You are on page 1of 516

W-2

NAYA RAIPUR DEVELOPMENT AUTHORITY

Construction of BRT Bus Shelters, Pick Up Points, BRT Workshop Depot And Control Centre
At Naya Raipur

Package No: P110371

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

NAME OF WORK : Construction of BRT Bus Shelters, pick up


points, BRT Workshop Depot & Control
Centre at Naya Raipur.

PERIOD OF SALE OF : FROM 26.02.2013


BIDDING DOCUMENT TO 04.04.2013

TIME AND DATE OF : DATE 12.03.2013 TIME 12.00 HOURS


PRE-BID CONFERENCE

LAST DATE AND TIME FOR : DATE 04.04.2013 TIME 15.00 HOURS
RECEIPT OF BIDS

TIME AND DATE OF OPENING : DATE 04.04.2013 TIME 16.00 HOURS


OF BIDS

PLACE OF OPENING OF BIDS : O/O CEO, NRDA ,


Near Old Mantralaya, DKS Bhawan,
Raipur 492001, Chattisgarh

OFFICER INVITING BIDS : CEO,


Naya Raipur Development Authority,
Near Old Mantralaya, DKS Bhawan,
Raipur 492001, Chattisgarh

i
INVITATION FOR BID

(IFB)

Important Note:
The document made available on this website is only
for reference, it shall not be downloaded for Bid
Submission. For the purpose of submitting the bid, the
document shall be purchased from NRDA as detailed
hereunder .

2
LCB.CW
NAYA RAIPUR DEVELOPMENT AUTHORITY
Construction of BRT Bus Shelters, Pick Up Points, BRT Workshop Depot And Control Centre At
Naya Raipur

INVITATIONS FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING

Bid No.: 14/ BRTS/NRDA/SUTP/CE(E)/1 Date:26.02.2013

1. The Government of India has received a credit from the International Development Association / loan from
the International Bank for Reconstruction & Development towards the cost of Sustainable Urban Transport Project and
intends to apply a part of the funds to cover eligible payments under the contracts for construction of works as
detailed below. Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for
Procurement. Bidders from India should, however, be registered with the Government of India or other State
Governments/Government of India, or State/Central Government Undertakings. Bidders are advised to note the
minimum qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of
the contract.

2. The CEO, Naya Raipur Development Authority, Near Mahanadi Dwar of Mantralaya, Raipur 492001, Chattisgarh
invites bids for the construction of works detailed in the table.

3. Bidding documents (and additional copies) may be purchased from the office of CEO, Naya Raipur Development
Authority, Near Mahanadi Dwar of Mantralaya, Raipur 492001, Chattisgarh from 26.02.2013 to 02.04.2013, for a
non-refundable fee (three sets) of Rs. 20,000/- , in the form of cash or Demand Draft drawn on any Scheduled bank
payable at Raipur in favour of Chief Executive Officer, Naya Raipur Development Authority, Raipur, Chattisgarh.
Interested bidders may obtain further information at the same address. Bidding documents requested by mail will be
despatched by registered/speed post on payment of an extra amount of Rs500.00 The Naya Raipur Development
Authority will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the
same.

4. Bids must be accompanied by security of the amount specified for the work in the table below, drawn in favour of
Chief Executive Officer, Naya Raipur Development Authority, Raipur, Chattisgarh. Bid security will have to be in
any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of
the bid.

5. Bids must be delivered to CEO, Naya Raipur Development Authority, Near Mahanadi Dwar of Mantralaya, Raipur
492001, Chattisgarh on or before15.00 hours on 04.04.2013 date) and will be opened on the same day at16.00 hours,
in the presence of the bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids
as specified, the bids will be received and opened on the next working day at the same time and venue.

6. A prebid meeting will be held on 12.03.2013 at 12.00 hrs. at the Conference Hall of Naya Raipur Development
Authority, Raipur to clarify the issues and to answer questions on any matter that may be raised at that stage as stated
in Clause 9.2 of ‘Instructions to Bidders’ of the bidding document.

7. Other details can be seen in the bidding documents.

3
NCB.CW/W-2
TABLE

___________________________________________________________________________________________

Package Name of work Approximate value Bid security Cost of document Period of
No. of work (Rs.) (Rs.) (Rs.) completion

1 2 3 4 5

P110371 Construction of Rs.25,40,40000 Rs 25Lakh Rs. 20,000/- 15 months


BRT Bus Shelters,
Pick Up Points,
BRT Workshop
Depot And Control
Centre At Naya
Raipur .

__________________________________________________________________________________________

Seal of office

4
NCB.CW/W-2
SECTION 1: INSTRUCTIONS TO BIDDERS
(ITB)

5
NCB.CW/W-2
Section 1: Instructions to Bidders

Table of Clauses

A. General Page No. D. Submission of Bids Page No.

1. Scope of Bid 7 19. Sealing and Marking of Bids 14


2. Source of Funds 7 20. Deadline for Submission of Bids 14
3. Eligible Bidders 7 21. Late Bids 15
4. Qualification of the Bidder 7 22. Modification and Withdrawal of Bids 15
5. One Bid per Bidder 10
6. Cost of Bidding 10
7. Site Visit 10

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding Documents 10 23. Bid Opening 15


9. Clarification of Bidding Documents 11 24. Process to be Confidential 15
10. Amendment of Bidding Documents 11 25. Clarification of Bids 16
26. Examination of Bids and Determination
of Responsiveness 16
27. Correction of Errors 16
C. Preparation of Bids 28. Currency for Bid Evaluation
29. Evaluation and Comparison of Bids 17
11. Language of Bid 11 30. Preference for Domestic Bidders
12. Documents Comprising the Bid 12
13. Bid Prices 12 F. Award of Contract
14. Currencies of Bid and Payment 12
15. Bid Validity 12 31. Award Criteria 17
16. Bid Security 13 32. Employer's Right to Accept any Bid and
to Reject any or all Bids 17
17. Alternative Proposals by Bidders 13 33. Notification of Award 17
18. Format and Signing of Bid 14 34. Performance Security 18
35. Advance Payment and Security 18
36. Adjudicator 18
37. Corrupt or Fraudulent Practices 18

6
NCB.CW/W-2
A. General
1. Scope of Bid

1.1 Naya Raipur Development Authority, Raipur (referred to as Employer in these documents) invites bids for the
construction of works (as defined in these documents and referred to as "the works") detailed in the table given
in IFB. The bidders may submit bids for any or all of the works detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the
Contract data.

