manufacture, supply, delivery, erection, testing and adjustment of
the complete water supply and drainage systems.
All of the material to provide a complete and operational installation shall be
supplied and installed to the satisfaction of the Consultant. All incidental
component and appurtenance necessary for the proper operation of the system
shall be provided and installed as required whether or not they were specifically
mentioned in the contract documents.
Contractor shall carryout design check to ensure correctness and bring to the
notice any discrepancy prior to quoting the work and after award of work.. By
virtue of the above the contractor shall take design and system performance
responsibility.

01C SHOP DRAWINGS


The contractor shall submit shop drawings and samples for all materials and
equipment.
Prepare drawings in conjunction with all trades concerned, showing sleeves and
openings for all passages through structure and all insert sizes and locations.
Prepare composite construction drawings, fully dimensioned, of piping and
equipment in tunnels, shafts, mechanical equipment rooms and areas, and all
other critical locations to avoid a conflict of services.
Prepare drawings of equipment bases, pump pits, anchors, inertia slabs, floor
and roof curbs, wall openings, trenches, pertaining to plumbing work.

01D PROTECTION AND STORAGE


Protect the buildings and structures from damage due to carrying out of this
work.
Protect all materials and works from damage. Keep all equipment dry and clean
at all times. Cover all openings in equipment and materials. Cover all temporary
openings in pipes and sleeves with polyethylene sheets or caps until final
connection is made.
Be responsible for and make good any damages caused directly or indirectly

01EWARRANTIES
Warranties shall be in accordance with the conditions of contract, project
management and coordination, execution requirements.

Contractor:
2-40

All apparatus shall be built and installed so as to deliver its full rated capacity at
the standard operating conditions at the efficiency for which it was designed. The
Contractor shall guarantee all material and workmanship for at least one year
after the issue of final completion certificate issue and take over by the Owner.
All warrantees from equipment suppliers will be vested in the Owner. Guarantees
will be full guarantees and will include all overhead, profit, incidental charges and
sundries.
Where damage is caused to any other item by any failure of the item guaranteed,
then the guarantee shall also include the costs incurred in rectifying that
damage.

01FOPERATION AND MAINTENANCE MANUALS


Provide three (3) sets of operation and maintenance manuals. Provide separate
binders for each system.
Bind information neatly in hard covers bearing the title of the document, name of
the Works, and names of the Client and Consultant.

01G TESTING AND COMMISSIONING


Test and commission the complete installations included in the scope of works.
The testing and commissioning shall be carried out in accordance with the
requirements as detailed herein and in the particular specification section of each
material / system.
Successful test records shall be counter-signed by the Consultant and bound
into the Operation and Maintenance Manual.

01H GOVERNING STANDARDS


The installation shall comply with all relevant statutory instruments and
regulations and in particular with the following:
BIS : Bureau of Indian Standards
IEC : International Electro -Technical Commission.
ISO : International Organisation of Standardization.
NBC : National Building Code of India.
ASTM : American Society of Testing Materials
CIBSE : Chartered Institution of Building Services Engineers.
NFPA : National Fire Protection Association.
UL : Under writers Laboratory.
FM : Factory Mutual
BS : British Standards Institution
EN : Euronorms
IEE : Institution of Electrical Engineers.
IEC : International Electro -Technical Commission.
ISO : International Organisation of Standardization.

Contractor:
2-41

-- : Local Fire Fighting Authority.

01I ABBREVIATIONS
Generally, the following abbreviations are used
A. N. S. I. American National Standards Institute
A.S.M.E. American Society of Mechanical Engineers
A.S.T.M. American Society for Testing and Materials
b.h.p . Brake horsepower
BS British Standard
CI Cast iron
Cm Centimeter
dB Decibel
oC degree Celsius
 Diameter
Dia Diameter
hp. high pressure or motor horsepower
Kg kilogram
kPa Kilopascals
L Litre
L/S Litre per second
M Meter
mm Millimeter
ML Milliliter
NBC National Building Code
N. F. P. A. National Fire Protection Association
NPSH Net Positive Suction Head
No. Number
Pa Pascals
PPM Parts per million
RPM Revolutions per minute
SS Stainless steel
UL Underwriters' Laboratories
W Watts
W. P. Working pressure
DCP Dry Chemical Powder
CO2 Carbon Dioxide
FHRC Fire Hose Reel Cabinet
Contractor:
2-42

01G DESIGN CRITERIA


Contractor shall be responsible that all systems be in compliance with the design
criteria specified hereafter and in separate Sections of the Specifications.
BUILDING CLASSIFICATION AND SYSTEMS:
The fire-protection installation shall be in complete compliance with requirements
as laid down in the National Building Codes / relevant IS and to the approval of
the local authorities having jurisdiction. Classification: The proposed building
comes under Industrial building (moderate hazard G-2) built up area more than
1000sqm.
The following systems are proposed to be installed:
• Sprinkler system
• Landing Valve and Hose reel system
• External / Yard Hydrants
• Portable fire extinguishers
• Fire Detection System (Refer to Electrical Scope)
FIRE WATER SUPPLY & STORAGE TANKS
Fire reserve, as per NBC –Part 4, shall be maintained in underground and
overhead / terrace tanks. Corresponding to the above building classification, the
fire reserves proposed are as below:
• U/G Fire Reserve: 100000litres
• O/H Fire Reserve 20000litres
The tanks shall be of concrete construction with GRP lining and shall have an
internal baffle wall with underflow arrangement with baffles to avoid water
stagnation in the tank.
The incoming water supply shall be first fed to the UG fire tank and thereafter
flow to the
raw/domestic compartment through an overflow arrangement. This ensures that
the requisite fire reserve is always maintained. In addition, the fire tank shall also
be fed from fire water ring main connected to external Siamese connections
(breaching inlets)for Fire Brigade connection.
Fire reserve as per NBC shall also be maintained in an overhead tank. The tank
shall be similar to the underground tank with over flow and under flow
arrangements.
Domestic water transfer pumps shall transfer water from the UG tank to the
overhead fire tank from which the water shall flow into the domestic tank with the
help of an overflow arrangement.
FIRE PUMPSETS
The fire pumps shall be located in a closed pump room adjacent to the fire tank.
Fire Pump set shall comprise of the following
• Main Fire pump
• Diesel pump (standby)
• Jockey Pump
Fire pumps shall be comply with the National Building Codes Part 4-2 nd Revision
and applicable IS standards.
Contractor:
2-43

PIPING DISTRIBUTION
The building shall be served by set/s of Sprinkler Riser and the Wet (Hydrant)
Risers (as applicable) connected to the fire pumps.
The Wet Riser shall rise up through the building to serve the fire hose reels and
standpipe/landing valve system at each floor level.
The proposed Industrial building shall be fully sprinklered .The sprinklers shall be
served from sprinkler riser. A separate sprinkler drain riser shall accompany the
sprinkler riser and the sprinkler drains from each floor level shall be connected to
this drain riser.
The piping shall include necessary valves, gauges, meters required for
monitoring, control and maintenance of the system.
SPRINKLER SYSTEM
The proposed Industrial building shall be fully sprinklered. Sprinkler system shall
be designed in compliance with National Building Codes Part 4 2 nd Revision and
IS 15105-2002. Sprinkler line tap-offs from the riser shall be installed with a zone
control valve. All valves installed for the fire protection system shall be connected
to fire alarm system for monitoring.
LANDING VALVES AND HOSE REELS
Adequate numbers of landing valves and fire hose reels shall be provided at
appropriate locations to give coverage for the complete building and shall be
located primarily in association with the fire-isolated staircases and fire isolated
passages in accordance National Building Codes / relevant IS.
Landing valves shall be located strategically to cover a radius of 30m.
EXTERNAL HYDRANT
External hydrants shall be installed as required by National Building Codes /
authority having jurisdiction. The yard hydrants shall be served by a fire ring
connected to the fire pumps
PORTABLE FIRE EXTINGUISHERS AND FIRE BLANKETS
Portable fire extinguishers shall be provided in accordance with National Building
codes / relevant IS Standards and to the requirements of local authorities and
shall be installed within:
- Plant rooms.
- Switch/Electrical rooms.
- Transformer rooms.
- Kitchens
The installation shall be in complete compliance with requirements as laid down
in the National Building Codes / relevant IS and to the approval of the local
authorities having jurisdiction.

02 BASIC METHODS & MATERIALS

02AGENERAL REQUIREMENTS
The contractor shall include for the complete selection, detailing, installation,
testing and commissioning of the fire fighting and fire detection systems (along
with associated electrical works) outlined on the drawings and described in these
Contractor:
2-44

documents. The work shall include not only the major items of the system and
equipment but shall also include all the incidental sundry components necessary
together with the resources for installing such components, for the complete
execution of the works and for the proper operation of the installation, whether or
not these sundry components are stated in detail in this contract documents.
At the tender stage the contractor shall advise the Consultant of any and all
aspects of the design as described in this specification if the contractor is of the
opinion that some aspects will not work to his satisfaction or will not permit the
full, proper and correct operation of the systems described herein.
All belt drives, flexible couplings, and other exposed rotating or reciprocating
parts shall be covered with safety covers / guards. Covers shall be permanent
type and easily removable.
The works shall be installed to facilitate inspection, cleaning and repairs, and for
operation in which continuity of service is the first consideration. All material and
apparatus shall be designed to ensure satisfactory operation under the
atmospheric conditions prevailing at the site and under such sudden variations of
load and voltage as may be met with under working conditions
The installation shall incorporate every reasonable precaution and provision for
the safety of all those concerned in the operation and maintenance of the Works
and of associated works.
Accessible means shall be provided for the easy lubrication of all bearings,
mechanisms and moving parts. Grease lubricators shall be fitted with hexagon
nipples.Provide all lubrication for operation of all equipment requiring lubrication
until completion of Project run in all bearings.
If the Contractor must operate any potentially dangerous devices before all
specified safety valves, controls or other safety devices are installed, he shall
operate the device only under the supervision of qualified operators and he shall
provide advance notification to the Consultant, where there is potential of general
public access to the proximity of the systems and/or equipment to be placed
under operation or test.

02BEXPANSION JOINTS
Building expansion joints may occur throughout the building works. Wherever
such joints occur, the Contractor shall ensure that all pipes, conduits and cables
crossing the joints are suitably sleeved, set and flexibly coupled across the
expansion joint, adequately fixed each side of the joint and properly bonded.

02C CUTTING AND PATCHING


Obtain the approval of the Consultant before doing any cutting. Supporting
members of any floor, wall or the building structure shall only be cut and in such
a manner as approved by the Consultant. All reinstatement work must be done to
the same standard as the original work.

02D INSERTS, SLEEVES, ESCUTCHEONS AND CURBS


Use only factory made, threaded or toggle type inserts as required for supports
and anchors, properly sized for the load to be carried. Place inserts only in
portions of the main structure and not in any finishing material.

Contractor:
2-45

Use factory made expansion shields where inserts cannot be placed, but only
where approved by the Consultant and for light weights.
Do not use powder activated tools except with the written permission of the
Consultant.
Supply and locate all inserts, holes, anchor bolts, and sleeves in good time when
walls, floors, and roof are erected.Size sleeves to provide adequate clearance all
around.
Use the following materials for pipe sleeves:
Through all interior and exterior wall above grade (unless fire rated) use
uPVC Class E sleeves, machine cut, flush with finished structure.
Through all fire rated walls above grade use GI Class 'C' pipes, machine
cut, flush with finished structure inside.
Through all exterior walls below grade and all other waterproof walls use
uPVC Class E sleeves, machine cut. Check flashing specification for
further details.
Through all waterproof floors, janitor's closets, mechanical rooms,
kitchens, roofs, use uPVC Class 'E' sleeves, machine cut. Extend sleeves
100 mm above finished floor upwards and cut flush with underside of floor.
Refer to flashing detail through waterproof floors.
Provide 100 mm high, 100 mm wide watertight concrete curbs with 20 mm
chamfered edges around all pipes passing through waterproof floors except
where furred in. Read Concrete specification before proceeding with curbs.
Where pipes pass through floors, fire rated walls/partitions, provide fire rated
sleeves.
Pack all sleeves between the pipe and the sleeve with loose fiberglass
insulation. Seal the annular space as follows:
For all horizontal sleeves in exposed areas, use a seal equal or better fire rated
than the wall to be sealed.
For all vertical sleeves through roofs, janitor's closets, equipment rooms, use
permanently resilient silicone based sealing fire rated compound, non-
inflammable and waterproof.
Ensure that the seal is compatible with floor and ceiling finishes. Check the room
finishing schedules for further details and clarify if necessary with the Consultant.
Cover exposed floor and wall pipe sleeves in finished areas with satin finish
chrome or nickel plated solid brass or with satin finished stainless steel
escutcheons with non-ferrous set screws. Split cast plates of the screw locking
type may not be used. Do not use stamped steel friction type split plates
Through roofs, provide curbs and sleeves and to suit flashing requirements.

02FACCESS PANELS AND DOORS


Install all concealed mechanical equipment requiring adjustment or maintenance
in locations easily accessible through access panels or doors. Install systems
and components to result in a minimum number of access panels. Indicate
access panels on as-built.

Contractor:
2-46

Prepare detail drawings showing location and type of all access doors in
coordination with other services before proceeding with installation.
Size all access doors to provide adequate access and commensurate with the
type of structure and Architectural finish. Should it be necessary for persons to
enter, provide a minimum opening of 600 x 600 mm.
Ensure proper fire rating of access doors in fire separations.Lay-in type ceiling
tiles, if properly marked may serve as access panels.

02G FLASHING
Flash all mechanical and electrical parts passing through or built into a roof, an
outside wall, or a waterproof floor.
Provide uPVC sleeves with puddle flanges for services crossing water proofed
walls in basement.
All flashing shall suit roof angle and shall extend a minimum of 400 mm on all
sides.
Provide counter flashing on all pipes passing through roofs to fit over flashing or
curb.
Flash pipes through waterproof floors. Submit details for approval by Consultant.

02H GENERAL WELDING REQUIREMENTS


All welding shall be generally in accordance with IS 5822 : 1994 (Code of
Practice for Laying of Electrically Welded Steel Pipes), IS 10234 : 1982
(Recommendation for General Pipeline Welding) / B.S. 4515: 1965 (Specification
for field welding of Carbon steel pipelines.) This will be modified where
appropriate for other materials and may be relaxed or varied by order of the
Consultant, provided that the Contractor has made a reasonably comprehensive
request for an alternate.
Tack welds shall be performed by fully qualified welders and all tack welds shall
be of a length equal to twice the pipe thickness and shall fully penetrate the pipe
walls.
Where welding is carried out in the proximity of inflammable materials special
precautions shall be taken to prevent risk of fire or other damage to the building
fabric.
Where oxyacetylene cutting equipment or any welding plant is being used by an
operative for any of the works defined in the contract documents, then fire
extinguishers shall be supplied and carried as part of the equipment. The
operators of cutting and welding equipment shall be trained in the use of the fire
extinguishers which they carry and all extinguishers shall be fully charged and
ready for use. In all cases, extinguishers shall be positioned immediately
adjacent to the position where cutting and welding is being carried out and shall
be readily accessible for use in the event of an emergency.
All accommodation, benches, tools, welding plant, acetylene, oxygen or
electricity, filler rods and electrodes, which are necessary for installations where
welding is required shall be provided as part of this contract.

Contractor:
2-47

02I TESTS FOR WELDER QUALIFICATION


Before any site welding on the contract is allowed, each proposed welder shall
carry out the tests required in the presence of the Consultant, or the Employer's
Inspector.
Any weld test specimens which have been suitably marked and approved shall
be kept on site by a responsible person, so that they can be produced at any
time, at the request of the Consultant.
Under no circumstances shall a welder be employed on the contract, either on or
off the site for welding operations other than those for which that welder is
qualified.
Copies and records of all test reports shall be promptly given to and kept by the
Consultant.
For a successful test the weld shall conform in all respect to the requirements of
the IS/ B.S.S. Each welder who qualifies shall be issued with a metal punch with
an identifying number and shall stamp adjacent to each weld. If any test sample
does not reach the required standard, two further welds shall be made and
tested as detailed. Both of the re-tests shall be successful for the welder to
qualify for the work in this specification.

02J TESTING OF WELDED PIPEWORK INSTALLATION


Testing of welded pipe work installation shall be by either destructive of non
destructive test method.
Non-destructive testing; shall consist of radiographic inspection to comply with IS
1182: 1983 & IS 4853: 1982/ B.S.2600 and B.S.2910. Non-destructive testing
shall be carried out by a specialist company approved by the Consultant, but
paid by the Contractor.
The specialist company shall provide a report on the radiographic tests which
have been made, including interpretative results. The report and films shall be
handed to the Consultant.
When macro examinations are required by the Consultant these shall be carried
out by a specialist company who shall present etched photographs and a report
on the tests to the Consultant. All costs for these tests are to be borne by the
Contractor.

02KPAINTING AND IDENTIFICATION


Painting shall be applied to all exposed pipework and associated components,
valves, fittings, etc., equipment, supports of any kind, insulation, plain mild steel,
galvanized steel or cast iron surfaces. Where movement is required between
adjacent surfaces, request clarification from the Consultant.
All surfaces to be painted shall be prepared by thoroughly cleaning and removing
all rust, grease, oil, dirt and surface corrosion, using wire brush, emery paper
and/ or degreasing medium as required. The paint shall be applied in
accordance with the maker's instructions and the type of paint to be used shall
be in accordance with the following:
- Ferrous surface, one coat of Calcium Plumbate metal primer plus wash
primers as necessary, followed by 2 undercoats and one finishing coat.

Contractor:
2-48

- Non-Ferrous surface, one coat of zinc chromate primer plus wash primers
as necessary, followed by 2 undercoats, and one finishing coat.
All paint shall be manufactured by approved manufacturers.
For factory applied finishes, repainting or refinishing of any surfaces damaged
during shipping, erection or construction shall be done using only factory
supplied materials.
After finished painting is completed, identify each piped service. Locate
identification and flow arrows
- Behind each access door.
- At each change of direction on all joining pipes.
- At not more than 10 meters apart in straight runs of exposed pipes, but on
both sides of sleeves.
- At not more than 10 meters apart in straight runs of pipes behind
removable enclosures such as lay-in ceiling but on both sides of sleeves.
- Above each floor or platform for vertical exposed pipes, preferably 1.5
meters above floor or platform level.

P.V.C. tape identifying bands may be used subject to approval by Consultant.


Wherever insulation is to be painted, the paint used shall comply with all the fire
resistance requirements for insulation finish.
In all cases the actual grade of paint to be used shall be suitable for the
operating surface temperature and shall be approved by the maker for the
application concerned. In certain cases the grade of finishing coat may not
require the application of undercoats; in which case these may be omitted,
provided that the Consultant's approval in writing is obtained beforehand.
All pipe work in concealed positions shall be identified by means of 75 mm wide
identification bands, painted neatly on, at right angles to the pipe axis at intervals
not greater than 3 meters.
In addition the name of the service and pipe diameter shall be stenciled on in a
visible position with an arrow indicating the direction of flow
The identifying band colours and the finishing colour of the services to be painted
shall be agreed with the Consultant prior to application, but for tendering
purposes shall be in accordance with the colours and procedures given in B.S.
1710.
All equipment located in concealed positions shall have a nameplate secured to
the item giving the following information:
Equipment reference number (as indicated on the record drawings)
System.
Room/ Area served.
Duty/ output information.

This plate is in addition to any name plate supplied by the manufacturer of the
item giving detailed specification information for the equipment.

02L FLUSHING AND CLEANING


Flush all fluid-carrying systems after completion with a stream of water or
appropriate fluid at the highest obtainable pressure and velocity. Discharge the
Contractor:
2-49

flushing fluid through all strainers and out through line sized valves with hose
ends. Clean all strainers. Repeat flushing operation to the approval of the
Consultant until the water is running clear, colourless and odourless and the
conductivity is no more than 30 µs/cm above the mains water.

03 FIRE FIGHTING SYSTEM

03AGENERAL REQUIREMENTS
The specialist contractor shall be entirely responsible for the design, supply,
installation, testing and commissioning of the fire protection systems in line with
the Specification, Drawings and complying with relevant standards. After
preparation of Shop Drawings, the specialist contractor shall get approval from
the consultant for installation. After installation, testing and commissioning of the
various systems, the Specialist contractor shall arrange inspection by the Fire
Fighting Authority and obtain their approval of the installation.
Use only those products specifically listed/approved for Fire protection services
by ISI, BSI KITE mark, LPCB, Underwriters Laboratories Incorporated USA,
Factory Mutual Testing Laboratories USA or other approved agencies of
international repute, where stipulated.
Conform to the requirements of the following :
- National Building Code of India, Part-IV, Second revision.
- Bureau of Indian Standards
- National Fire Protection Association (NFPA) of USA
- British Standard Specifications
- International Electro technical Commission, IEC, IEEE Standards in the
selection and installation of electrical components and systems.

Fire Pumps and controllers shall be listed by UL and Factory Mutual testing
laboratories, and underwriter’s laboratories incorporated for fire protection
services.
Conform to NFPA 20 in respect of fire pump and controllers. Comply with
additional requirements, if stated. Design shall be based on the occupancy as
specified in NBC Part – 4 Second Revision.

03BSYSTEM DESIGN
Sprinkler system and wet riser systems shall be in compliance with NBC Part -4
Second Revision, IS and NFPA 13 & 14 as applicable.
The complete system design shall be carried out in compliance with the NBC for
the class and occupancy as stated therein. Comply with additional requirements
stated with respect to any other standards as stipulated herein.
Provide the entire sprinkler and standpipe systems including sprinkler heads,
piping, valves, tamper switches, flow alarms and other appurtenances required
by local fire fighting authorities. The entire sprinkler system shall be hydraulically
designed unless otherwise noted.
The entire system shall be designed and installed by a specialist contractor as
per authority approval.
Contractor:
2-50

Factory visit shall be provided by Contractor for Employer representative to


witness factory testing of Fire Pump before shipment.

03C SPRINKLERS ASSEMBLY


Quick response sprinklers shall be used throughout the facility, except in
electrical switchgear rooms, transformer rooms or elsewhere as indicated. All
sprinklers shall be standard/high pressure type rated for 1207 KPa /1730 KPa
and be FM approved. Where possible, sprinklers shall be both UL listed and FM
approved. The minimum standard is a UL listing.
Sprinkler head temperature ratings shall be ordinary classification between 57°C
and 77°C. For systems with high pressure, all sprinklers shall be high pressure
type rated for 1730 KPa.
All sprinklers shall be installed at least 12 inches from any air distribution
devices. Sprinkler location at wall mounted and peninsular shelving units shall
be a minimum of 450 mm away.
Provide two (2) sprinkler head wrenches for each type sprinkler head.
All sprinklers shall be supplied from one (1) manufacturer unless specified
otherwise. Submit one (1) sample of each sprinkler to be utilized on this project.
Sprinklers using rubber O-rings or rubber seals shall not be permitted for use in
this project.
Quick Response Sprinkler
Exposed Sprinklers – Quick Response : Exposed sprinklers shall be glass bulb
operated Quick Response upright or pendant automatic sprinklers as indicated
on the drawings with chrome finish. Temperature rating shall be 68°C at 300 psi.
Concealed Sprinklers – Quick Response : Concealed sprinklers shall be glass
bulb operated Quick Response automatic sprinkler rated at 68°C and 300 psi.
Cover plate color shall be selected by the Architect and be rated at 57°C.
Horizontal Sidewall Sprinklers – Quick Response (Extended coverage);
Horizontal sidewall sprinklers shall be glass bulb operated, Quick Response
extended horizontal coverage sidewall sprinkler rated at 68°C at 300 psi.
Sprinkler shall be chrome plated/ colour shall be selected by the Architect.
Semi-Recessed Sprinklers – Quick Response: Semi-recessed sprinklers shall be
glass bulb operated quick response rated at at 68°C at 300 psi and be fitted with
suitable recessed escutcheon. Sprinkler and escutcheon shall be chrome
plated/color shall be selected by the Architect.
Sprinkler Type Application Schedule
The following schedule shall be used to determine which type of sprinkler should
be installed in a given area
ROOM TYPE CEILING TYPE SPRINKLER TYPE
Parking Areas Exposed-Lay-In Upright
Parking Ramps Dry Wall Sidewall
Corridors Dry Wall Recessed Pendant
Rooms Dry Wall Sidewall / Recessed

Contractor:
2-51

ROOM TYPE CEILING TYPE SPRINKLER TYPE


Pendant
Storage Exposed Upright
Elevator Lobby Dry wall; Lay-In Recessed Pendant

The sprinkler heads shall be of the spray pattern installed in an upright position
or pendant position as may be required where indicated in the drawing.
Installed in areas with false ceiling: Provide Concealed pendent sprinkler
as indicated in the drawing. The sprinkler shall be glass bulb type and
shall have UL / FM approval.
Installed in areas without false ceiling: Provide Upright / Pendant
Sprinkler, Glass bulb sprinkler head, 13 mm orifice and chrome plated.
The sprinkler shall be UL / FM approved.
Horizontal Side Wall Sprinkler: The automatic sprinklers designed for
installation along with a wall or lintel. The sprinkler shall be glass bulb type
and shall have UL / FM approval.
Spare Sprinklers: A set of spare sprinkler heads shall be provided in a cabinet
together with sprinkler spanners as per NFPA-13 requirement for use in
removing and installation of the heads.
Finish of all the types of sprinklers shall be subject to Architects approvals.

03D ROOF MANIFOLD


Roof manifold shall be a two-way Hydrant, 100 mm x 65 mm x 65 mm with caps
and chains and cast brass body. Manifold shall be supplied with a rough brass
plate lettered "WALL HYDRANT." The manifold shall be fitted with two 65mm
angle valves with chrome plated finish and fitted with caps and retainer chains.
Threads shall be compatible with the local fire department hoses. A UL/FM listed
ball drip valve shall be provided. Ball drip shall drain on to roof. A splash
block shall be provided.
Provide automatic ball drip for roof manifold. Drain line shall be extended to, and
terminate in, a floor drain.

03ELANDING VALVES
Pressure reducing / regulating type landing valve shall be installed. The valves
shall be factory calibrated to supply minimum 945 Lpm at a pressure 4.5 to 7
bars at the valve outlet.
The valve shall conform to IS 5290 : 1993 / UL/ FM approved. The body shall be
cast brass with 65 mm diameter female threaded inlet, internal pressure
regulator and 65 mm nom. Diameter female instantaneous outlet to IS 905 :
1980 / BS 336.

03FFIRE CABINETS
Fire cabinets shall have fabricated stainless steel (as indicated on the Drawing)
enclosures. All joints of the cabinet shall be welded and ground smooth. Hinges
shall be solid, pin type machined from steel rods and welded to cabinet and door.
Contractor:
2-52

Door edges shall be boxed and shall have recessed handle in stainless steel
escutcheons. Cabinet shall manufacture by ISO9001 manufacturing company
and duly certified e.g. LPCB and others. The Fire hose reel shall have ISI mark
or LPCB approval along with approval of the local fire authority.
Contents of fire cabinets: (FHC.)
- 65 mm nom. dia. Landing valvewith in built PRV. 25mm nom. Diameter
automatic hose reel, Pressure reducing valve, 30m long with jet/spray
nozzle suitable for 12 bars working pressure, complete with lock shield
type isolating valve. The Fire hose reel shall have ISI mark or LPCB
approval.
- 9L water CO2 extinguisher
- 5kg CO2 extinguisher
- 65 mm Dia Hose with Nozzle on pin rack.

03G PORTABLE FIRE EXTINGUISHERS


The Carbon Dioxide Fire Extinguishers shall have UL listed / FM approved
comply with IS 2171 : 1999 / NFPA-10 standards. The cylinder shall be made of
high grade steel and shall have high gloss polyester finish. The cylinders shall be
tested to 250 bars. Provide C02 fire extinguishers of 5 Kg.
The Dry powder Fire Extinguishers shall have UL listed / FM approved comply
with IS 13849 : 1993 / NFPA-10 standards. The cylinder shall be made
special cold rolled steel sheet with argon/co2 welding process and the rising pipe
shall be made of Aluminium. The cylinder shall have minimum working pressure
of 14 bar. Provide Dry powder fire extinguishers of 6 Kg.
The water pressurized fire extinguisher shall have UL listed / FM approved
comply with IS 6234 : 2003/ NFPA-10 standards. The cylinder shall have
minimum working pressure of 14 bar. Provide water fire extinguisher of 9L.
Trolley mounted foam type fire estinguishers shall be installed as per IS 10204 :
2001 as indicated.

03H FIRE BRIGADE BREACHING INLETS


The inlet breeching piece shall be of horizontal pattern having a 100 mm/ 150mm
flanged outlet and 65 mm instantaneous male inlets complete with blank caps
and chains. A non-return (check) valve shall protect the inlet. The coupling shall
comply with IS 5131 : 2002/ BS336. The Breeching inlet shall have ISI / BSI
KITE mark approval. The breeching inlet shall be housed box with wired glass
door. Construction material for the cabinet shall be polished stainless steel.
Breeching inlet shall be 27Bar pressure rated.

03I AUTOMATIC AIR RELIEF VALVES


Air release valve shall be made of copper alloy to BS: 1400. The valve shall be
100 mm size and tested to 2415 KPa.