2. Source of Funds

2.1 The Government of India has received a loan/credit from the International Bank for Reconstruction and
Development/the International Development Association (hereinafter interchangeably called “the Bank”)
towards the cost of Construction of BRT Bus Shelters, Bus Depot with Workshop and Control Centre at Naya
Raipur and Pick up point in Raipur for Sustainable Urban Transport Project (SUTP. Payments by the Bank will
be made only at the request of the borrower and upon approval of the Bank in accordance with the Loan
Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the
Bank may specifically otherwise agree, no party other than the borrower shall derive any rights from the Loan
Agreement or have any rights to the loan proceeds. The Loan / Credit no is : LN7818 – IN.

2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or
entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a
decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines
for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall
have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder
is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other
entity that has prepared the design, specifications, and other documents for the Project or being proposed as
Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services
for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and
financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-
borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank
in accordance with sub-clause 37.1.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of
the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders
will be considered for award for Contract. These qualified bidders should submit with their bids any
information updating their original prequalification applications or, alternatively, confirm in their bids that the
originally submitted prequalification information remains essentially correct as of date of bid submission. The
update or confirmation should be provided in Section 2.

7
NCB.CW/W-2
4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following
information and documents with their bids in Section 2:

(a) copies of original documents defining the constitution or legal status, place of registration, and principal
place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) total monetary value of construction work performed for each of the last five years;

(c) experience in works of a similar nature and size for each of the last five years, and details of works under
way or contractually committed; and clients who may be contacted for further information on those
contracts;

(d) major items of construction equipment proposed to carry out the Contract;

(e) qualifications and experience of key site management and technical personnel proposed for the Contract;

(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for
the past five years;

(g) evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of
other financial resources);

(h) authority to seek references from the Bidder's bankers;

(i) information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the
last five years or currently under execution. The information shall include the names of the parties
concerned, the disputed amount, cause of litigation, and matter in dispute;

(j) proposals for subcontracting components of the Works which in aggregate add to more than 20 percent
of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the
relevant field should be annexed; no vertical splitting of work for sub-contracting is acceptable); and

(k) the proposed methodology and program of construction including Environmental Management Plan,
backed with equipment, materials and manpower planning and deployment, duly supported with broad
calculations and quality control procedures proposed to be adopted, justifying their capability of
execution and completion of the work as per technical specifications within the stipulated period of
completion as per milestones

4.4 ‘Bids from Joint ventures/Consortium are not acceptable’. Consortium are not Eligible to Participate in
Bidding process.

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e
2011-12, 2010-11, 2009-10, 2008-09, 2007-08:

(a) achieved, in at least two financial years, a minimum annual financial turnover (in all classes of civil
engineering construction works only) of Rs 40 crores

(b) satisfactorily completed (not less than 90% of contract value), as a prime contractor, (or as subcontractor
duly certified by the employer/main contractor) at least one similar work of value not less than Rs
20crore ;
(c) executed in any one year, the following minimum quantities of work:

Sr. Particular Quantities


No
1 Cement concrete (including RCC and PSC) 160000 cum
2 Earthwork in both excavation and embankment 7000 cum
(combined quantities)
3 MS Fabrication 240MT
8
NCB.CW/W-2
(d) The contractor or his identified sub-contractor should possess required valid electrical license for
executing the building electrification works and should have executed similar electrical works totalling
Rupees 2.0crore in any one year.

(e) The contractor or his identified sub-contractor should possess required valid license for executing the
water supply/sanitary engineering works and should have executed similar water supply/sanitary
engineering works totalling Rupees 20 Lakhs in any one year.

(@) at 2012-13 price level. Financial turnover and cost of completed works of previous years shall be
given weightage of 5% per year based on rupee value to bring them to 2012-13 price level.

4.5 B. Each bidder should further demonstrate:

(a) availability (either owned or leased or by procurement against mobilization advances) of the following
key and critical equipment for this work:
- Excavator and Graders
- Concrete Weigh Batchers
- Erection and hoisting equipments like pulleys, mobile cranes, cranes, derricks etc.
- Precision Welding Machines (Electric)
- Material Testing equipments, instruments, UTM
- Vibratory Equipments
- Drum mix plant

NOTE:
Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the
completion of works in accordance with the prescribed construction schedule are shown in the above list.
The bidders should, however, undertake their own studies and furnish with their bid, a detailed
construction planning and methodology supported with layout and necessary drawings and calculations
(detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers,
types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time
for each operation for the given production capacity to match the requirements.

(b) availability for this work of a Project Manager with no less than five years' experience in construction of
similar civil engineering works and other key personnel with adequate experience as required; and

(c) liquid assets and/or availability of credit facilities of no less than Rs 4.5 crore in the format given in
Section 2.

4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are
invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the
aggregate of the qualifying criteria for the individual contracts.

4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's
compliance with the qualifying criteria except to the extent stated in 4.5 (A) (b, d and e) above.

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is
more than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = ( A*N*1.5 - B )


where

A= Maximum value of civil engineering works executed in any one year during the last five years (updated
to 2012-13 price level) taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which bids are invited.
B= Value, at 2012-13 price level, of existing commitments and on-going works to be completed during the
next one years (period of completion of the works for which bids are invited)
9
NCB.CW/W-2
Note: The statements showing the value of existing commitments and on-going works as well as the stipulated
period of completion remaining for each of the works listed should be countersigned by the Engineer in
charge, not below the rank of an Executive Engineer or equivalent.

4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:

- made misleading or false representations in the forms, statements and attachments submitted in proof of
the qualification requirements; and/or

- record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.; and/or

- participated in the previous bidding for the same work and had quoted unreasonably high bid prices and
could not furnish rational justification to the employer.

5. One Bid per Bidder

5.1 Each bidder shall submit only one bid for one contract. A bidder who submits or participates in more than one
Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause
all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding

6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will
in no case be responsible and liable for those costs.

7. Site visit

7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works
and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a
contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in
accordance with Clause 10:

Invitation for Bids


Section 1 Instructions to Bidders
2 Forms of Bid and Qualification Information
3 Conditions of Contract
4 Contract Data
5 Specifications
6 Drawings
7 Bills of Quantities
8 Forms of Securities
8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing
or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the
invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15
days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all
purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

10
NCB.CW/W-2
9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at the
Conference Hall, Naya Raipur Development Authority, Near Mahanadi Dwar of Mantralaya, Raipur -492001,
Chattisgarh on 12.03.2013 at 12.00hrs.

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised
at that stage.

9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than
one week before the meeting.