03J FIRE PROTECTION VALVES


All Fire protection service valves (Gate valve, Check valves & Butterfly valves}
shall be from one source.
Gate valve shall be OS& Y type as indicated in the drawing. Sizes upto 50 mm
and below shall be threaded type. The valve body shall be cast bronze and
Contractor:
2-53

wheel shall be cast iron. The valve shall conform to IS 13114 : 1991/ UL listed
and rated for 1207 KPa working pressure.
Sizes 65 mm and above shall be Cast Iron OS&Y Gate valves where indicated.
The valve body shall be cast iron. The valve shall conform to IS 13114 : 1991/ UL
/ FM approved and rated for 1207 KPa working pressure (or 1380 / 1725 KPa
where required) grooved ends
Use class 1725 KPa OS&Y gate valves where required. The valve body shall be
cast iron and shall be designed & manufactured according to BIS/ AWWA
standards.
Fire Pump Test Meter shall be 2 ½” – 12”: UL / FM approved incorporating a
calibrated venture and attached GPM meter to be installed on the discharge side
of the fire pump to accurately measure the pump performance. Test meter shall
be supplied with grooved ends for installation with grooved end couplings.
Isolation Valve: Butterfly valve 300 psi, with weather proof actuator built in
supervisory switches grooved ends. Conforming to IS 13095 : 1991/ UL/FM
listed. Ductile Iron confirming to ASTM A395, Grade 65-45-15/ ASTM A 536
grade 65-45-15, coated with Polyphenylene Sulfide Blend, Disc fully
Encapsulated in Grade E elastomer.
Non-Return Valve: Check Valve Non Slam, 300 Psi. UL/ FM Listed grooved
ends. Ductile Iron confirming to IS 9338 : 1984 / ASTM A395, Grade 65-45-15/
ASTM A 536 grade 65-45-15, coated with Polyphenylene Sulfide Blend up to 3
½” and 4” to 12” enamel painted, with integrally welded on nickel alloy body seat.
Disc fully Encapsulated in Grade E elastomer.
Drain Valve: Drain Valve, 300 Psi rated, Bronze body, with bronze and copper
alloy internals and dual polycarbonate side glass, UL, FM listed.
Ball Valves: Shall be Grooved fireball valves, sizes 2 - 3" (50-80 mm),
conforming to IS 9890 : 1981 / as UL listed for UL Specification 1091 and FM
Approval Standard 1112, supplied with a ductile iron body, ball conforming to
Type 316 stainless steel. shall have factory installed double pole, double throw
switches monitoring the open position shall be supplied with grooved ends to
connect with couplings and rated service up to 300 PSI (2065 kPa) working
pressure. Valves shall be installed in accordance with the manufacturer
recommendations.
Alarm Check Valves: shall be DN40-DN200) spring assisted alarm check valves,
as underwriters laboratories listed and factory mutual approved, for vertical and
horizontal installation, supplied with grade “E” EPDM clapper seal, housing cast
of ductile iron conforming to ASTM A-536, grade 65-45-12, serviceable without
removal from line, with grooved (DN40-DN200) or flange by groove 4”-8”(DN100-
DN200) ends for installation with ANSI class 150 flange or grooved end
couplings as applicable , (DN40-DN150) rated for service up to 300 psi
(2065kPa) working pressure ,8”(DN200) rated for service up to 225 psi
(1550kPa) working pressure.
Dry pipe Valves: Shall be (DN40-DN200) low differential, latched closed spring
assisted, self resetting clapper, dry pipe valves as underwriters laboratories listed
and factory mutual approved ,for vertical or horizontal installation, supplied with
grade “E” EPDM seal, housing cast of ductile iron conforming to ASTM A-536,
grade 65-45-12 ,serviceable without removal from the line , grooved (DN40-
DN200) or flange by groove 4”-8” (DN100-DN200) ends for installation with ANSI
Contractor:
2-54

class 150 flange or grooved ends couplings as applicable, 1 ½ “-6”(DN40-


DN150) rated for service up to 300 psi (2065kPa) working pressure , 8”(DN200)
rated for service up to 225 psi(1550kPa) working pressure.
Actuated Check Valve with Deluge Trim: Shall be (DN40-DN200) low differential,
latched closed spring assisted, self resetting clapper, pneumatic, hydraulic or
electric release, Actuated check valve with Deluge Trim as underwriters
laboratories listed and factory mutual approved ,for vertical or horizontal
installation, supplied with grade “E” EPDM seal, housing cast of ductile iron
conforming to ASTM A-536, grade 65-45-12 ,serviceable without removal from
the line , grooved ½ “ –8” (DN40-DN200) or flange by groove 4”-8” (DN100-
DN200) ends for installation with ANSI class 150 flange or grooved ends
couplings as applicable, 1 ½ “-6”(DN40-DN150) rated for service up to 300 psi
(2065kPa) working pressure , 8”(DN200) rated for service up to 225
psi(1550kPa) working pressure.
Actuated Check Valve with Pre-action Trim: Shall be (DN40-DN200) low
differential, latched closed spring assisted, self resetting clapper, pneumatic
electric, pneumatic/electric, electric – pneumatic/electric, or
pneumatic/pneumatic release, non-single, or double interlock Actuated Check
Valve with Pre-Action Trim as underwriters laboratories listed and factory mutual
approved ,for vertical or horizontal installation, supplied with grade “E” EPDM
seal, housing cast of ductile iron conforming to ASTM A-536, grade 65-45-12
,serviceable without removal from the line , grooved ½ “ –8” (DN40-DN200) or
flange by groove 4”-8” (DN100-DN200) ends for installation with ANSI class 150
flange or grooved ends couplings as applicable, 1 ½ “-6”(DN40-DN150) rated for
service up to 300 psi (2065kPa) working pressure , 8”(DN200) rated for service
up to 225 psi(1550kPa) working pressure.
Y – Type Strainer. 300 psi ( 2065Kpa) Y Type Strainer consist of Ductile Iron
Body , ASTM A-536 grade 65-45-12 , Type 304 Stainless Steel cylindrical
removable baskets with 1/16” perforations and 41% open area for 2-3” strainer
size. 1/8” (3.2mm) diameter perforations and 40% open area 4”-12” strainer size.
Suction Diffuser- Grooved end rated 300 psi, Ductile Iron Body, ASTM A-395
grade 65-45-15 body with base support boss. Diffuser of 304 Stainless Stell with
5/32” (4mm) diameter holes for 3”-12”. Removable start up prefilter 20mesh 304
Stainless steel screen. Provide connections for pressure measurement and
drain. Access coupling style 07, flange Ansi class 150 standard.
Riser Check Valve : Grooved Riser check valve Black Enamel Painted, Ductile
Iron Body to ASTM A536 grade 65-45-12 4”-8”, Grade E EPDM encapsulated
Ductile Iron disc, stainless steel spring and shaft, rated to 300psi (1370kPa).
Suitable for Anti Hammer service and horizontal or vertical installation. Provided
drilled, tapped and plugged stream for 2” drainage outlet and ½” pressure taps
both upstream and down stream of disc. UL Listed and FM approved.
Flexible Joints: 3 no Flexible Couplings in series conforming to IS 13382 : 2004
shall be installed near the pumps to reduce the noise and Vibration.
Building Expansion Joints: Flexible couplings series 75/ 77 shall be used to
accommodate any movement in the pipe due to Building expansion or
contraction. A proper study and calculation needs to provide by the Manufacturer.
Pressure Switch: System Sensor, Contact ratings 10A,1/2 HP@125/250vac.
2.5@6/12/24 VDC. Working pressure 250psi and max adjustment range 4-20
Contractor:
2-55

Psi, Differential pressure to be 3PSI, UL 4x & Nema 4 rated for indoor and
outdoor use
Water Motor Gong: Gong and mechanism to be made of aluminium and
stainless steel and non corrosive metals. Outside coating to be red enamel.UL
and FM Approved.

03KPIPE SLEEVES AND ESCUTCHEON PLATES


Provide sleeves for piping passing through walls, floors, roofs, equipment,
structural members, and other building components. Sleeves shall be securely
fastened to the assembly penetrated.
Through penetration of fire resistive rated walls
Annular space between sleeves and pipes shall be protected by an approved
penetration fire stop system installed and tested in accordance with ASTM E814,
with minimum positive pressure differential of 0.01 inch of water and shall have
an F rating of not less than the required fire resistive rating of the wall
penetration.
Sealant in one and two hour walls shall be UL listed and installed in accordance
with manufactures printed instructions.
Through penetration of fire resistive rated floor and floor assemblies
Annular space between sleeves and pipes shall be protected by an approved
through penetration fire stop system installed and tested in accordance with
ASTM-E814, with a minimum positive pressure differential of 0.25 mm of water.
The system shall have an F and a T rating of not less than one hour but not less
than the required rating of the floor penetration.
Sealant in one and two hour walls shall be UL listed and installed in accordance
with manufactures printed instructions.

03L PIPE HANGERS


All hangers shall be made of steel. Hangers shall be Galvanized and UL/FM
approved. The spacing of the hanger supports shall be complying with IS / NFPA
requirement.

03M FIRE PUMPS


MAIN FIRE PUMP
Equipment like main fire pump, sprinkler pump, jockey pumps, engine driven
pump, control panels and fire pump accessories shall conform to relevant IS/ UL
listed and must be to the local fire authority acceptance.
Components such as fuses, contactors, indicators, timers, etc. which may
require replacement in future, shall be products of the same standard/
manufacture as that of the electrical works of the project.All the controllers shall
have remote monitoring panels as per NFPA-20.
Fire pumps shall be UL listed and FM approved
Type: Coupled, horizontal split case, single stage centrifugal type 3000 rpm
speed.
Materials of construction:

Contractor:
2-56

- Impeller Bronze
- Shaft Stainless steel
- Casing Cast / ductile iron
- Case wearing ring Bronze
- Seal Mechanical
- Base plate Cast iron / fabricated steel
Accessories: Air bleed off valve, compound gauge at suction and pressure gauge
at discharge, casing pressure relief valve over pressure relief valve and flexible
connections at suction and discharge.
Working pressure: Pump casing and flanges shall be suitable for a working water
pressure of 1700 Kpa working water pressure at 121 deg.C
Capacity: See schedules on drawings for nominal flow and pressure ratings.
Pumps shall have name plate stating these parameters, permanently attached to
the casing.
Electrical motor, type and construction shall be as follows:
- Type Squirrel cage induction, delta wound
- Enclosure TEFC (IP 55)
- Service factor 1.0.
- Power factor 0.85 Minimum at full load.
- Insulation Class F.
- Temperature rise Class B.
- Electrical supply 415 v / 3 ph / 50 Hz
- Temperature rating 500C for continuous operation
The motor shall be rated for continuous operation at 150 % of the pump nominal
flow. Additional capacity available from motor service factors exceeding unit may
be used in working out the motor power ratings in limiting cases. The motor
acceleration period (star to delta change over) shall not exceed 10 seconds.
JOCKEY PUMP
Type: Vertical, multistage centrifugal type of 2880 rpm speed or regenerative
type.
Materials of construction:
- Impeller Stainless steel
- Shaft Stainless steel
- Stage housing Stainless steel
- End housing Cast iron
- Seal Mechanical

Accessories: Compound gauge at suction and pressure gauge at discharge and


flexible connections at suction and discharge.
Working Pressure: Pump casing and connections (threaded / flanged as
appropriate) shall be suitable for a working water pressure of 1700 Kpa working
water pressure at 121 deg.C.
Capacity: See schedules on drawings for flow and pressure ratings. Pump shall
have name plate stating these parameters, permanently attached to casing.
Electrical motor, type and construction shall be as follows:

Contractor:
2-57

- Type Squirrel cage induction, delta wound


- Enclosure TEFC (IP 44)
- Power factor 85 % minimum at full load
- Insulation Class F
- Temperature rise Class B
- Electrical supply 415v/3 ph/50Hz
Motor power rating: See schedules on drawings for motor ratings. However, the
motor shall not be overloaded at any point of the pump performance curve.
DIESEL DRIVEN FIRE PUMP
Stand by Fire pump: Shall constitute a diesel engine and fire pump of horizontal
split case design. Pump specification shall be as mentioned above for electric
pump except for pump speed which shall be accordingly to the choice of the
diesel engine speed.
Rating of diesel engine shall be chosen at the prevailing conditions at site, i.e.
ambient temperature of 95 deg. F. and a humidity ratio of more than 50%.
The diesel engine for driving the fire pump shall be specifically designed for fire
pump service. It shall develop sufficient horse power to drive the pump and shall
have bare engine brake horse power atleast 20 percent greater than the
maximum horsepower required to drive the pump at its rated RPM.
The engine shall be an open type self contained power unit including the
following accessories:
Stub shaft.
Fuel pumps and filters
Air Cleaner
Adjustable governor
Lube oil pump.
Lube oil filter.
Supervised Overspeed shut down.
Electric Starter, generator or alternator and voltage regulator.
Dual storage battery units
Dual battery chargers, automatically controlled.
Engine cooling system
Engine jacket temperature regulating device.
Engine jacket water pump.
Instrument panel with water temperature gauge, oil pressure gauge,
ammeter, tachometer of the totalizing type or an hour meter.
Exhaust mufflers and flexible connectors, stainless steel non-sparking.

The engine shall be arranged for automatic operation with all wiring terminating
in a junction box suitable for field hook-up.
Exhaust piping from flexible connection at engine to muffler and from muffler to
point of discharge to atmosphere shall be schedule 40 black steel pipe and
fittings, welded. Muffler shall be residential type only.
Pump and Diesel Engine shall be mounted on a common base plate, direct
connected through a flexible coupling, and equipped with a coupling guard.
Coupling shall be a spacer type to permit pump shaft and impellers to be
removed without moving diesel engine or pump bottom casing.

Contractor:
2-58

The fuel storage tank shall be an integral part of unit and shall be mounted with
support base of the unit. The tank shall have a capacity as per NFPA
requirement. Provide all piping, fittings and valves required. The unit support
base shall be designed to allow space for oil pan clearance.
ELECTRIC FIRE PUMP CONTROL PANELS UL Listed and FM Approved
The controller shall be of the combined manual and automatic type suitable for
star (Wye) – delta starting at 415v/3ph/50Hz supply. Refer to schedules on
drawings for power ratings. The panel components/functions shall be listed
below.
- Mains isolator switch (4 poles) and circuit breaker combination,
mechanically interlocked to operate with a single, flange mounted,
external handle. The interlocking shall be such that the circuit breaker
(with minimum 22 kAmps rupturing capacity) will engage or break the load
current. Both of the above shall be suitable for padlocking in ON or OFF
position and shall be interlocked with the panel door; restricting access to
the controller with the switch in ‘ON’ position, except by a hidden tool
operator defeater. Provide external emergency release for the circuit
breaker.
- Power on (supply healthy) indicator wired through normally closed
contacts of the power available relays to give true indication. Loss of
power in any one phase shall cause the light to go off.
- Pump on demand indicator.
- Pump run indicator.
- Manual, pump start and stop push buttons.
- Emergency start lever with latch.
- Adjustable, 10-300 psi, combination pressure gauge switch, mounted on
the enclosure flange. Extend piping to outside of the panel with union.
Pressure switch shall be wired for automatic start only.
- Starter contactor with auxiliary relays.
- Fused control power circuit, with voltage not exceeding 240v/1ph/50 Hz.
Use transformers where appropriate.
- Terminal block for interlocking wiring.
- Earthing bar for equi-potential bonding
- Duty pump controller shall be with independent ATS and emergency
supply to be provided as per NFPA-20.
- Interlock the Fire pump control panel with the Fire Alarm Panel.
- Monitor the water supply storage tank water level alarms.

System shall be suitable for following power supply:


Voltage : 415
Phase : 3
Frequency : 50 Hertz

DIESEL FIRE PUMP CONTROLLER


The unit shall be designed in accordance with the latest edition of NBC/ IS
/NFPA-20 for Diesel Engine Controllers, arranged for automatic and manual
starting, with 24 volt battery system.

Contractor:
2-59

Enclosures shall be minimum 1.5mm gauge sheet steel protected to IP54 fitted
with locakable access door and finished in high quality stove enamel.
- The following equipment shall be mounted within the enclosure:
- Fully mechanically interlocked on load a.c. isolating switch to prevent
access door being opened when switch is in ‘on’ position.
- Dual independent solid state controlled battery charges.
10 - Circuit breakers
14 - Control circuit relays
1 - Calm timer
1 - Control circuit module housing, voltage stabiliser and
diodes
1 - Batteries disconnected buzzer
1 - Set of fully identified outgoing terminals
1 - Speed sensing switch
1 - Failed to start buzzer
1 - Starter motor pinion tooth abutment circuit

- The following shall be mounted on the enclosure door:


1 - AC isolator
1 - DC isolator
1 - AC supply healthy light
1 - Manual start control circuit health light
1 - Automatic start control circuit health light
1 - Pump on demand indicating light
1 - Failed to start indicating light
1 - Test manual start indicating light
1 - Battery ‘A’ healthy light
1 - Battery ‘B’ healthy light
1 - Test manual start push button
1 - Charge rate ammeters
1 - Tachometer
1 - Hours run counter
1 - Oil pressure gauge or “Oil Pressure Low” indication
1 - Water temperature gauge or “Water Temperature High”
indication.
- Alarm Contacts: Remote volt free normally closed contacts shall be
provided to signal the following conditions to the Main Fire Alarm Panel:
- Pump on demand
- Fault on controller
System shall be suitable for following power supply:
Voltage : 415
Phase : 3
Frequency : 50 Hertz

JOCKEY PUMP STARTERS UL Listed and FM Approved


This starter shall be of the combined manual and automatic type, suitable for
direct on line (DOL) starting at 415v/3ph/50 Hz supply. Refer to schedules on
Contractor:
2-60

drawings for power ratings. The panel components/functions shall be listed


below.
- Mains isolator switch (4 poles) with ‘power on’ indicator.
- DOL starter contactor with overload trip and set of fuses.
- Hand/off/automatic selector switch
- Pump run and trip indicators with audible alarm for trip
- Adjustable, 69-2070 KPa, combination pressure gauge-switch, mounted
on the enclosure flange. Extend piping to outside of the panel with union.
Pressure switch shall be wired for automatic start and stop of the pump.
- Start/stop push buttons
- Adjustable minimum run timer with 0 to 6 minutes range
- Fused control power circuit, with voltage not exceeding 240v/1ph/50 Hz
- Earthing bar for equi-potential bonding.
-

03N EXECUTION
Installation of Control valves (UL listed and FM approved)
The ICV assembly shall be installed as per manufacturer recommendation.
Floor (Zone) Control Assemblies
The use of 65mm nom. Size valve with size adjustment spools shall be permitted
upto 100 mm nom. line size.The system drain line shall be connected to the
nearest drain (waste water or storm water systems only).
Fire Pumps
Install pumps in such a manner that avoids horizontal elbows at pump suction,
excludes air entrapment in suction line and allows unrestrained movement of the
pump assembly (for vibration isolation purposes).
Make required adjustments to pipe sizes, immediately after the pump flanges.
Use flanged eccentric reducing spool with level crown at pump suction and
concentric type at discharge.
Install pump flexible connections at suction and discharge to prevent carry over
of pump vibrations to system piping. Anchor piping immediately after the flexible
connections.
Install the suction header horizontally. Make foundations for different models of
pumps to suit the suction header, so that all the suction lines are horizontal.
Control Panels
Panels shall be fabricated from minimum 1.2 mm thick sheet steel and shall
have continuously welded butt joints. Apply two coats of red oxide primer and
two coats of baked on fire red enamel. All required holes and cut outs shall be
done at the factory.
All internal wiring shall be done in a neat and professional manner, using cable
ties, slip-on spiral plastic bundle sheaths etc. Provide ample free lengths to allow
full swing of doors.Provide suitable legs, drilled for bolting down to house
keeping pads.Wall mounted panels shall be stiffened with profiled sections
welded to the back plate, as required. Top of wall mounted panels shall be at 180
cm above FFL.
All panels shall have enclosures to IP-54 as minimum requirement and anti-
condensation heaters within.
Contractor:
2-61

Conduits, Trunking and Cable Trays


Fix conduits to walls / ceilings with two piece clamps, spaced at not more than
120cm.Trunking shall be attached to walls by brass screws in plastic expansion
plugs.
Cable tray hangers shall be attached to ceilings with expansion anchors and
studs. Support vertical cable trays by bolting to steel angles extending from floor
to ceiling.
Inspection, Tests And Adjustments Of Fire Pumps
Prior to Start Up:
Check the pump motor assembly alignment. Adjust if necessary. Weld
steel cleats on pump and motor bases to lock them in aligned position.
Tighten and lock foundation and coupling bolts.
Check pump shaft for free rotation.
Check electrical continuity and insulation of motor and the control panel,
by meggering.
Ensure that the relief valve is correctly calibrated and installed.
Shut off the system isolating valve/s and open the test line.
Ensure that the circuit breaker trip rate is correctly selected and the
elements properly installed. Adjust the star delta change over timer to the
period recommended by the motor manufacturer.
Check system power supply voltage. Perform all other checks outlined in
the controller operation manual, before energising the controller.
Ensure that the suction lines and the pump casing are full of water.

Start Up:
Check and correct, if necessary, the direction of rotation of the pump, by
momentary operation of the emergency start lever.
Close the valve on the test line partially to avoid the operation of the pump
at high discharge rates.
Start the pump on manual mode.
Check the motor full load current by manipulating the flow.
Check the pressure relief valve for proper operation by gradually closing
the test valve.
Check the pump and motor bearings for signs of overheating.
Check the suction line for signs for entry of air and proper suction intake
flow.

Verification Of Performance
Check the pump head at nominal flow and at 150% of nominal flow and
ensure conformity with design requirements.
Close the test line and stop the pump. Release the system pressure
gradually with the test valve. Check and adjust the pressure switch setting
for automatic cut-in. Check and adjust the pressure switch setting for
automatic cut-in and cut-out of jockey pump.

Put System into Service


Isolate the fire pump controllers.
Close the test line and open the system isolating valve. Ensure that the
system outlets are closed.
Contractor:
2-62

Fill the system with the jockey pump. Maintain pressure for 24 hours and
ensure that there are no leaks.
Energise fire pump controllers and ensure that the system is in automatic
mode.

04 PIPES & TUBES

04AGENERAL REQUIREMENTS
Type of pipes and fittings specified in this section include the following:
- Steel pipes
- Grooved piping products
- Miscellaneous piping materials/products

Pipes and pipe fittings furnished as part of factory fabricated equipment are
specified as part of equipment assembled.
Products shall be procured from firms regularly engaged in a manufacturer of
pipes and pipe fittings of types and sizes required, whose products have been in
satisfactory use in similar service for not less than 5 years.

04BMATERIALS
Pipe and fittings shall be in conformance with the following unless specified
otherwise by local authorities.
Fire Fighting Piping Below Ground:
Ductile iron pipes shall be AWWA C151 Class 52 or ISO 2531/BS 4772 Class
K9, (GI Class C) mortar lined internally and zinc and bitumen coated externally.
Joints shall be push on socket and spigot type with seal gasket such that seal
pressure is directly proportional to internal pressure. The pipes and joints shall
be supplied complete with low density polyethylene sleeving which shall be
slipped over and snugly fitted to pipe at time of installation using adhesive plastic
type and tie fasteners, to ISO 8180. At all joints, a primer and moulding
compound shall be used to be moulded around joints. The primer shall be
suitable for use over the bitumen coating to provide good adhesive of moulding
compound to pipe. The moulding compound shall be non-hardening and non-
setting. The joints shall then be wrapped with medium duty bituminous tape.
Bituminous tape shall be calendered PVC films laminated to an anti corrosive
bituminous adhesive, and shall extend 100mm beyond the moulding compound
and lapped 25mm every turn.
Flanges, where required, shall be suitable for nominal hydraulic working
pressure of up to and including 20 bar at temperature between 10 deg. C and
120 deg. C unless otherwise specified.
Dimensional requirements for flanges and bolting for pipes, valves and fittings
shall be in accordance with B.S. 4772, 1971, Table 10.
Joint rings for flanges joints shall be insertion rings 3mm thick in accordance with
B.S. 2494.
Bolts, nuts and washers for flanged joints shall be to B.S. 4190 and B.S. 4320.
The bolts, nuts and washers shall be of the correct diameter and length for the
flanges concerned. Washers shall be used under every nut.

Contractor:
2-63

All exposed ductile pipework valves and fittings within valve chambers shall be
protected by a vinyl co-polymer coating. The vinyl co-polymer base is to be
applied by brush; two coats shall be applied with a minimum of 4 hours between
coats.
Fire Fighting Pipework Above Ground:
All pipes shall be Galvanized Steel Pipes, Seamless, ASTM A 53, SCH 40 Grade
B. / GI Heavy Class ( C Class ) as specified in the Bill of quantities
Threaded Fittings:
Fittings for 50 mm diameter and below shall be 2070 KPa M.I threaded type.
Threaded fittings shall be galvanized and UL/FM approved.
Grooved System:
Pipe shall be roll grooved according to Standard grooving specification and
grooved fittings shall be joined with pipe with grooved Couplings.
Grooved mechanical pipe couplings, fittings, valves and grooved components to
be used. All components shall be from one manufacturer and confirm / approved
by Ansi B31.1, B31.3, B31.9, ASME, UL/ ULC, FM, IAPMO or BOCA.
Manufacturer to be ISO-9001 certified.
Couplings:
Shall be installed near the pumps & Vibrating Equipment, Change in Directions
and Risers.
Ductile iron confirming to ASTM A 395 Grade 65-45-15 / ASTM A 536 Grade 65-
45-15, galvanized to ASTM A153 with EPDM Grade E type A gasket.
Gaskets:
EPDM Grade E type A, firelock coded, listed by underwriters laboratories and
manufactured by the same source for couplings and fittings to secure
compatibility.
Fittings:
Shall be Cast Ductile Iron confirming to ASTM A395, Grade 65-45-15 / ASTM A
536 grade 65-45-15, galvanized hot dip to ASTM A153 Grooved Ends.
Large sized fittings shall be Carbon Steel to ASTM A-234 Grade WPB 0.375"
grooved end coming from the same source as the D.I fittings
Fire Lock Range of Fittings (Elbows/ Tee) can be used up to 8” sizes.
Branch Tee and Cross:
Mechanical Tee 500 psi rated shall be use to take branches from pipe up to 8” in
diameter. Ductile Iron confirming to ASTM A395, Grade 65-45-15/ ASTM A 536
grade 65-45-15 and galvanized hot dip to ASTM A 153 with grade E EPDM
gasket threaded up to 2” and grooved outlet above 2”.
Dielectric waterway:
Grooved ends shall be provided when connecting two dis-similar metals.

04C EXECUTION
Install piping in strict compliance with manufacturer's written instruction and the
requirement of the Consultant.
Contractor:
2-64

Pipe passing under a driveway or parking lot shall be encased in 150 mm of 1.37
MPa concrete on the top, bottom and sides.
Compaction for the full width of the pipe trench shall be to at least 95% Modified
Proctor Density.
Connections between piping of steel and copper or brass shall be made using
dielectric fittings.
Provide thrust blocks for buried pressurized water mains, at every change in
direction of the pipe, to resist the thrust due to the test pressure and unexpected
surge during operation. Thrust blocks shall be poured against undisturbed soil.
Allow for the expansion and contraction of all pipes. Install expansion joints to
have sufficient flexibility to prevent end thrust and movements caused by thermal
expansion and contraction which can cause damage to piping and joints.
Provide expansion joints for all piping at building expansion joints. Expansion
joints for steel piping shall be as described.
Flush all fluid-carrying systems after completion with a stream of water or
appropriate fluid at the highest obtainable pressure and velocity. Discharge the
flushing fluid through all strainers and out through line sized valves with hose
ends. Clean all strainers. Repeat flushing operation to the approval of the
Consultant until the water is running clear, colourless and odourless.
If the water pressure normally available on site is, in the Consultant’s opinion,
inadequate to perform proper flushing, then the Contractor shall provide at his
own expense, pumps, tanks, etc., to give pressure and volume flows to the
satisfaction of the Consultant.
For layer systems, the flushing and cleaning shall be carried out in sections of
every three floors.
All piped pressure systems shall be hydraulically tested to at least 1.5 times the
operating pressure. Pressure shall be maintained for at least 24 hours.

04D CODES AND STANDARDS


Welding: Quality welding procedures, welders and operators in accordance with
IS 10234 : 1982 / BS 2640 and BS 2971 for shop and project site welding of
piping work.
Certify welding of piping work using Standard Procedure Specifications by, and
welders tested under supervision of an approved certifying agency.

05 PIPING SPECIALITIES

05AAIR VENTS
Air vents shall be installed on all other high points required for efficient operation
and venting of system.
Air vents shall be provided at all high points in the pipework, Large diameter
automatic air vents shall be provided at all primary venting positions, such as
plant rooms and at the head of vertical risers.
For coils and similar cased appliances, the air cock shall be located for
convenient operation external to the outer casing.

Contractor:
2-65

Air bottles shall be provided at all venting points.


Each automatic air vent shall be preceded by a lockshield pattern stop valve, and
the discharge from the air vent shall be 12 mm pipe terminating with an open
discharge in a position to be agreed over a conveniently located drain, gulley or
sump.
The contractor shall be responsible for the design and positioning of all air vents.
Automatic Vents. For fire protection systems (i.e. sprinklers and wet risers) the
vents shall be UL listed/FM approved.
Vents on air separators shall be float actuated designed to purge free air from
the system and provide positive shut-off at the working pressures 17 bar at a
maximum working temperature. Vents shall be tightly sealed against loss of
system water and prevent entrance of air in negative pressure situations. Vents
shall be constructed of cast iron and fitted with components of stainless steel,
brass, EPDM, and silicone rubber.
Manual Vents. The vents on pipes and other mechanical equipment shall be as
per approved equipment manufacturer’s standards. Only these may be manual
type and all other vents shall be automatic.

05BEXPANSION COMPENSATORS
Expansion compensators for 75 mm diameter pipe and larger shall be packless
bellow type with equalizing rings, stainless steel bellows, limit stops, internal
telescoping sleeves and carbon steel beveled welding ends.
Expansion compensators for 65mm diameter and smaller shall be packless
bellows type with stainless steel bellows, anti-torque device, limit stops, guides
and threaded pipe ends.

05C FLEXIBLE PIPE CONNECTORS


The flexible connector shall be made of multi layer in nylon tire cord fabric
reinforcement with EPDM cover and liner. Straight connectors shall have
minimum two spheres. Connectors 50mm and smaller may have threaded ends.
Larger sizes shall have baked enamel ductile iron floating flanges. There shall be
a molded in ductile iron reinforcing ring.
Standard duty flexible connector shall be rated for 1723 kPa at 76.6oC, and 1130
kPa at 121 oC.
Where flexible connectors are connected to unanchored piping or isolated
equipment, provide control cables and rods when pressure exceeds the
maximum recommended for this application by the manufacturer.
Flexible hoses shall be stainless steel braid and carbon steel fittings.

05D STRAINERS
Furnish "Y" type strainers throughout the job unless specifically noted otherwise.
Furnish one manufacturer throughout Project.
Strainers 65 mm to 300 mm.:Furnish flanged ends, bolted iron cap and gasket
cast iron body to BS 1452 GR 220. Screens on water service shall be Type 304
stainless steel with screen perforation of 0.6mm. Strainer shall be rated for PN16
(minimum).
Contractor:
2-66

05FUNIONS
All unions in steel pipes shall be minimum 1700 kPa malleable iron, screwed,
with brass to iron ground joints.
All unions in copper pipe shall be cast bronze, wrought copper or wrought
bronze, with threaded or solder-joint tube ends.