9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry)
and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any
modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of
the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to
Clause 10 and not through the minutes of the pre-bid meeting.

9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing
addenda.
10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all
the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in
writing to the Employer.
10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their
bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-
Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:

(a) The Bid (in the format indicated in Section 2).


(b) Bid Security;
(c) Priced Bill of Quantities;
(d) Qualification Information Form and Documents;

and any other materials required to be completed and submitted by bidders in accordance with these
instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without
exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so
indicate in the bid together with any discounts offered for the award of more than one contract.

13. Bid Prices

13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities
submitted by the Bidder.

11
NCB.CW/W-2
13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the
Works described in the Bill of Quantities alongwith total bid price (both in figures and words). Items for
which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall
be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made
by crossing out, initialing, dating and rewriting.

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be
included in the rates, prices and total Bid Price submitted by the Bidder.

Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts
financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have
considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not
compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all
information required for issue of certificates in terms of such notifications as per form attached to the Qualification
Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in
view the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days
of signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no
quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will
be treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as
a result of the above shall not be a cause for granting any extension of time.”

13.4* The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not
be subject to adjustment on any account.

14. Currencies of Bid and Payment


14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity


15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission
specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the
bidders may extend the period of validity for a specified additional period. The request and the bidders'
responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid
security. A bidder agreeing to the request will not be required or permitted to modify his bid except as
provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the
extension, and in compliance with Clause 16 in all respects.

15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the event that
the purchaser requests and the Bidder agrees to an extension of the validity period, the contract price, if the
Bidder is selected for award shall be the bid price corrected as follows :

The price shall be increased by the factor of 07/52 (i.e 7% inflation in a year of 52 weeks)
for each week or part of a week that has elapsed from the expiration of the initial bid
validity to the date of issue of letter of acceptance to the successful Bidder.

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction.

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of
IFB for this particular work. This bid security shall be in favour of Chief Executive Officer, Naya Raipur
Development Authority, Raipur, (C.G.) and may be in one of the following forms:

- a bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank
located abroad in the form given in Section 8; or

- Certified cheque, Bank draft or Letter of Credit in favour of Chief Executive Officer, Naya Raipur
Development Authority, Raipur, (C.G.) payable at Raipur.
-

12
NCB.CW/W-2
16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1
and 16.2 above shall be rejected by the Employer as non-responsive.

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period
specified in Sub-Clause 15.1.

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and
furnished the required Performance Security.

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or


(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic
technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in
Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly
marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original
shall prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid
where entries or amendments have been made shall be initialled by the person or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the
Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be
initialled by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any,
paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the
contract.

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as
"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer
envelope.
19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address:


Chief Executive Officer, Naya Raipur Development Authority, Near Mahanadi Dwar of Matralaya,
Raipur 492001, Chattisgarh
13
NCB.CW/W-2
(b) bear the following identification:

- Bid for Construction of BRT Bus Shelters, pick up points, BRT Workshop Depot & Control
Centre at Naya Raipur.
- Bid Reference No:PI00589
- DO NOT OPEN BEFORE16.00 hrs of 04.04.2013 [time and date for bid opening, per
Clause 23]

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and
address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause
21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the
misplacement or premature opening of the bid.

20. Deadline for Submission of the Bids


20.1 Bids must be received by the Employer at the address specified above no later than. 15.00 hrs of 04.04.2013
In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will
be received upto the appointed time on the next working day.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with
Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the
original deadline will then be subject to the new deadline.

21. Late Bids


21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the
bidder.

22. Modification and Withdrawal of Bids


22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in
Clause 20.

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in
accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked
"MODIFICATION" or "WITHDRAWAL", as appropriate.

22.3 No bid may be modified after the deadline for submission of Bids.

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the
original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may
result in the forfeiture of the Bid security pursuant to Clause 16.

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in
accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer will open all the Bids received (except those received late), including modifications made
pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at 16.00
hrs on the 04.04.2013 date and the place specified in Clause 20. In the event of the specified date of Bid
opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and
location on the next working day.

14
NCB.CW/W-2
23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable
notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all
envelopes marked “Modification” shall be opened and the submissions therein read out in appropriate detail.

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives
have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence
of Bid security, and such other details as the Employer may consider appropriate, will be announced by the
Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause
21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will
not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be
returned un-opened to bidders.

23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present
in accordance with Sub-Clause 23.3.

24. Process to Be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process until the award to the successful Bidder has been announced. Any
effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the
rejection of his Bid.

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask
any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification
and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be
sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by
the Employer in the evaluation of the Bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the
time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional
information to the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or
contract award decisions may result in the rejection of the Bidders’ bid.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the
eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required
securities and; (d) is substantially responsive to the requirements of the Bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the
Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a)
which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any
substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations
under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders
presenting substantially responsive Bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be
made responsive by correction or withdrawal of the non-conforming deviation or reservation.

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors.
Errors will be corrected by the Employer as follows:

15
NCB.CW/W-2
(a) where there is a discrepancy between the rates in figures and in words, the rate in words will govern;
and

(b) where there is a discrepancy between the unit and the line item total resulting from multiplying the
unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for
the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may
be forfeited in accordance with Sub-Clause 16.6 (b).

28. Deleted

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in
accordance with Clause 26.

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid
Price as follows:

(a) making any correction for errors pursuant to Clause 27; or

(b) making an appropriate adjustments for any other acceptable variations, deviations; and

(c) making appropriate adjustments to reflect discounts or other price modifications offered in
accordance with Sub Clause 22.5.

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,
deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding
documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid
evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during
the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of
work to be performed under the contract, the Employer may require the Bidder to produce detailed price
analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer
may require that the amount of the performance security set forth in Clause 34 be increased at the expense of
the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default
of the successful Bidder under the Contract.

30. Deleted

F. Award of Contract
31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to
be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,
provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause
3, and (b) qualified in accordance with the provisions of Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let alongwith other contracts, the lowest evaluated Bid Price
will be determined when evaluating this contract in conjunction with other contracts to be awarded
concurrently, taking into account any discounts offered by the bidders for the award of more than one
contract.

16
NCB.CW/W-2
32. Employer's Right to Accept any Bid and to Reject any or all Bids
32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the
Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the
grounds for the Employer's action.

33. Notification of Award and Signing of Agreement


33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the
Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the
Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the
Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as
prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a
performance security in accordance with the provisions of Clause 34.