05G PRESSURE GAUGES


Provide pressure gauges with white dial and black scale, size 115 mm dial.
Locate gauges for easy reading. Install gauges as shown and on all pumps.
Equip each gauge with an integral or separate siphon and connect by means of
a brass snubber pipe and fittings containing a shut-off cock.Water system
pressure gauges shall have a range to cover pumping head as well as static
head.

05H TEST WELLS


Test wells shall be similar to thermometer sockets except with a brass cap that
thread into the inside of the test well to prevent dirt from accumulating. Secure
cap to body with a short chain. Furnish with extension necks, where appropriate,
to accommodate the pipeline insulation.

05I INSULATING COUPLINGS


Provide at all interconnections between piping systems of dissimilar material and
at all connections of piping systems to equipment where piping and equipment
are of dissimilar materials the appropriate sizes of insulating couplings.
Couplings shall be specifically designed for the purpose of electrically isolating
pipelines from other piping systems or equipment.

05J TEST PLUGS


Provide test plugs of solid brass or stainless steel and as required for the
efficient and proper testing and commissioning of the system. Plugs shall be
capable of receiving either a temperature probe or pressure probe. Fittings shall
have a valve core of neoprene suitable for temperatures to 100 deg C., and shall
be rated for zero leakage for highest working pressures of the respective
systems.
Provide two (2) test kits each consisting of a minimum 65 mm dial face pressure
gauge, with pressure ranges expected within the system; 25 mm dial
thermometer, -4 to 52 degrees C.; and a standard gauge adapter all contained
within a carrying case. The pressure gauge and thermometers shall be capable
of easy recalibration.

05KPUDDLE FLANGES
Where pipework passes through the external walls of the buildings or trenches
below ground level, the Contractor shall supply and cast or built puddle flanges
into the structure.
Puddle flanges are to be manufactured from the same material as the pipework
of which they form a part.
Each puddle flange shall comprise a length of pipe, flanged or screwed at end
according to diameter with an undrilled slip on flange welded on the outside at a
Contractor:
2-67

point where it will be located mid way in the thickness of the wall. The puddle
flange is to be painted externally with two coats of bituminous paint before being
built into the structure.

05L FLOW SENSING DEVICES


Contractor shall provide all flow sensing devices as indicated on the drawings.
Proper schedule indicating the flow rate that is to be sensed, the type of flow
sensing device, and the permanent pressure loss at the design flow rate shall be
submitted for approval of the Consultant.
The flow sensors shall be one of following types:
Pitot Tube Flow Sensors: Multi-port averaging type flow sensor designed to
sense the velocity of a fluid flowing in a pipe and produce a pressure output that
is proportional to the fluid velocity
Vortex Shedding Flow Sensors: Wafer type, unit with an analog output.

05M BACKFLOW PREVENTERS


Unless otherwise required by IS/ BS Standards and Codes, backflow preventers
shall be of the double check valve type incorporating resilient elastic and
positively tight seals designed to permit water to flow in one direction only.
Backflow preventers shall be suitable for installation in horizontal or vertical
position. They shall be pressure rated for 20 bar and ISI/ BS kitemarked.
Construction shall be:
Body : Bronze
Check valve : Brass
Drain valve : Brass
Seals/Membrane : Nitrile- NBR Rubber
Springs/bolts/Nuts : Stainless steel

06 HANGERS AND SUPPORTS

06AGENERAL
This Section includes hangers and supports for fire protection piping systems
and equipment.

06BQUALITY ASSURANCE
Pipe hangers and supports shall be in accordance with MSS SP58 (Pipe
Hangers and Supports – Materials, Design and Manufacture).
Clevis or Band Hangers used for sprinkler system piping shall be UL listed and
labeled.
All manufactured hangers and supports shall be fully electrogalvanised post
manufacture, according to ASTM B633 SC3.
Each hanger and support shall have the manufacturer’s name and part number
stamped on it.
All hangers and supports shall be manufactured at an ISO 9001 certified facility.
Manufacturer’s ISO certificate, clearly stating Pipe Supports within the scope of
registration, shall be furnished.
Contractor:
2-68

Country of Origin certificate shall accompany supplies, indicating the actual place
of manufacture of goods.
Pipe hangers and supports for all piping services shall be from the same
manufacturer.

06C SEISMIC RESTRAINT REQUIREMENTS


Provide a seismic bracing system to restrain piping from excessive motion when
subjected to horizontal seismic forces, to prevent damage to adjacent equipment
and building structure. Bracing shall permit thermal expansion of pipe and
ensure that vibration isolators, if present, are not short-circuited.
Design of the seismic bracing system shall be provided by the manufacturer and
approved by the Engineer. Installation shall be certified by the manufacturer.
Seismic design force calculations shall be based on Seismic Zone 3 as per
Meteorological Dept of India and as identified in UEVRP.

06D GENERAL REQUIREMENTS


Hangers for all services shall provide means of vertical pipe level adjustment
after installation.
Where axial pipe expansion or contraction is indicated on account of thermal
changes in the fluid medium, roller based hangers and supports or teflon based
slide assemblies shall be provided for the entire pipe length.

Heavy-duty steel trapezes to support multiple pipes shall be designed for the
combined weight of pipe, water and adjacent fittings, and field fabricated from
ASTM A36 structural steel channel.
Hangers and supports shall be fully electro-galvanised post manufacture as
standard, according to ASTM B633 SC3.

For severely corrosive conditions, as determined by the Engineer, provide epoxy


powder coated finish over electro-galvanising, with a 1000 hour salt spray test
rating as per ASTM B117. Alternatively, hot dip galvanised finish according to
ASTM A123 may be provided.

Hangers and supports shall be made from mild steel as standard. For severely
corrosive conditions, as determined by the Engineer, provide stainless steel (304
/ 316 as required).

Dielectric Protection – Steel pipe hangers and supports shall be furnished with
fitted EPDM gasketing when installed with any type of non-ferrous pipe.

For insulated piping, rubber support inserts shall be provided at all pipe support
locations to prevent crushing of insulation.

Hangers shall closely fit the outer diameter of plain or insulated pipe. Oversized
hangers shall not be accepted.

Anchors shall be provided as required, in order to localize pipe expansion, resist


internal pressure thrust and prevent undue strain on piping connections. Anchor
design shall not create a thermal or acoustic continuity from the pipe to the
building structure.
Contractor:
2-69

Hangers and supports shall be selected and installed to ensure thermal pipe
movement is axially guided into expansion devices and build up of pipe stress is
minimised.

Riser piping support system design shall ensure pipe is adequately anchored to
resist imposed loads and thrust. Risers shall be guided to prevent buckling, while
permitting axial pipe movement. Support system shall isolate the pipe thermally
and acoustically from building structure. Anchors and guides specially designed
for riser piping shall be installed.

Piping shall be braced to resist seismic forces as per the ‘Seismic Restraint
Requirements’ section.

Vibration isolators shall be provided at first five pipe hanger and support
locations adjacent to isolated rotating mechanical equipment, to minimize
transmission of noise and vibration to the building structure.

The selected manufacturer shall submit specific technical recommendations with


regard to the following key aspects of the overall pipe support system :
- Riser piping support system.
- Seismic restraint system.
- Type and positioning of pipe anchors and guides.

06EEXECUTION
Install hangers and supports to allow controlled thermal and seismic movement
of piping systems, to permit freedom of movement between pipe anchors, and to
facilitate action of expansion joints, expansion loops, expansion bends, and
similar units.

Install hangers and supports complete with necessary inserts, bolts, rods, nuts,
washers, and other accessories. Install hangers and supports so that piping live
and dead loads and stresses from movement will not be transmitted to
connected equipment.

Install hangers and supports to provide indicated pipe slopes and so maximum
pipe deflections allowed by ASME B31.9, “Building Services Piping”, is not
exceeded.

Field fabricate heavy-duty steel trapezes from ASTM A36 steel shapes, welded
according to AWS D-1.1.

Install powder-actuated drive-pin fasteners in concrete after concrete is placed


and completely cured. Use operators that are licensed by powder-actuated tool
manufacturer. Install fasteners according to powder-actuated tool
manufacturer's operating manual.

Install mechanical-anchor fasteners in concrete after concrete is placed and


completely cured. Install fasteners according to manufacturer's written
instructions.

Contractor:
2-70

Do not hang piping from other piping.

Field fabricated anchors shall be entirely separate from pipe hangers and shall
be of heavy welded steel construction. The design shall ensure a thermal and
acoustic break is provided between the pipe and building structure. Anchor
loads, locations, method of fixing and design details shall be certified by a
structural engineer and submitted for review prior to commencement of works.

Do not use branch connections as anchorage points.

Install seismic cable bracing at an angle of 450 +/- 150 to the ceiling slab. The
installation shall permit thermal expansion and contraction of the pipe and not
impede the functioning of vibration isolators if present.

Provide washers and lock nuts to threaded hanger rods.

06F SPACING OF HANGERS AND SUPPORT


NOMINAL SPACING OF SUPPORT FOR
DIAMETER STEEL PIPE
Horizontal Vertical
(Mts) (Mts)
Up to 15 1.8 2.4
20 2.4 3.0
25 2.4 3.0
32 2.7 3.0
40 3.0 3.6
50 3.0 3.6
65 3.7 4.6
80 3.7 4.6
100 3.7 4.6
125 3.7 5.4
150 4.5 5.4
200 5.6 6.0

Maximum horizontal support spacing for grooved steel pipe 6 meters.

Vertical Support Spacing: Check total self-weight and pressure loading against
manufacturer’s recommendations when using mechanical joints or end load
capable flexible couplings. Ensure adequate pipe support when using non-end
load capable flexible couplings.

Where multiple pipe runs of differing bores are supported from a common point,
use support spacing of pipe requiring closest spacing.

Provide hanger or support within 300mm of horizontal elbows and tees. Install
additional hangers at concentrated loads including valves, flanges, strainers,
expansion joints and other pipeline ancillaries. Install spring hangers in header
piping at the location of all suction and discharge drop risers to pumps.

Contractor:
2-71

06G EQUIPMENT SUPPORTS


Fabricate structural-steel stands to suspend equipment from structure above or
to support equipment above floor.
Grouting: Place grout under supports for equipment and make smooth bearing
surface.

06H ADJUSTING
Hanger Adjustment: Adjust hangers to distribute loads equally on attachments
and to achieve indicated position of pipe.

06I PAINTING
Clean field welds and abraded areas of shop paint. Paint exposed areas
immediately after erecting hangers and supports. Use same materials as used
for shop painting. Apply paint by brush or spray to provide a minimum dry film
thickness of 0.05 mm.

Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and
apply galvanizing-repair paint to comply with ASTM – A780.

07 SOUND , VIBRATION & SEISMIC CONTROL

07AGENERAL
This Section includes all sound & vibration isolators for mechanical equipment to
prevent the transmission of vibration and mechanically transmitted sound to the
building structure .The, the mounting arrangements specified are to be
considered as the minimum requirement. It is the Contractor’s responsibility to
ensure that the vibration isolation equipment is selected in accordance with the
type of construction (i.e. the building structure) and the vibration/noise generated
by the selected equipment. Contractor shall include for all necessary items
required to ensure that the specified noise criteria is achieved.

07BMATERIALS
All vibration isolation devices, factory built silencers and acoustic plenums shall
be provided by an approved manufacturer.
Vibration isolation devices shall be restrained against excessive movement
during a seismic event by the use of resilient snubbers. Design shall meet the
requirements of seismic zone 1.

Factory-Built Silencers
All silencers shall be completely pre-fabricated of noncombustible materials and
shall have a minimum insertion loss to suit equipment and required terminal
noise levels and a maximum air pressure drop of 62 pa.
Acoustic media shall be packed under compression and protected from air
erosion by minimum 22 U.S. ga. perforated galvanized sheet metal.
Silencers with internal air velocities above 22.86 m/s shall have acoustic media
additionally protected from erosion by glass fibre cloth.
Silencers shall have 50 mm slip connections unless specified otherwise.
Silencers shall be painted with anti-rust prime coat. Supply lifting lugs on units
with cross sectional dimensions larger than 600 mm.
Contractor:
2-72

The test method used by the independent testing laboratory certifying the
silencer data, shall be fully described

Vibration Isolators
All steel spring isolators should include a neoprene pad at least 10mm thick
mounted next to and in series with the spring.
The neoprene used in isolation (unless otherwise stated) should have a
durometer between 30 and 70.All rubber isolators should be double acting with
no through-bolted connections.There shall be at least a 50mm air space
between the bottom of the isolated equipment and the floor slab.

07C EXECUTION
Ceiling Suspended Fans
All fan hangers shall have static deflections equal to or larger than 20mm.Each
fan shall be suspended by means of spring hangers consisting of a steel housing
or retainer incorporating a steel spring and neoprene-in-shear.
If the fan to be suspended is not furnished with integral structural frame and
external mounting lugs of suitable strength and rigidity, install approved structural
base with lugs in the field.
Vertical fans shall have similar arrangement except fans shall be supported off
walls.

Support of Piping
Suspend all piping in mechanical rooms and all piping larger than 75mm dia on
resilient hangers. Resilient supports shall be steel spring and neoprene-in-shear
isolators with static deflections equal to or larger than 25mm.

For piping connected to vibration isolated equipment, pipe supports within 10


pipe diameters of the equipment shall have a static deflection of twice the
deflection of the vibration isolated equipment. All other piping supports shall
have a static deflection of 25mm minimum.
Penetrations of walls or floors should allow for a 25mm clearance around the
pipe. The gap should be stuffed with glass fiber insulation and sealed with non-
hardening caulking. The pipe should not be allowed to rest on the side of the
hole.

Floor-Mounted Centrifugal Pumps


Mount each pump with motor on a spring supported steel and concrete inertia
base reinforced if necessary, of thickness as follows:
- Pumps up to 5 hp - 150mm
- Pumps 7 ½ to 25 hp - 250mm

Piping/Electrical Connections To Mechanical Equipment


All electrical connections should be made via flexible cable with enough length to
create a slack, looped connection.
All piping connections to equipment should incorporate flexible rubber expansion
joints close to the equipment.The first three pipe supports outside the expansion
joints should incorporate steel spring isolators with a static deflection of at least
Contractor:
2-73

equal to the equipment isolator static deflection.The first three isolators should
be of the pre-compressed type to avoid excessive loading on the piping.
Within the mechanical equipment room, or to a radius of 15m from the
equipment (whichever is greater), the piping should be supported on steel spring
isolators with a static deflection of at least 25mm.
Any piping over 75mm in diameter located outside the mechanical equipment
room should be supported with steel spring isolators with a static deflection of at
least 25mm.
In general, piping hangers should be attached to structurally stiff portions of the
buildings.
Vibration isolation hangers should be installed with the spring as close to the
ceiling as possible.

08 TESTING, BALANCING & COMMISSIONING

08AGENERAL
This section specifies the requirements and procedures for fire testing, adjusting,
and balancing of fighting systems. Requirements include measurement and
establishment of the fluid quantities of the fire fighting systems as required to
meet design specifications and recording and reporting the results.

08BAPPLICABLE STANDARDS
- NBC of India Part-4 Second Revision
- NFPA
- BIS
- Any other relevant international Standards mentioned elsewhere in this
document.

08C SUBMITTAL
Submit a synopsis of the testing, adjusting and balancing procedures and
agenda proposed to be used for this project. Submit proof that the test and
balance Engineer assigned to supervise the procedures, and the technicians
proposed to perform the procedures meet the qualifications specified below.
Maintenance data: Submit maintenance and operating data that include how to
test, adjust, and balance the building system.
Submit testing, adjusting and balancing reports bearing the seal and signature of
the Test and Balance Engineer.
Test certificates for works tests, site tests and tests required shall be submitted in
duplicate to the Consultant. The following test certificates shall be submitted:
- For pumps, type test certificates for head, discharge, speed and power
input.
- For electric motors, type test certificates.
- For motors of 40 kW output and above, routine (individual) test
certificates.

Contractor:
2-74

08D QUALITY ASSURANCE


Employ the services of an independent testing, adjusting, and balancing agency
meeting the qualifications specified below, to be the single source of
responsibility to test , adjust, and balance the building mechanical system
identified above, to produce the design objectives.

The Commissioning agency shall have documented commissioning authority


experience in at least two projects of the same magnitude.

08EEXECUTION
The Contractor together with Testing Agency shall be responsible for providing all
necessary instruments and related documents to enable the installations to be
tested in accordance with the Specification. The Contractor shall provide the
Consultant with a recent calibration certificate for each test instrument.

The Contractor shall include for the cost of all tests, necessary instruments,
plant, supervision and labour both at works and on site. The accuracy of the test
instruments shall be demonstrated where so directed by the Consultant.

Any defects in workmanship, materials and performance, maladjustments or


other irregularities which become apparent during the tests shall be rectified by
the Contractor at his expense and the tests shall be repeated at the Contractor's
expense to the satisfaction of the Consultant.

Test pressure for water systems shall be 1 1/2 times working pressure. Repair
any leaks or defects and repeat the tests to the satisfaction of the Consultant.

08FCOMMISSIONING
Each installation shall be fully commissioned. Commissioning shall include the
balancing and regulation of the following systems.
- Fire Protection System including pipe-work and pumps
- Smoke Control and Gas detection systems
- Allied Electrical installtions
- Fire Alarm System
- Emergency Lighting system
- Control Systems
- Noise and Vibration Levels
- Water Tanks

09 FIRE ALARM SYSTEM

09AFIRE ALARM CONTROL PANEL


Provide networkable standalone fire alarm control panel as per the fire alarm
network drawing. System shall be complete with mimic panel.
The following FACP hardware shall be provided:
a) Power Limited base panel with beige cabinet and door, 230 VAC input
power.
b) 2,000 point capacity CPU with Dual Configuration Chips to act one as
back-up, where (1) point equals (1) monitor (input) or (1) control (output).
Contractor:
2-75

Any combination of 2000 Points shall be supported by FACP. System


having limitation on Number of Sensors and Modules will not be
considered equal.
c) Provide battery voltage and ammeter readouts from the LCD Display.
d) Three (3) Class B or A (Style Y/Z) Notification Appliance Circuits (NAC;
rated 3A@24VDC, resistive).
e) Four (4) form “C” Auxiliary Relay Circuits (Form C contacts rated 2A @
24VDC, resistive), operation is programmable for trouble, alarm,
supervisory of other fire response functions. [Relays shall be capable of
switching up to ½ A @ 230VAC, inductive].
Environmental Compensation: The FACP shall maintain a moving average of the
sensor's smoke chamber value to automatically compensate for dust, dirt, and
other conditions that could affect detection operations.
The FACP shall continuously perform an automatic self-test on each sensor
which will check sensor electronics and ensure the accuracy of the values being
transmitted. Any sensor that fails this test shall indicate a "SELF TEST
ABNORMAL" trouble condition.
Remote Unit Interface: supervised serial communication channel for control and
monitoring of remotely located annunciators and I/O panels.
Distributed Module Operation: FACP shall be capable of allowing remote location
of the following modules; interface of such modules shall be through a Style 7
Class A supervised serial communications channel:
a) Addressable Signaling Line Circuits
b) Initiating Device Circuits
c) Notification Appliance Circuits
d) Auxiliary Control Circuits
e) The remote Control Panel shall have its own Power supply and Battery
charger.
Alphanumeric Display and System Controls: Panel shall include an 80 character
LCD display to indicate alarm, supervisory, and component status messages and
shall include a keypad for use in entering and executing control commands.
System software shall support 40 Character custom labels for each device.

09BADDRESSABLE MANUAL PULL STATIONS


Addressable Single-action type, red LEXAN or metal, and finished in red with
moulded, raised-letter operating instructions of contrasting color. Station will
mechanically latch upon operation and remain so until manually reset by opening
with a key common with the control units.

09C PHOTOELECTRIC SMOKE SENSORS


Plug-In Arrangement: Sensor and associated electronic components are
mounted in a module that connects to a fixed base with a twist-locking plug
connection. Base shall provide break-off plastic tab that can be removed to
engage the head/base locking mechanism. No special tools shall be required to
remove head once it has been locked. Removal of the detector head shall

Contractor:
2-76

interrupt the supervisory circuit of the fire alarm detection loop and cause a
trouble signal at the control unit.
Programmable Sensitivity: Photoelectric Smoke Sensors shall have 7 selectable
sensitivity levels ranging from 0.2% to 3.7%, programmed and monitored from
the FACP.
Each sensor base shall contain an LED that will flash each time it is scanned by
the Control Unit. In alarm condition, the sensor base LED shall be on steady.
Each sensor base shall contain a magnetically actuated test switch to provide for
easy alarm testing at the sensor location.
Each sensor shall be scanned by the Control Unit for its type identification to
prevent inadvertent substitution of another sensor type. Upon detection of a
“wrong device”, the control unit shall operate with the installed device at the
default alarm settings for that sensor; 2.5% obscuration for photoelectric sensor,
135-deg F and 15-deg F rate-of-rise for the heat sensor, but shall indicate a
“Wrong Device” trouble condition.
Addressability: Sensors include a communication transmitter and receiver in the
mounting base having a unique identification and capability for status reporting
to the FACP. Sensor address shall be located in base to eliminate false
addressing when replacing sensors.
Type: Smoke sensors shall be of the photoelectric type.
For maintenance purposes, it shall be possible to clean the duct housing
sampling tubes by accessing them through the duct housing front cover.

09D HEAT SENSORS


Thermal Sensor: Combination fixed-temperature and rate-of-rise unit with plug-in
base and alarm indication lamp; 135-deg F fixed-temperature setting except as
indicated.
Thermal sensor shall be of the epoxy encapsulated electronic design. It shall be
thermostat-based, rate-compensated, self-restoring and shall not be affected by
thermal lag.
Sensor fixed temperature sensing shall be independent of rate-of-rise sensing
and programmable to operate at 135-deg F or 155-deg F. Sensor rate-of-rise
temperature detection shall be selectable at the FACP for either 15-deg F or 20-
deg F per minute.
Sensor shall have the capability to be programmed as a utility monitoring device
to monitor for temperature extremes in the range from 32-deg F to 155-deg F.

09EADDRESSABLE CIRCUIT INTERFACE MODULES


Addressable Circuit Interface Modules: Arrange to monitor one or more system
components that are not otherwise equipped for addressable communication.
Modules shall be used for monitoring of water flow, valve tamper, non-
addressable devices, and for control of evacuation indicating appliances and
AHU systems.
There shall be two types of modules:
a) Type 1: Line Powered Monitor Circuit Interface Module
This module has both its power and its communications supplied by the
two wires multiplexing signaling line circuit. It provides location specific
addressability to an initiating device by monitoring normally open dry
Contractor:
2-77

contacts. This module is required for monitoring water flow and tamper
switches.
b) Type 2: Line Powered Combination Monitor Circuit and Control Circuit
Interface Module
This module is an individually addressable module that has both its power
and its communications supplied by the two wires multiplexing signaling
line circuit.
The system shall be capable of energizing 100% of the relays connected to the
signalling line circuit.
The input circuit provides location specific addressability to an initiating device by
monitoring normally open dry contacts. This module shall communicate four
zone status conditions (normal, alarm, current limited, trouble) to the FACP.
The output control circuit will provide a non-supervised form C relay switching
with a single “Form C” contact rated at 2 A @ 30 VDC resistive, power limited
and at 1/2 A @ 120 VAC resistive, non-power limited.
All Circuit Interface Module shall be supervised and uniquely identified by the
control unit. Module identification shall be transmitted to the control unit for
processing according to the program instructions. Modules shall have an on-
board LED to provide an indication that the module is powered and
communicating with the FACP. The LEDs shall provide a troubleshooting aid
since the LED blinks on poll whenever the peripheral is powered and
communicating.
Line powered Short Circuit Isolator Module: Provide Line powered Isolator for
both Power and Communication Circuit after every 20 devices. Isolator module
provides short circuit isolation for addressable IDNet loop wiring. Isolator shall
be listed to UL 864. The Power and communications shall be supplied by the
Addressable Controller; dual port design shall accept communications and
power from either port and shall automatically isolate one port from the other
when a short circuit occurs. The following functionality shall be included in the
Isolator module:
a) Report faults to the host FACP
b) On-board Yellow LED provides module status.
c) After the wiring fault is repaired, the Isolator modules shall test the lines
and automatically restore the connection.

09FELECTRONIC SOUNDERS
Electronic sounders shall be installed externally for indicating an alarm condition.
Alarm sounders shall be of red finish, with a 24VDC operation. Sound output
shall be 90DB at 1 meter. Mounted hardware shall be available for surface, flush
and weatherproof fixings. The sounders shall be installed in a weatherproof back
box.

09G EQUIPMENT INSTALLATION


Furnish and install a complete Fire Alarm System as described herein and as
shown on the plans. Include sufficient control units, annunciators, manual
stations, automatic fire detectors, smoke detectors, audible and visible
notification appliances, wiring, terminations, electrical boxes, and all other
necessary material for a complete operating system.
Contractor:
2-78

Water-Flow and Valve Supervisory Switches: Connect for each sprinkler valve
required to be supervised.
System Wiring: Wiring shall be a type FP200 or equivalent, listed for its intended
use by an approval agency acceptable to the authority having jurisdiction.
Contractor shall obtain from the Fire Alarm System Manufacturer written
instruction regarding the appropriate wire/cable to be used for this installation.
Manufacturer's Field Services: Provide services of a factory-authorized service
representative to supervise the field assembly and connection of components
and the pretesting, testing, and adjustment of the system.
Service personnel shall be qualified and experienced in the inspection, testing,
and maintenance of fire alarm systems.
Pretesting: Determine, through pretesting, the conformance of the system to the
requirements of the Drawings and Specifications. Correct deficiencies observed
in pretesting. Replace malfunctioning or damaged items with new and retest until
satisfactory performance and conditions are achieved.
Final Test Notice: Provide a 10-day minimum notice in writing when the system is
ready for final acceptance testing.
Retesting: Correct deficiencies indicated by tests and completely retest work
affected by such deficiencies. Verify by the system test that the total system
meets the Specifications and complies with applicable standards.
Report of Tests and Inspections: Provide a written record of inspections, tests,
and detailed test results in the form of a test log.
Final Test, Certificate of Completion, and Certificate of Occupancy:
Test the system as required by the Authority Having Jurisdiction in order to
obtain a certificate of occupancy.
Provide the services of a factory-authorized service representative to
demonstrate the system and train Client's maintenance personnel as specified
below.
Train Client's maintenance personnel in the procedures and schedules involved
in operating, troubleshooting, servicing, and preventive maintaining of the
system. Provide a minimum of [2] days training.
Schedule training with the Client at least seven days in advance.

10. ITEMS for Signages.


Sign Boards made out of 3 mm thick opaque PVC foam board with computer cut, PVC
non reflective self adhesive vinyl printed foam board, complete with mirror fasteners.

1. ‘IN CASE OF FIRE USE STAIRS UNLESS INSTRUCTED OTHERWISE’


1.25 cm ht letters in red with white background. Size of board 25 cm x 30 cm fixed at a
ht of 2m from finished floor near Manual call points.

2. Floor identification signage like ‘GROUND FLOOR’ etc. at each stair enclosure on
every floor, indicating floor number in words, letter size 7.5cm in contrasting colour from
background. Size of board 15 cm x 60 cm.

Contractor:
2-79

3. i) Signage FIRE ORDER containing the following in 90cm x 120 cm board


a) ALERT THE SECURITY AT SECURITY ROOM BY ACTUATING MANUAL CALL
POINT LOCATED AT STRATEGIC LOCATIONS

b) EVACUATE THE OCCUPANTS BY USING FIRE EXISTS AND EMERGENCY EXITS


ONLY AND ASSEMBLE AT VARIOUS ASSEMBLY POINTS.

c) IF POSSIBLE TRY TO EXITINGUISH THE FIRE BY USING NEAREST/SUITABLE


PORTABLE EXISTINGUISHER OR WATER FROM NEAREST WET RISER.

d) BE CALM AND DO NOT GIVE ANY ROOM FOR PANIC. WALK, DO NOT RUN.

e) IF YOU ENCOUNTER SERIOUS DIFFICULTY IN EVACUATION LIE FLAT AND


TRY TO ATTRACT ATTENTION OF RESCUE TEAM.

ii) ACTION BY SECURITY / RECEPTION UPON RECEIPT OF INFORMATION


THROUGH FIRE ALARM OR FIRE DETECTORS OR BY USING PUBLIC ADDRESS
SYSTEM.

(A) ALERT THE OCCUPANTS BY USING ‘PA’ SYSTEM.


(B) INFORM FIRE CONTROL THROUGH TELEPHONE’
101/ or _______ / or _______

(C) RISER EVACUATION PLAN


(D) GUIDE FIRE FORCE TO THE SEAT OF FIRE
(E) IN CASE OF CASUALITIES CALL AMBULANCE BY
DIALLING TEL.NO. ____________

11. LIST OF MANUFACTURERS


S.No Product Manufacturers
1 Motor Driven Pump Kirloskar / ABB/Grundfos/ ITT
B&G/KSB
Kirloskar/ Ashok Leyland /
2 Diesel Engine Driven Pump Cummins / Cater Pillar
3 Jockey Pump Kirloskar / ABB/Grundfos/ ITT

Contractor:
2-80

S.No Product Manufacturers


B&G/KSB
4 MCC & Components L&T / Siemens/ABB/ Schneider
5 Switch board Any CPRI approved vendor
L&T/Legrand/ Siemens/GE/
6 MCCB's Schneider
L&T/ Finolex/ Havell’s/ Nicco/
7 Cable Gloster
8 Cable gland Dowell’s/ eqvt
9 Cable ties HellermannTyton/ eqvt
10 End Termination Dowell’s/ eqvt
11 Indicating Meters HPL Socomec/ L&T/ Meco
12 Indicating lamps Technique / Siemens
13 MS / GI Pipe Jindal/Tata
Single/ Double Headed
14 Hydrant Valve Newage/WINCO/Zenith / ASCO
15 Butterfly Valve Intervalve / Zoloto/ Audco
16 Non Return Valve Intervalve / Zoloto/ Audco
17 Fire Brigade Inlet Newage/Arihant
18 Fire Hose Cabinet Any ISI Approved Manufacturer.
19 Fire Hose with coupling Newage/CRC/Zenith / ASCO
Newage/Zenith / ASCO/
20 Air Release Valve RB/TBS/OR
21 Pressure Reducing Valve OR/RB/Newage/ equivalent
Mini Max/Firestone/vilas
22 Hose reel Drum /Eversafe/ Monsher
23 Air Cushion Vessel Fabricated type
24 Cast Iron Foot valve TBS/RB/Equivalent
Ceasefire/Mini Max/firestone/
25 DCP fire extinguisher Everex
Ceasefire/Mini Max/firestone/
26 Co2 fire Extinguisher Everex
27 Sprinklers Tyco /Viking/ Equivalent
28 Pressure Switch Danfoss/Indfos /SWITZER
29 Pressure Gauge H Guru / Fiebeg/Equivalent
Hi-Tech pipe support system/
30 Pipe supports Equivalent
System sensor / sontay/
31 Flow switch Equivalent
32 Monitoring module Notifier / Edwards
Asian paints /Shalimar / Berger /
33 Paints J&N
Pipe coat / Rust Fire / Approved
34 Wrapping coating equivalent

Contractor:
2-81

2.06.00 FORMATS OF AGREEMENT

Contractor:
2-82

2.06.01 ARTICLES OF AGREEMENT

ARTICLES OF AGREEMENT made on this .............day of................................. 2011 at


Thiruvananthapuram between the INKEL, a body corporate duly constituted under the Kerala
government, having its registered office at ……….. Thrikkakara, Kochi, represented by its
Managing Director, INKEL (hereinafter referred to as INKEL which expression shall, unless
repugnant to the context, be deemed to include its successors and permitted assigns) OF THE
ONE PART AND ....................................................... (hereinafter referred to as the Contractor,
which expression shall , unless repugnant to the context, be deemed to include its successors
and permitted assigns) OF THE OTHER PART.