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed
by the Employer and sent to the successful Bidder, within 28 days following the notification of award along with
the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it
to the Employer.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the
other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a
Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price
plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions
of Contract:

- a bank guarantee in the form given in Section 8; or

- Certified cheque/Bank draft, in favour of Chief Executive Officer, Naya Raipur Development
Authority, Raipur, (C.G.) payable at Raipur.

34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be
issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located
in India and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India
[scheduled or nationalized].

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of
contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer
may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.

35 Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract,
subject to maximum amount, as stated in the Contract Data.

36. Adjudicator

36.1 The Employer proposes that Mr. N L Shivhare, Retd. Chief Engineer, CG PWD. [name of proposed Adjudicator]
be appointed as Adjudicator under the Contract, at a daily fee of Rs.8000.00 plus reimbursable expenses. If the
Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the
Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by The
Principal Secretary Housing and Environment Department, Gov of CG at the request of either party.
37. Corrupt or Fraudulent Practices

17
NCB.CW/W-2
37.1 The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as Bidders, Suppliers,
Contractors, and Consultants under Bank-financed contracts, observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuit of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of a public official in the procurement process
or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a


procurement process or the execution of a contract;

(iii) “collusive practice” means a scheme or arrangement between two or more Bidders, with or
without the knowledge of the borrower, designed to establish bid prices at artificial, non
competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or
their property to influence their participation in the procurement process or affect the
execution of a contract;

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly
or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for
the Contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that
representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent,
collusive or coercive practices during the procurement or the execution of that contract, without the
Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the
situation;

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a
stated period of time, to be awarded a Bank-financed contract if it at any time determines that they
have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in Bidding Documents and in contracts
financed by a Bank loan, requiring Bidders, Suppliers, Contractors and Consultants to permit the
Bank to inspect their accounts and records and other documents relating to the bid submission and
contract performance and to have them audited by auditors appointed by the Bank.

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 59.2 of the Conditions of
Contract.

18
NCB.CW/W-2
SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER
OF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- AGREEMENT FORM

19
NCB.CW/W-2
Contractor's Bid
Description of the Works: Construction of BRT Bus Shelters, Pick Up Points, BRT Workshop Depot And Control
Centre At Naya Raipur

BID

To : Chief Executive Officer, Naya Raipur Development Authority

Address : Chief Executive Officer, Naya Raipur Development Authority, Near Mahanadi Dwar of Matralaya, Raipur
492001, Chattisgarh

GENTLEMEN,

Having examined the bidding documents including addendum, we offer to execute the Works described above in
accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid
for the Contract Price of _________ [in figures] (__________________________________________________) [in
letters].

The advance Payment required is: Rupees ________________.

We accept the appointment of _ Mr. N L Shivhare, Retd. Chief Engineer, CG PWD as the Adjudicator.

(OR)

We do not accept the appointment of Mr. N L Shivhare, Retd. Chief Engineer, CG PWD as the Adjudicator and
propose instead that _______________________ be appointed as Adjudicator whose daily fees and biographical data
are attached.

This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are
not bound to accept the lowest or any Bid you receive.

We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in
bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will
strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we
are awarded the contract, are listed below :

Name and address of agent Amount Purpose of Commission or gratuity

______________________ ________ ____________________________


______________________ ________ ____________________________
______________________ ________ ____________________________

(if none, state “none”)

20
NCB.CW/W-2
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding
documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory: _________________________________________________________________

Name of Bidder : ______________________________________________

Address : __________________________________________________________________

21
NCB.CW/W-2
Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as
provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder


[Attach copy]

Place of registration: _______________________________

Principal place of business: _______________________________

Power of attorney of signatory of Bid


[Attach]

1.2 Total value of Civil Engineering construction


work executed and payments received in the last five years
in (Rs. crore) 2006-2007_____________________
2007-2008_____________________
2008-2009_____________________
2010-2011_____________________
2011-2012_____________________

1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five years.
**
____________________________________________________________________________________________

Project Name Descrip- Contract Value of Date of Stipulated Actual date Remarks
Name of the tion of No. contract issue of period of of explaining
Employer* work (Rs. work completion completion* reasons for
Million) order delay and
work
completed

____________________________________________________________________________________________

____________________________________________________________________________________________

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **

Year Name Name Quantity of work performed @ Remarks *


of the of the Cement concrete MS Exavation (indicate contract Ref)
Work Employer* (including RCC&PCC) Fabrication and Earth
(cum) Work (kg) works
(cum)
2006-2007
2007-2008
2008-2009
2010-2011
2011-2012

*Attach certificate(s) from the Engineer(s)-in-Charge


@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).
β Attach certificate from Chartered Accountant.

22
NCB.CW/W-2
1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be
completed) as on the date of this bid.

(A) Existing commitments and on-going works:

____________________________________________________________________________________________
Description Place Contract No. Name Value of Stipulated Value of works* Anticipated
of & & Date and Contract period of remaining to be date of
Work State Address (Rs. million) completion completed completion
of Employer (Rs. million)
(1) (2) (3) (4) (5) (6) (7) (8)
____________________________________________________________________________________________

__________________________________________________________________________________________

(B) Works for which bids already submitted:

____________________________________________________________________________________________
Description Place Name and Estimated Stipulated Date when Remarks
of & Address of value of works period of decision is if any
Work State Employer (Rs. million) completion expected
(1) (2) (3) (4) (5) (6) (7)

* Attach certificate(s) from the Engineer(s)-in-Charge.

1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list
all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

_______________________________________________________________________________________
Item of Requirement Availability proposals Remarks
equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be
to be procured capacity condition purchased)
_______________________________________________________________________________________

* * * * * * *
* * * * * * *

_______________________________________________________________________________________

23
NCB.CW/W-2
1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract.
Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub
Clause 9.1 of the Conditions of Contract.
_______________________________________________________________________________________
Years of Years of experience in
Position Name Qualifications experience the proposed position
(general)
_______________________________________________________________________________________

Project Manager * * * *
* * * * *
* * * * *
* * * * *
etc.

_______________________________________________________________________________________

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

_______________________________________________________________________________________
Sections Value of Sub-contractor Experience in
of the works Sub-contract (name and address) similar work
_______________________________________________________________________________________

* * * *
* *
* * * *
* *
* * * *
* *
______________________________________________________________________________________

1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of
companies/corporation), etc. List them below and attach copies.

1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit,
etc. List them below and attach copies of support documents [sample format attached].

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if
contacted by the Employer.

1.11 Information on litigation history in which the Bidder is involved.

__________________________________________________________________________________
Other party(ies) Employer Cause of dispute Amount involved Remarks showing
present status
__________________________________________________________________________________

__________________________________________________________________________________

24
NCB.CW/W-2
1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to
comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Joint Ventures - Deleted

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the
Instructions to the Bidders, if applicable.

____________________________________________________________________________________________

25
NCB.CW/W-2
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES
CLAUSE 4.5 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………………. [funded by the World
Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.
…………… to meet their working capital requirements for executing the above contract.

__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank

26
NCB.CW/W-2
Form ……….

Construction of BRT Bus Shelters, Pick Up Points, BRT Workshop Depot And Control Centre At
Naya Raipur

(Declaration regarding customs/excise duty exemption for materials/


construction equipment bought for the work)
(Bidder’s Name and Address)

To: The CEO…


Naya Raipur development Authority,
Raipur.
(Name of the Employer)

Dear Sir:

Re: [Name of Work] ………………………… -


Certificate for Import/Procurement of Goods/Construction Equipment

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered
in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not
compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary certificates in
terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.

3. The goods/construction equipment for which certificates are required are as under:
Items Make/ Capacity Quantity Value State whether it will Remarks regarding
Brand [where be procured locally justification for the
Name applicable] or imported [if so quantity and their
from which country] usage in works
Goods

[a] Bitumen

[b] Others

Construction Equipment

[a]

[b]

[c]

[d]

4. We agree that no modification to the above list is permitted after bids are opened.

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the
work, based on the Bill of Quantities and the construction programme and methodology as furnished by us
alongwith the bid.

27
NCB.CW/W-2
6. We confirm that the above goods will be exclusively used for the construction of the above work and
construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from
the date of acquisition.

Date: ___________________ (Signature) ____________________


Place: __________________ (Printed Name) _________________
(Designation) __________________
(Common Seal) ________________

This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.

28
NCB.CW/W-2
Letter of Acceptance
(letterhead paper of the Employer)

________________________[date]

To: _________________________________________________________________________[name and address of


the Contractor]

Dear Sirs,

This is to notify you that your Bid dated ____________ for execution of the ________________________
___________________________________________________________ [name of the contract and identification
number, as given in the Instructions to Bidders] for the Contract Price of Rupees ———————————
____________________________________ (_____________) [amount in words and figures], as corrected and
modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

We accept/do not accept that __________________________ be appointed as the Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.

[OR]

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing
….........................................

[Delete whichever is not applicable]

You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids
in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.________ within 21 days of
the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto
........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

We have reviewed the construction methodology submitted by you alongwith the bid in response to ITB Clause
4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including
environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this
letter.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

2
To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the
"Instructions to Bidders."

29
NCB.CW/W-2
Issue of Notice to proceed with the work
(letterhead of the Employer)

————— (date)
To

—————————————— (name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract
agreement for the construction of —————— @ a Bid Price of Rs.——————, you are hereby instructed to
proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of


signatory authorized to sign on
behalf of Employer)

30
NCB.CW/W-2
Agreement Form

Agreement

This agreement, made the ___________________ day of ______________19_______,


between________________________________________________________________________________________
__________________________________[name and address of Employer]
(hereinafter called “the Employer)” of the one part and ______________________________________________
_______________________________________________________________________________________________
_________________________________________________[name and address of contractor] (hereinafter called “the
Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________


_______________________________________________________________________________________________
_________________________________________________________________________________[ name and
identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by the
Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract
price of Rs.................................................................................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in
the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as
part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the
Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects
therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the
Works and the remedying the defects wherein the Contract Price or such other sum as may become payable
under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
ix) Any other document listed in the Contract Data as forming part of the contract.

31
NCB.CW/W-2
In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of ____________________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _________________________________________________


_____________________________________________________________________________________
_____________________________________________________________________________________

in the presence of:

Binding Signature of Employer _________________________________________________ ___

Binding Signature of Contractor _____________________________________________________

32
NCB.CW/W-2
SECTION 3: CONDITIONS OF CONTRACT

33
NCB.CW/W-2
Conditions of Contract

Table of Contents

A. General Page No. C. Quality Control Page No.

1. Definitions 33 33. Identifying Defects 40


2. Interpretation 34 34. Tests 40
3. Language and Law 35 35. Correction of Defects 40
4. Engineer's Decisions 35 36. Uncorrected Defects 40
5. Delegation 35
6. Communications 35
7. Subcontracting 35 D. Cost Control
8. Other Contractors 35 37. Bill of Quantities 40
9. Personnel 38. Changes in the Quantities 40
10. Employer’s & Contractor's Risks 36 39. Variations 40
11. Employer's Risks 36 40. Payments for Variations 41
12. Contractor’s Risks 36 41. Cash Flow Forecasts 41
13. Insurance 36 42. Payment Certificates 41
14. Site Investigation Reports 37 43. Payments 42
15. Queries about the Contract 44. Compensation Events 42
Data 37 45. Tax 43
16. Contractor to Construct the 46. Currencies 43
Works 37 47. Price Adjustments 43
17. The Works to Be Completed by 48. Retention 44
the Intended Completion Date 37 49. Liquidated Damages 44
18. Approval by the Engineer 37 50. Bonus 44
19. Safety 37 51. Advance Payment 44
20. Discoveries 37 52. Securities 45
21. Possession of the Site 37 53. Dayworks 45
22. Access to the Site 38 54. Cost of Repairs 45
23. Instructions 38
24. Disputes 38
25. Procedure for Disputes 38 E. Finishing the Contract
26. Replacement of Adjudicator 38
55. Completion 45
B. Time Control 56. Taking Over 45
27. Program 38 57. Final Account 45
28. Extension of the Intended 58. Operating and Maintenance Manuals 45
Completion Date 39 59. Termination 45
29. Acceleration 39 60. Payment upon Termination 46
30. Delays Ordered by the 61. Property 47
Engineer 39 62. Release from Performance 47
31. Management Meetings 39 63. Suspension of World Bank Loan 47
32. Early Warning 39 or Credit

F. Special Conditions of Contract 48

34
NCB.CW/W-2
Conditions of Contract
A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep
their defined meanings. Capital initials are used to identify defined terms.