WHEREAS the INKEL is desirous of constructing and has caused drawings & specifications
describing the work to be prepared by N.M.SALIM & ASSOCIATES, ARCHITECTS
ENGINEERS PLANNERS, NIKARATHIL CHAMBERS, BY-PASS ROAD, CALICUT-673004.
(hereinafter referred to as the “CONSULTANT").

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, unit rate specifications,
technical specifications & in the schedule of quantities and conditions of contract (all of which
are collectively hereinafter referred to as the said conditions and forming part and parcel of
this articles of agreement) the work shown upon the said drawings and/or described in the
said specifications and included in the said schedule of quantities at the applicable rates
therein set forth and 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 time and in the manner set
forth in the conditions, the Contractor shall upon and subject to the conditions of the
contract execute and complete the work shown upon the said drawings and described in
the said specifications and the schedule of quantities at the agreed rates.

2) The INKEL shall pay the contract amount or such other sum that may become payable at
times and in the manner hereinafter specified in the said conditions.

3) The term ”CONSULTANT" (in the said conditions) shall mean N.M.SALIM &
ASSOCIATES, ARCHITECTS ENGINEERS PLANNERS, NIKARATHIL CHAMBERS, BY-
PASS ROAD, CALICUT-673004. In the event of their ceasing to be the “CONSULTANT”,
for the purpose of this contract, such other person or persons as shall be nominated for the
purpose by the INKEL shall be the “CONSULTANT”, provided always that no person or
persons subsequently appointed to be the “CONSULTANT” under this contract shall be
entitled to disregard or over rule any previous decisions expressed in writing by the
“CONSULTANT” for the time being.
Contractor:
2-83

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 and submit themselves to
the said conditions and perform the agreement on their part respectively in the said
conditions.

5) The plans, agreement and documents mentioned herein above shall form the basis of this
contract.

6) The 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 works 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 offer every reasonable facility for the carrying out of all other related
works at the site.

8) The INKEL reserves to themselves the right of altering the drawings and nature of the work
by adding or omitting any items of work from the contract or having portions of the same
carried out without prejudice to this contract.

9) Time shall be considered as of the essence of this Agreement and the Contractor do
hereby agree to commence the work within seven days from the date of receipt of letter of
acceptance and immediately after handing over of site as provided for in the said
conditions and to complete the entire works within the specified period subject
nevertheless to the provisions for extension of time.

10) It is specifically understood that the Contractor shall not be eligible for or entitled to
claim any amount except to the extent allowed or due under the terms of this ‘Contract’.

11) The Contractor shall indemnify and keep indemnified the INKEL against all losses and
claims for injuries or damages to any person or property whatsoever which may arise out
of or in consequence of the construction or maintenance of the works and against all
claims, demands, proceedings, damages, costs, charges, expenses whatsoever in respect
thereof in relation thereto.

12) All disputes arising out of or in any way connected with this agreement shall be deemed
to have arisen in Kerala and only courts in Kochi shall have jurisdiction to determine the
same.

13) The several parts of this contract have been read by us and fully understood by us.

AS WITNESS OUT HANDS

CONTRACTOR..................................... DAY OF............................................2011.

Signed by the said Contractor :

In the presence of witness :


Contractor:
2-84

Address :

Occupation :

Signed by “INKEL, TVM” :

In the presence of witness :

Address :

Occupation :

Managing Director

INFRASTRUCTURES KERALA LTD.TVM (INKEL)

Contractor:
2-85

2.06.02 PROFORMA OF PRELIMINARY AGREEMENT

(To be executed on stamp paper of value Rs.100/- and submitted along with tender)
‘Preliminary Agreement’ entered into on this …… day of ………………………2011 between
M/s. Infrastructures Kerala Limited, having its registered/ head office at……………………
Kochi (hereinafter called INKEL which expression shall include its successors and assigns) of
the one part and Shri/ Ms. ………………………………………(name and address of the
Contractor) (hereinafter called the Contractor which expression shall include his legal
representatives, administrators, executers, successors and assigns) of the other part
WHEREAS INKEL has invited tenders for the work of Fire Fighting & Fire alarm work of IT
Buildings for INKEL and in the notice inviting tender it is stipulated that before commencing
the work and within a week after the letter of acceptance of the tender has been intimated to
the tenderer, the tenderer shall deposit a sum of Rs. ………. as EMD which will be refunded
after the execution of the agreement by submitting the Security Deposit as per the condition of
the work in the format given as “Articles of Agreement’ in the tender document. It was further
stipulated that if the tenderer fails to execute the agreement as stated above within the
specified period, the EMD amount shall be forfeited to INKEL and fresh tenders shall be called
for or the matter otherwise disposed off. If as a result of such measures due to the default of
the tenderer to pay the requisite deposit, execute the agreement or take the possession of the
work site, any loss to INKEL results, the same shall be recovered from the tenderer by
deducting from any amount due to him from other works, or under revenue recovery or any
other suitable course of action as INKEL may decide, but should it be a saving to INKEL the
tenderer shall have no claim whatsoever on the difference.

Now therefore these present witness and it is mutually agreed as follows: -

1. The terms and conditions for the said ‘Contract’ having been stipulated in the said tender
form to which the Contractor has agreed, a copy of which is appended, and which forms
part of this agreement, it is agreed that the terms and conditions stipulated there in shall
bind the parties to this agreement, except to the extent to which they are abrogated or
altered by express terms and conditions herein, agreed to and in which respect the
express provisions herein shall supersede those of the said tender form.

2. The Contractor hereby agree and under take to perform and fulfil all the operation and
obligations connected with the execution of the said contract work.

3. If the Contractor does not come forward to execute the original agreement after the said
work is awarded and letter of acceptance issued in his favour or commits breach of any of
the Conditions of the Contract as stipulated in Clause 2.01.05.05 of the Notice inviting
Tenders as quoted above within the period stipulated, INKEL may rearrange the works
otherwise or get it done otherwise at the risk and cost of the Contractor and the loss so
sustained by INKEL can be realized from the Contractor under the Revenue Recovery Act
as if arrears of land revenue as assessed, quantified and fixed by an adjudicating authority
Contractor:
2-86

consisting of INKEL or any other officer or officers authorized by INKEL taking into
consideration the prevailing rates and after giving due notice to the Contractor. The
decision taken by such authorized officer or officers shall be final and conclusive and shall
be binding on the Contractor.

4. The Contractor further agrees that any amount found due to INKEL under or by virtue of
this agreement shall be recoverable from the Contractor from his E.M.D and his properties,
movable and immovable as arrears of land revenue under the provision of the Revenue
Recovery Act for the time being in force or in any other manner as INKEL may deem fit in
this regard. In witness whereof The Managing Director, INKEL and the Contractor, have
set their hands on the day and year first above written,

Signed by Sri -----------------------------------------------, Managing


Director
INKEL

In the presence of witness

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

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

Signed and delivered by Sri --------------------------------------------, Contractor,

in the presence of witness

1. ----------------------------------------------------------

2. ----------------------------------------------------------

Contractor:
2-87

2.06.03 PROFORMA FOR BANK GUARANTEE FOR SECURITY DEPOSIT / EMD /


SECURED ADVANCE

Managing Director
INFRASTRUCTURES KERALA LTD.
TVM (INKEL)
………………..PO,

Dear Sir,

Guarantee No…………….

Amount of Guarantee Rs…………………

Guarantee cover from…………………..to…………………..

Last date for lodgment of claim………………………………

This Deed of Guarantee executed by the. ……………………………Bank constituted under the


Banking Regulation Act, having its Head Office at …………………. (hereinafter referred to as
‘the Bank’) in favour of The managing Director , INKEL
Building No…………….., …………………………… PO, . (hereinafter referred to as INKEL
for an amount not exceeding Rs…………(Rupees…………………) at the request of
……………………..(hereinafter referred to as the ‘Contractor’.

This guarantee is issued subject to the condition that the liability of the Bank under this
Guarantee is limited to a maximum of Rs. ……………(Rupees…………………) and the
guarantee shall remain in full force up to ……………….and cannot be invoked otherwise than
by a written demand or claim under this Guarantee served on the Bank on or before
…………………

SUBJECT TO AS AFORESAID

In consideration of The Managing Director, INFRASTRUCTURES KERALA LTD TVM


(INKEL) (hereinafter called INKEL) having demanded from ……………………….., having its
registered office at ……….(hereinafter called ‘Contractor’) the production of a Bank Guarantee
for Rs……………….as security for the due fulfillment by the Contractor of terms and
conditions in the agreement for the work of Fire Fighting & Fire Alarm work of IT building at
INKEL.

We, ………………. (herein after referred to as “Bank”) at the request of the Contractor do
hereby undertake to pay to the INKEL an amount not exceeding…………….on demand by
INKEL..
Contractor:
2-88

We, ……………………….. , do hereby undertake to pay the amount due and payable under
this guarantee without demur, merely on demand from the INKEL stating that the amount
claimed is required to meet the recoveries due or likely to be due from the said Contractor. Any
such demand made on the bank shall be conclusive as regards the amount due and payable
by the Bank under this guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs…………….

We, ………………………………undertake to pay to the INKEL any money so demanded not


withstanding any dispute or disputes raised by the Contractor in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being
absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of our liability for
payment there under and the Contractor shall have no claim against us for making such
payment.

We, ………………………., further agree that the guarantee here in contained shall remain in
full force and effect during the period that would be taking for the performance of the said
agreement and that it shall continue to be enforceable till all the dues of the INKEL under or by
virtue of the said agreement have been fully paid and its claims satisfied or discharged or till
the Managing Director, on behalf of the INKEL certifies that the terms and conditions of the
said agreement have been fully and properly carried out by the said contractor and
accordingly discharges this guarantee.

We,……………………….., further agree with the Managing Director on behalf of the I shall
have the fullest liberty without our consent and without affecting in any manner or obligations
here under to vary any of the terms and conditions of the said contract from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Managing
Director, on behalf of the INKEL against the said contractor and to forbear or enforce any of
the terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said contractor or for
any forbearance, act for omission on the part of the Managing Director, on behalf of the
INKEL or indulgence by the Managing Director, on behalf of the INKEL to the said contractor
or by any such manner or thing whatsoever which under the law relating the sureties would,
but for this provision, have effect of so relieving us.

This guarantee will not be discharged due to the change in the constitution of the bank or the
contractor.

We,………………………….,lastly undertake not to revoke this guarantee except with the


previous consent of the INKEL in writing.

This guarantee shall be valid up to……………………unless extended on demand by the


INKEL.

Notwithstanding what has been stated above, our liability under this guarantee is restricted to
Rs…………….Our guarantee shall remain in force until………………………..unless a demand
or claim under this guarantee is made on us in writing on or before………………..all our rights
under this guarantee shall be forfeited and we shall be forfeited and we shall be released and
discharged from all liabilities under this guarantee thereafter.

Contractor:
2-89

Dated the……………………………..2011

AFFIDAVIT BEFORE MANAGING DIRECTOR, INKEL

(To be executed by the Contractor on non-judicial stamp paper before a Notary)

I/We have submitted a Bank Guarantee to the Managing Director, on behalf of the INKEL for
a sum of Rs……………..from ………….Bank on ………..to the Managing Director, on behalf
of the INKEL for the due fulfillment by me / us of the terms and conditions of the Notice
Inviting Tender for the work of Fire Fighting & Fire Alarm work Of INDUSTRIAL Building for
INKEL. This Bank Guarantee expires on...........................

I/We undertake to keep the validity of the Bank Guarantee intact by getting it extended from
time to time at my/our own initiatives up to the recorded date of completion of the work or as
directed by the Managing Director, on behalf of the INKEL.

I/We also undertake to indemnify the INKEL against any losses arising out of non-
encashment of the Bank Guarantee, if any.

Name and address of Contractor

Solemnly affirmed and signed before me by the above deponent who is personally known to
me at my office at …………………….

Place:

Date:

Contractor:
2-90

ACCEPTANCE LETTER

Note: Bidders are required to furnish this form in the letterhead filling all the blank
Spaces

To,
Managing Director,
INKEL,
Building No……………….,
………………. PO,

Dear Sir,

We hereby unconditionally accept the tender terms and conditions in its entirely for tender No
…………….

Dated: …………………

We also confirm that payment of EMD has been made in the form of Demand Draft/Bank
Guarantee and the same is enclosed.

Date: SIGNATURE OF THE BIDDER


WITH SEAL

Contractor:
2-91

DECLARATION FORM

Note: Bidders are required to furnish this form in the letter head filing all the blank spaces

To,

Managing Director,
INKEL,
Building No……………….,
………………. PO,

DECLARATION

I/We hereby declare that I/We read and understood that Terms & Conditions of contract,
Specifications, drawings, schedule of Requirements, etc,. and hereby agree to abide by them.
In token of I/We also understand that otherwise this tender is liable to be rejected.

I/We hereby confirm that only the relevant entries asked for, have been made within the
Tender documents issued to us. I/We also confirm that in the event of any entry in this tender
document, other than the relevant entry shall make this tender valid.

I/We hereby confirm that I/We am/are authorized to sign on behalf of the bidder.

Date: SIGNATURE OF THE BIDDER


WITH SEAL

Contractor:
2-92

Completion Certificate (Format)

Name of work :

Name of Contractor :

Date of award of Contract :

Completion date :

Defect Liability period :

Contract value as per Agreement :

Certified that the above work has been completed as per the terms and conditions of the
Contract.

Date Engineer -In-Charge

Contractor:
2-93

2.07.00 SPECIAL CONDITIONS OF CONTRACT

Contractor:
2-94

GENERAL
The time schedule break-up given in Cl.2.04.06.02 is to be strictly met by the
Contractor.
All materials required for the project shall be procured by the Contractor at their own
cost.
All materials that are brought to site for use in the work shall conform to the relevant
B.I.S. specification.
All materials to be used in the works shall have the specific approval of the Engineer-in-
charge as to its quality and grade. If any batch of material is found unacceptable and
rejected by the Engineer-in-charge, the same shall be removed from the site without
any loss of time.