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes
in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the
Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance
with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete and
maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by
the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the
Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent person appointed and
notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the
execution of the works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the
Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

35
NCB.CW/W-2
The Intended Completion Date is the date on which it is intended that the Contractor shall complete
the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion
Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in the
Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical
or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual
interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or
addition made or approved by the Engineer.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a
part of the work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which
are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over to the
Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or
neuter, and the other way around. Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The Engineer will provide instructions
clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the
Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works
(other than references to the Completion Date and Intended Completion date for the whole of the
Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(1) Agreement

(2) Letter of Acceptance, notice to proceed with the works

(3) Contractor’s Bid

(4) Contract Data

36
NCB.CW/W-2
(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

(7) Drawings

(8) Bill of Quantities and

(9) any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the
Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the
Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective only when in
writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract
without the approval of the Employer in writing. Subcontracting does not alter the Contractor's
obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and
the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as
referred to in the Contract Data, also provide facilities and services for them as described in the
Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of
any such modification.

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in
the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the
Engineer. The Engineer will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or better than those of the
personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his
work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven
days and has no further connection with the work in the Contract.

37
NCB.CW/W-2
10. Employer’s and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor
carries the risks which this Contract states are Contractor’s risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the
execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or
disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or
nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other
than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during
and in consequence of the performance of the Contract other than the excepted risks are the
responsibility of the Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover
from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in
the Contract Data for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection
with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the
Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect
the insurance which the Contractor should have provided and recover the premiums the Employer has
paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the
premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the
Contract Data, supplemented by any information available to the Bidder.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

38
NCB.CW/W-2
16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings,
and as per instructions of Engineer.

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works
in accordance with the program submitted by the Contractor, as updated with the approval of the
Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to
the Engineer, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary
Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where
required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are
subject to prior approval by the Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the
property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the
Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is
not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the
relevant activities and this will be Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to
any place where work in connection with the Contract is being carried out or is intended to be carried
out and to any place where materials or plant are being manufactured / fabricated / assembled for the
works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws
where the Site is located.

23.2 The Contractor shall permit the bank to inspect the Contractor’s accounts and records relating to the
performance of the Contractor and to have them audited by auditors appointed by the Bank, if so
required by the Bank.

39
NCB.CW/W-2
24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to
the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the
Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable
expenses of the types specified in the Contract Data and the cost shall be divided equally between the
Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a
decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If
neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be
final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special
Conditions of Contract.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the
Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new
Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement
between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the
Appointing Authority designated in the Contract Data at the request of either party, within 14 days of
receipt of such request.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a
Program including Environmental Management Plan showing the general methods, arrangements, order,
and timing for all the activities in the Works along with monthly cash flow forecast.

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and
the effect of the progress achieved on the timing of the remaining work including any changes to the
sequence of the activities.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer
than the period stated in the Contract Data. If the Contractor does not submit an updated Program within
this period, the Engineer may withhold the amount stated in the Contract Data from the next payment
certificate and continue to withhold this amount until the next payment after the date on which the
overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may
revise the Program and submit it to the Engineer again at any time. A revised Program is to show the
effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation
is issued which makes it impossible for Completion to be achieved by the Intended Completion Date
without the Contractor taking steps to accelerate the remaining work and which would cause the
Contractor to incur additional cost.

40
NCB.CW/W-2
28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days
of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation
and submitting full supporting information. If the Contractor has failed to give early warning of a delay or
has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing
the new Intended Completion Date.

29. Deleted

30. Delays Ordered by the Engineer

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of
a management meeting shall be to review the plans for remaining work and to deal with matters raised in
accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and is to provide copies of his record to
those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to
be decided by the Engineer either at the management meeting or after the management meeting and stated in
writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or
circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the
execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of
the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided
by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of
such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out
any resulting instruction of the Engineer.

C. Quality Control
33. Identifying Defects

33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found.
Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the
Contractor to search for a Defect and to uncover and test any work that the Engineer considers may
have a Defect.

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify
the Engineer and Contractor of any defects that are found. Such a check shall not affect the
Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check
whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and
any samples. If there is no Defect the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability
Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.

41
NCB.CW/W-2
35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length
of time specified by the Engineer’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the
Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within specified
tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning
work to be done by the contractor.
37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of
the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular
item by more than 15 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer
shall adjust the rate to allow for the change.
38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is
exceeded by more than 15 percent, except with the Prior approval of the Employer.
38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown
of any rate in the Bill of Quantities.

39. Variations

39.1 All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying
out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation,
which shall be given within seven days of the request or within any longer period stated by the Engineer
and before the Variation is ordered.
40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the
opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of
its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall
be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or
timing of the work in the Variation does not correspond with items in the Bill of Quantities, the
quotation by the Contractor shall be in form of new rates for the relevant items of work.
40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a
quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the
Engineer may order the Variation and make a change to the Contract Price which shall be based on
Engineer’s own forecast of the effects of the Variation on the Contractor's costs.
40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and
considered without delaying the work, no quotation shall be given and the Variation shall be treated as a
Compensation Event.
40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by
giving early warning.

42
NCB.CW/W-2
41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow
forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work
completed less the cumulative amount certified previously alongwith details of measurement of the
quantity of works executed in a tabulated form as approved by the Engineer.

42.2 The Engineer shall check the details given in the Contractor's monthly statement and within 14 days
certify the amounts to be paid to the Contractor after taking into account any credit or debit for the
month in question in respect of materials for the works in the relevant amounts and under conditions set
forth in sub-clause 51(3) of the Contract Data (Secured Advance).

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the
quantities claimed as executed by the contractor.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of
Quantities completed..

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any
item previously certified in any certificate in the light of later information.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of
the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the
amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a
late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall
be calculated from the date by which the payment should have been made upto the date when the late
payment is made at 8% per annum.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an
Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause.
Interest shall be calculated from the date upon which the increased amount would have been certified in
the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer
and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the
Contract Data.
(b) The Employer modifies the schedule of other contractors in a way which affects the work of the
contractor under the contract.
(c) The Engineer orders a delay or does not issue drawings, specifications or instructions required for
execution of works on time.
(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which
is then found to have no Defects.
(e) The Engineer unreasonably does not approve for a subcontract to be let.
(f) Ground conditions are substantially more adverse than could reasonably have been assumed
before issuance of Letter of Acceptance from the information issued to Bidders (including the
43
NCB.CW/W-2
Site Investigation Reports), from information available publicly and from a visual inspection of
the Site.

(g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the
Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and
other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before
the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion
Date is extended. The Engineer shall decide whether and by how much the Contract Price shall be
increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's
forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract
Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer
shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the
Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are
adversely affected by the Contractor not having given early warning or not having cooperated with the
Engineer.

45. Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the
Contractor will have to pay for the performance of this Contract. The Employer will perform such
duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies

46.1 All payments shall be made in Indian Rupees.

47. Price Adjustment

47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and
lubricants in accordance with the following principles and procedures and as per formula given in the
contract data:
(a) The price adjustment shall apply for the work done from the start date given in the contract data
upto end of the initial intended completion date or extensions granted by the Engineer and shall
not apply to the work carried out beyond the stipulated time for reasons attributable to the
contractor.

44
NCB.CW/W-2
(b) The price adjustment shall be determined during each quarter from the formula given in the
contract data.

(c) Following expressions and meanings are assigned to the work done during each quarter:

R= Total value of work done during the quarter. It would include the amount of secured
advance for materials paid for (if any) during the quarter, less the amount of the secured
advance recovered, during the quarter. It will exclude value for works executed under
variations for which price adjustment will be worked separately based on the terms
mutually agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the
provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall
be deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract
Data until Completion of the whole of the Works.

48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and
half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified
by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with
an “on demand” Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract
Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of
the works or the milestone as stated in the contract data). The total amount of liquidated damages shall
not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from
payments due to the Contractor. Payment of liquidated damages does not affect the Contractor's
liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall
correct any overpayment of liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the over payment calculated from the date of
payment to the date of repayment at the rates specified in Sub Clause 43.1.

50. Deleted

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data
by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank
Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the
advance payment. The guarantee shall remain effective until the advance payment has been repaid, but
the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.
Interest will not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization
expenses required specifically for execution of the Works. The Contractor shall demonstrate that
advance payment has been used in this way by supplying copies of invoices or other documents to the
Engineer.

45
NCB.CW/W-2
51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due
to the Contractor, following the schedule of completed percentages of the Works on a payment basis.
No account shall be taken of the advance (mobilization and equipment only) payment or its repayment
in assessing valuations of work done, Variations, price adjustments, Compensation Events, or
Liquidated Damages.

51.4 Secured Advance:

The Engineer shall make advance payment in respect of materials intended for but not yet incorporated
in the Works in accordance with conditions stipulated in the Contract Data.

52. Securities

52.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter
of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the
Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28
days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids
shall be valid until a date 28 days from the date of issue of the certificate of completion.

53. Deleted

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and
the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if
the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the
Engineer will do so upon deciding that the Work is completed.

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a
certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall
issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56
days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall
issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If
the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the
amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the
Contractor’s revised account.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall
supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data,
or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the
Contract Data from payments due to the Contractor.
46
NCB.CW/W-2
59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental
breach of the Contract.

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not
withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days
of the date of the Engineer's certificate;

(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable period of time determined by
the Engineer;

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Contract data; and

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as
defined in GCC Clause 64, in competing for or in executing the Contract.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other
than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is
fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure
and leave the Site as soon as reasonably possible.

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Engineer shall issue a certificate for the value of the work done less advance payments received up to
the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to
be deducted at source as per applicable law and less the percentage to apply to the work not completed
as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total amount
due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to
the Employer.

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of
Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the
reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on
the Works, and the Contractor's costs of protecting and securing the Works and less advance payments
received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes
due to be deducted at source as per applicable law.

61. Property

47
NCB.CW/W-2
61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property
of the Employer, if the Contract is terminated because of a Contractor’s default.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of
either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated.
The Contractor shall make the Site safe and stop work as quickly as possible after receiving this
certificate and shall be paid for all work carried out before receiving it and for any work carried out
afterwards to which commitment was made.

63. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the
payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having
received the World Bank’s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment
provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination
notice.

64. Fraud and Corruption

64.1 The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as Bidders, Suppliers,
Contractors, and Consultants under Bank-financed contracts, observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuit of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of a public official in the procurement process
or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a


procurement process or the execution of a contract;

(iii) “collusive practice” means a scheme or arrangement between two or more Bidders, with or
without the knowledge of the borrower, designed to establish bid prices at artificial, non
competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or
their property to influence their participation in the procurement process or affect the
execution of a contract;

(b) will cancel the portion of the loan allocated to a contract if it determines at any time that
representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent,
collusive or coercive practices during the procurement or the execution of that contract, without the
Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the
situation;

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a
stated period of time, to be awarded a Bank-financed contract if it at any time determines that they
have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing, a Bank-financed contract; and

(e) will have the right to require that Contractors to permit the Bank to inspect their accounts and
records and other documents relating to the bid submission and contract performance and to have
them audited by auditors appointed by the Bank.

48
NCB.CW/W-2
49
NCB.CW/W-2
F. Special Conditions of Contract
1. LABOUR :

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement
of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at
such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour
from time to time employed by the Contractor on the Site and such other information as the Engineer may
require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing
labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central
Government or local authority and any other labour law (including rules), regulations, bye laws that may be
passed or notification that may be issued under any labour law in future either by the State or the Central
Government or the local authority. Salient features of some of the major labour laws that are applicable to
construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is
taken against the Employer by the competent authority on account of contravention of any of the provisions of
any Act or rules made thereunder, regulations or notifications including amendments. If the Employer is caused
to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the
provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the
part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor
including his amount of performance security. The Employer/Engineer shall also have right to recover from the
Contractor any sum required or estimated to be required for making good the loss or damage suffered by the
Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the
Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS


ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK
(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out
of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain
conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days
wages for every completed year of service. The Act is applicable to all establishments employing 10 or more
employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly
contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case
of confinement or miscarriage etc.

50
NCB.CW/W-2
e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be
provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required
to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of
Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to
the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and
what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male
and Female workers and for not making discrimination against Female employees in the matters of transfers,
training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The
Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of
wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/-
per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only.
The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years
in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for
the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial
disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or
retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or
more workmen (employment size reduced by some of the States and Central Government to 50). The Act
provides for laying down rules governing the conditions of employment by the Employer on matters provided in
the Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and
employers. The Trade Unions registered under the Act have been given certain immunities from civil and
criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years
of age in certain occupations and processes and provides for regulation of employment of children in all other
occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is
applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary
(who has recruited workmen in one state for employment in the establishment situated in another state). The
Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be
provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment
and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996
and the Cess Act of 1996: All the establishments who carry on any building or other construction work and
employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the
rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the
establishment is required to provide safety measures at the Building or construction work and other welfare
measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the
work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the
Registering Officer appointed by the Government.

51
NCB.CW/W-2
p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health
and safety provisions, welfare provisions, working hours, annual earned leave and rendering information
regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing
10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing
process.