TESTS FOR MATERIALS

All routine tests as specified in technical specifications shall be carried out and the
expenses for such tests will be borne by the Contractor. The tests for all materials and
finished products required as per discretion of INKEL and relevant cods of practices
shall also be borne by the Contractor.

BANK GUARANTEE
Bank guarantees to be furnished against Security Deposit shall be in the form
prescribed and shall be from any one of the Nationalised / Scheduled / Banks only.

The Bank Guarantees shall be kept valid till the end of 3 months after the Defects
Liability Period in case of the Security Deposit. .

In case of any delay in completion or extension of period of completion and subsequent


extension of maintenance period the Contractor shall keep the validity of the Bank
guarantee extended to cover all such periods.

WATER
Water required for the construction will have to be provided by the Contractor at their
own cost. It will be the responsibility of the Contractor to make arrangements for
drawing and bringing it to the various construction points. Non – availability of water
from the Owner’s property will not be ground for any delay in work or any claim for any
compensation whatsoever. The quality of water used for concrete and masonry works
should have the minimum standards prescribed in the relevant BIS Codes.

ELECTRICITY
Electricity required for the construction and general lighting of the site will have to be
provided by the Contractors at their own cost. Non-availability of power from KSEB will
not be a ground for any delay in work or any claims for any compensation whatsoever.

All the instruments used by the CONTRACTOR shall have valid calibration Certificate
meeting the National Standards.

FACILITIES TO BE PROVIDED TO OWNER / CONSULTANT

Contractor:
2-95

The CONTRACTOR shall extend all facilities to INKEL as well as Consultant staff for
inspection / supervision / checking the activities involved in the work at all stages.

2.08.00 SCHEDULE OF QUANTITIES AND RATES

Contractor:
2-96

SCHEDULE OF QUANTITIES AND RATES

SCHEDULE OF QUANTITIES
Item Quantity Description Unit Rate in figures & words Amount
FIRE FIGHTING & FIRE ALARM SYSTEMS
A GENERAL NOTES
Prices quoted shall be inclusive of all
materials and labour required to form a fully
functional installation complying to relevant
standards irrespective of whether all those
items are listed below, shown on drawings
or described in the specifications. For all
materials supplied by the client, the
contractor shall assist the client in procuring
the materials by providing relevant
quantities, specifications and other details
as necessary and the contractor's scope
shall start from taking delivery of the
materials at site.
B AUTHORITY APPROVALS
1 Preparation of all drawings, submitting and Item
getting approval from local authorities,
submitting of completion certificates and
arranging inspection and obtaining the final
ocuupancy certificate from the Fire Authority
upon succesful testing and commissioning
of the syetm. All statutory payments will be
reimbursed on production of the original
receipts.
C FIRE FIGHTING SYSTEM
PUMPS AND ACCESSORIES
1 Supply, installation, testing & commissioning
of Horizontal mounted end suction / spit
casing Electric Motor driven Main Fire
Pump suitable for automatic operation ,high
efficiency with bronze impeller , TEFC motor
, common base frame , foundation bolts etc
complete as specified along with
Electrical/Control panels, power and control
cabling ,cable trays, pipeworks and all
accesories as specified and as shown on
drawings and complying to specifications,
drawings, relevant standards and authority
regulations.
1 Duty Conditions : 2280 LPM at 75m WC Nos
head
2 Supply, erection, testing & commissioning of
Diesel Engine driven standby Fire Pump
coupled to suitable capacity diesel engine
with water cooled radiator with the complete
set mounted on a common baseframe
including baseplate , coupling guard and
other accessories as required. Quoted price
shall include Electrical/Control panels,
power and control cabling,cable trays,
pipeworks, diesel tank, exhaust silencers,
exhaust piping ,diesel fill pipes, associated
valves etc. as specified and as shown on
drawings and complying to specifications,
drawings, relevant standards and authority
regulations.
1 Duty Conditions : 2280 LPM at 75m WC Nos

Contractor:
2-97

head
3 Supply, erection, testing & commissioning of
multistage Electric motor driven Jockey
Fire Pump with bronze impeller complete
with common base frame , foundation bolts
etc along with Electrical/Control panels,
power and control cabling,cable trays,
pipeworks and all accesories as specified
and as shown on drawings and complying to
specifications, drawings, relevant standards
and authority regulations.
1 Duty Conditions : 180 LPM at 75m WC Nos
head
4 Supply, erection, testing & commissioning of
Terrace Fire Pump with bronze impeller
complete with common base frame ,
foundation bolts etc along with
Electrical/Control panels, power and control
cabling,cable trays, pipeworks and all
accesories as specified and as shown on
drawings and complying to specifications,
drawings, relevant standards and authority
regulations.
1 Duty Conditions : 900 LPM at 25m WC Nos
head
5 1 SITC of Priming Tank of MS construction Nos
painted with two coats of primer and
synthetic enamel paint
Capacity - 750 litres
6 1 SITC of air Cushion Vessel of requiste Nos
capacity constructed out of mild steel
complete with automatic air release cock ,
25mm dia drain valve and shut-off valve
complete as specified and shown on
drawings
D PIPING:

Supply, installation, testing and


commissioning of fire fighting system pipe
work for Fire Brigade Inlet, Wet Risers ,
sprinklers etc with GI Heavy Class pipes and
fittings suitable for working pressure all in
accordance with drawings and specifications
relevant standards and authority regulations.

SPRINKLER PIPES

1 350 150mm dia rmt

2 RO 125mm dia rmt

3 530 100mm dia rmt

4 480 75mm dia rmt

5 280 65mm dia rmt

6 240 50mm dia rmt

7 150 40mm dia rmt

Contractor:
2-98

8 1,150 32mm dia rmt

9 3,000 25mm dia rmt

SPRINKLER DRAIN
1 75 40mm dia rmt

2 120 50mm dia rmt

HYDRANT PIPES
1 350 150mm dia rmt

2 120 100mm dia rmt

3 25 75mm dia rmt

4 15 65mm dia rmt

5 25 25mm dia rmt

6 RO 200mm dia fire mains running underground rmt

7 10 200mm dia fire mains running above rmt


ground

8 120 150mm dia fire mains running underground rmt

9 30 150mm dia fire mains running above ground rmt

10 220 150mm dia breaching inlet pipe running rmt


underground

11 10 150mm dia breaching inlet pipe running rmt


above ground

12 15 150mm dia yard hydrant pipe running rmt


underground

13 10 150mm dia yard hydrant pipe running above rmt


ground

14 350 100mm dia yard hydrant pipe running rmt


underground

15 30 80mm dia yard hydrant pipe running rmt


underground

Diesel Engine Exhaust pipe complete with


mineral wool insulation and aluminium
cladding
16 RO 200mm dia rmt

17 20 150mm dia rmt

18 20 Diesel Fill Pipe - 50mm dia rmt

Contractor:
2-99

E BREACHING INLET ASSEMBLY

2 Supply, erection, testing & commissioning of Nos


4 Way Breaching inlet assembly 63mm inlet
connections with instantaneous coupling
and built in NRV complete as specified and
as shown on drawings and complying to
authority regulations and relevant standards

F ZONE CONTROL VALVES AND


ACCESSORIES
Supply, erection, testing & commissioning
Zone Control Valves with accessories
including all supports, fixings and fittings all
as specified and as shown on drawings and
complying to authority regulations and
relevant standards
1 20 100mm dia zone control valve Nos

2 RO 80mm dia zone control valve Nos

G OTHER VALVES & ACCESSORIES


Supply, erection, testing & commissioning of
Valves and accessories with all supports,
fixings and fittings all as specified and as
shown on drawings and complying to
authority regulations and relevant standards

Isolation Valves ( Supervised )

1 RO 200mm dia Isolation Valve ( Supervised ) Nos

2 15 150mm dia Isolation Valve ( Supervised ) Nos

3 RO 100mm dia Isolation Valve ( Supervised ) Nos

4 RO 75mm dia Isolation Valve ( Supervised ) Nos

5 RO 65mm dia Isolation Valve ( Supervised ) Nos

6 RO 50mm dia Isolation Valve ( Supervised ) Nos

7 RO 200mm dia Non -Return Valve Nos

8 5 150mm dia Non -Return Valve Nos

9 9 100mm dia Non -Return Valve Nos

10 3 50mm dia Non -Return Valve Nos

11 8 100mm dia Riser Check Valve Nos

12 RO 75mm dia Drain valve Nos

Contractor:
2-100

13 RO 65mm dia Drain valve Nos

14 9 50mm dia Drain valve Nos

15 20 40mm dia Drain valve Nos

16 1 150mm dia Alarm Check Valve assembly Item

17 RO 150mm dia Relief valve Nos

18 4 Pressure Switches Nos

19 20 Water Flow switch Nos

20 28 Pressure Gauges Nos

21 6 25mm dia Automatic air release valve Nos

22 RO Orifice Plate Flow Meter - Line Size 150mm Nos

H SPRINKLER HEADS

Supply, erection, testing & commissioning of


sprinkler heads with all supports, fixings and
fittings all as specified and as shown on
drawings and complying to authority
regulations and relevant standards

1 RO Concealed Pendant type Nos

2 1,720 Pendant type Nos

3 RO Upright type Nos

4 RO Horizontal side wall type Nos

I FIRE HOSE REEL CABINET &


ACCESSORIES
20 Supply, erection, testing & commissioning of Nos
Fire cabinet as specified and as shown on
drawings and complying to authority
regulations and relevant standards (Refer
FHRC) including the following

Automatic swinging type Hose Reel Drum


complete with 25mm connection with
isolation valve . 30m long rubber braided
flexible hose , quick coupler connection,
shut-off nozzle fittings, PRV etc complete
as specified
65mm single headed hydrant valve with
PRV pin rack, instantaneous hose coupling
adapter and 30m long flexible hose with
male / female couplings etc complete as
specified

Contractor:
2-101

1 no 5 kg Dry Chemical Powder + 1 no 4.5


kg CO2 Fire Extinguishers

J LANDING VALVES

4 65mm single headed hydrant valve with Nos


PRV pin rack, instantaneous hose coupling
adapter and 30m long flexible hose with
male / female couplings etc complete as
specified
K YARD HYDRANTS
12 Yard Hydrant complete with flexible hose , Nos
hose box etc as specifed and shown in
drawings
L FIRE EXTINGUISHERS
Supply, erection, testing & commissioning of
Fire extinguishers & Accessories all in
accordance with the drawings and
specifications.
1 20 9L Water + CO2 Extinguisher Nos

2 5 Kg Dry Chemical Powder extinguisher Nos

3 2 4.5 kg CO2 Extinguisher Nos

4 50 Litres Trolley Mounted Foam Nos'


Extinguigher

M CONNECTIONS TO WATER TANKS


1 1 Allow for Stainless Steel pipe work and item
fittings in the water tank in accordance with
the drawings and specifications.
( underground and overhead tanks )
2 1 Allow for Valves associated with fire fighting item
storage tank including float valve with built-in
NRV , puddle flanges all in accordance with
the drawings and specifications.
( underground and overhead tanks )

N ADDITIONAL WORKS
Making of openings in structural ( RCC )
walls / slabs / beam for passage of pipes /
cables using suitable core cutting machinery
for the follwing sizes and making good of the
openings after passage of services including
clearing of debris
1 RO 40mm dia opening
Nos

2 RO 50mm dia opening


Nos

3 RO 65mm dia opening


Nos

4 RO 80mm dia opening


Nos

5 RO 100mm dia opening


Nos

6 RO 125mm dia opening


Nos

Contractor:
2-102

7 RO 160mm dia opening


Nos

8 RO 200mm dia opening


Nos

O ADDITIONAL ITEMS
The tenderer is to list herebelow any item
additional items, shown on the drawings
mentioned in the specifications or required
for the satisfactory completion of this section
but not mentioned herein, any items not
listed
below shall be deemed to be included.
FIRE ALARM

FIRE ALARM SYSTEM


1 1 Main fire alarm control panel as specified Nos
and as shown on drawings and complying to
authority regulations and relevant standards
2a 310 Fire alarm smoke sensors as specified and Nos
as shown on drawings and complying to
authority regulations and relevant standards.
b 8 Ditto, but for heat sensors. Nos

c 95 Ditto, but for manual call stations. Nos

d 40 Ditto, but for fire alarm sounders Nos

e 16 Ditto, but for fire alarm sounders with flasher Nos

f RO Ditto, but for interface units. Nos

g 2,500 Wiring for fire alarm points including all rmt


conduits, fire-proof wiring, terminations, etc.
TOTAL

(RUPEES ……………………………………………………………………………………………………………………………)

The quoted prices shall include but not be limited to the following
All civil works like , excavation, back-filling, breaking and making good of wall openings for the fire
protection services shall be carried out by the fire contractor. RCC tanks shall be carried out by the civil
works contractor appointed by the client.The plumbing contractor shall provide all builders work information
like, foundation details, space / room dimensions, etc. to the civil works contractor so that all provisions
required for the execution are coordinated and in order. All wall openings (breaking and making good) for
passage of pipes / cables required for the fire protection works shall be in the fire contractor scope

Co-ordination with other engineering services/ installations.


Support including fixing anchors, insulating blocks anti vibrations devices and the like.
Identification including plates, discs, labels, colour coding and the like.
Testing and commissioning including operating completed installations and providing power and fuel.
Tools and spares including loose keys and consumable stores.
Documents including drawings, operating instructions.
Fire stops as per specifications and local authority requirements for openings where ever applicable.
Contractor:
2-103

Allow for providing shop, co-ordination and as built drawing


Allow for all required testing and inspections.
Allow for setting out work, making positions of holes, change various types of support/ fiixng or like all in
accordance with drawings and specifications.
Training selected clients personnel on all aspects of operation of systems and equipments
Specific builder's work in connection with the installation including all manholes pumps, pits, etc.
General builders work including cutting or forming holes, mortices chases and the like and making good finishing

Protective & decorative painting to mechanical engineering systems and pipe work with proper colour coding as
specified
Contractors has to quote for rate only items also.

I/We agree to carry out the above work at Rs.……………….................................(in words)


……………………………………………………………………………………………………………..
at the above rates given. I/We understand that the detailed shop drawings required for
various items has to be submitted by us and shall be approved by the Consultant/Owner after
evaluation. Also that the above quantities indicated are only approximate and that the
payment shall be based on the actual quantities of works undertaken as measured and
certified by the Consultant / Engineer- in- charge of Owner.

SIGNATURE OF CONTRACTOR
Date:
Place:
Name and Address of Contractor with
seal

Contractor:
2-104

2.9.00 TENDER DRAWINGS

List of Drawing
Contractor:
2-105

1. Drawing attached herewith the tender are for general guidance of the contractor to
enable him to visualize the type of work contemplated and scope of work involved and
are not working drawings. The drawing as such are only indicative and for tender
purpose only. It is deemed that the contractor has satisfied himself as to the nature of
work.
2. Detailed execution drawings on the basis of which actual execution of work is to
proceed, will be furnished from time to time during the progress of work , to suit the
latest construction programmes to be submitted by the contractor. The owner/architect
will endeavor to supply the drawings in advance of particular phase of work. In case it is
not possible to do so due to other reasons , the contractor is not eligible for any extra
item claim whatsoever on account of this.
3. These drawings are subject to addition , alteration and modifications. The contractor
shall always carry out the work with the latest issued drawings.

List of Drawing

1. Site Plan
2. Floor Plan
3. Schematic Layout.

Contractor:

S-ar putea să vă placă și