3. SUB-CONTRACTING (GCC Clause 7)


Please add the following as Clause 7.2:

The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;
b) the provision of labour; and
c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because
of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the
Engineer will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any
such consent shall not relieve the contractor from any liability or obligations under the contract and he
shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as
fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-
contractors so proposed for the Work possess the experience, qualifications and equipment necessary for
the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific
authorization by the prime contractor so that this arrangement does not alter the contractor's liability or
obligations under the contract.

4. ARBITRATION (GCC Clause 25.3)


The procedure for arbitration will be as follows :

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3
arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case
of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30
days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be
appointed by the * Indian Council of Arbitration for Alternative Dispute Resolution (India).
_____________________________________________
(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent
of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished
alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract.
In view of the above, normally no additional sub-contracting should arise during execution of the contract.
2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more
effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition
to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting
exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.
3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or
merger of companies etc.

52
NCB.CW/W-2
(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with
provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators
one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by
the two Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of failure
of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days
from the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be
appointed by the * Indian Council of Arbitration for Alternative Dispute Resolution (India).

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30
days after receipt of the notice of the appointment of its arbitrator by the other party, then the * Indian
Council of Arbitration/ for Alternative Dispute Resolution (India), both in cases of the Foreign
Contractor as well as Indian Contractor, shall appoint the arbitrator. A certified copy of the order of the
*Indian Council of Arbitration for Alternative Disputes Resolution (India), making such an appointment
shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at ____________, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be English.

(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and
expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the
expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings
as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be
borne by each party itself.

(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be
referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the
parties; failing such agreement, by the appointing authority, namely the *Indian Council of Arbitration
for Alternative Disputes Resolution (India).

(g) Performance under the contract shall continue during the arbitration proceedings and payments due to
the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration
proceedings.

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage
or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes
arising as a consequence of his methods of operation. The contractor shall be bound to comply with all
provisions of the Environmental Management Plan ( EMP) for the project as applicable during construction
phase The details are Annexed at ANNEXURE I. The cost incidental to provisions of EMP shall be deemed to
have been included in the rates quoted by the contractor and nothing extra shall be payable, except for the items
specifically provided in the BOQ . Environmental Clearance for the City have been obtained by NRDA,
However, the contractor shall submit the periodical report as per EMP to NRDA, which shall form a part of the
periodical reporting to the statutory authority.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing
enactments on environmental protection and rules made there under, regulations, notifications and bye-laws of
the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed
or notification that may be issued in this respect in future by the State or Central Government or the local
authority.

Salient features of some of the major laws that are applicable are given below :

The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of
water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such

*
Choose one alternative. Insert Chairman of the executive Committee of the Indian Roads Congress (for
highway project) or any other appropriate institutions (for other types of works).
53
NCB.CW/W-2
contamination of water or such alteration of the physical, chemical or biological properties of water or such
discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether
directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to
public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life
and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of
air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid,
liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend
to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and
for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants
and property. 'Environment' includes water, air and land and the inter-relationship which exists among and
between water, air and land, and human beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of
providing immediate relief to the persons affected by accident occurring while handling hazardous substances
and for matters connected herewith or incidental thereto. Hazardous substance means any substance or
preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and
exceeding such quantity as may be specified by notification by the Central Government.

6. LIQUIDATED DAMAGES:

Sub-clause 49.1:

Please substitute the last sentence with the following:

“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the
contractor from his obligation to complete the work as per agreed construction program and milestones or from
any other of the contractor’s obligations and liabilities under the contract.”

7. PRICE ADUJUSTMENT

Clause 47 of General Condition of Contract is not applicable and shall be considered deleted.

8. Attachment to Tender : NCB – Civil Works – Document W-2 [Amendments for Joint
Ventures]
As per clause 4.4 of Instruction to Bidder, Bids from Joint ventures/Consortium are not
acceptable’.Consortium are not Eligible to Participate in Bidding process. Attachment to Tender i.e NCB –
Civil Works – Document W-2 [Amendments for Joint Ventures] is not applicable and shall be considered
deleted.

54
NCB.CW/W-2
SECTION 4: CONTRACT DATA

51-A
55
NCB.CW/W-2
Contract Data

Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract: Clause Reference

· The Schedule of Operating and Maintenance Manuals [58]

· The Schedule of Other Contractors [8]

· The Schedule of Key Personnel [9]

· The Methodology and Program of Construction & Environmental Management Plan [27]

· The Schedule of Key and Critical equipment to be deployed [27]


on the work as per agreed program of construction

· Site Investigation reports [14

The Borrower is Government of India/____________________ [1.1]


[name of Borrower and statement of relationship with the Employer, if
different from the Borrower].

The World Bank means ____________________________ [1.1]


________________________________________________
[insert ”International Bank for Reconstruction and Development (IBRD)” or
International Development Association (IDA), “as appropriate],
and loan refers to an __________________
[insert “IBRD Loan” or “IDA Credit”, as appropriate]

The above insertions should correspond to the information provided in the Invitation of Bids.

The Employer is

Name: Naya Raipur Development Authority, Raipur (1.1)

Address: Naya Raipur Development Authority, Near Mahanadi Dwar of Mantralaya, Raipur – 492001,
Chattisgarh
Name of authorized Representative: Chief Executive Officer, NRDA

The Engineer is (1.1)

Name: Mr. S.R. Shrivastava, Chief Engineer, NRDA

Address: Naya Raipur Development Authority, Near Mahanadi Dwar of Mantralaya, Raipur – 492001, Chattisgarh

Name of Authorized Representative: __________________________

The Adjudicator appointed jointly by the Employer and Contractor is:

*Name : _____________________________________ (1.1)

*Address : ______________________________________________________________________

(*to be filled in after the Adjudicator has been appointed)

The name and identification number of the Contract is


Construction of BRT Bus Shelters, pick up points, BRT Workshop Depot & Control Centre at Naya Raipur.
Package No. P110371

56
NCB.CW/W-2
The Works consist of Construction of BRT Bus Shelters, pick up points, BRT Workshop Depot & Control Centre at Naya
Raipur. It consist of Installation, Fabrication and construction of BRT Bus Shelters, pick up points, BRT Workshop Depot &
Control Centre at Naya Raipur as per BOQs, Drawings and Technical Specifications .
The Start Date shall be the date of issue of notice to proceed with the work. (1.1)
The Intended Completion Date for the whole of the Works is 15 months from the date of Notice to Proceed with the
following milestones: [17, 28]
Milestone dates:
Milestone Milestone of Work Completion Period from the date of issue
of notice to proceed with the
work
BRT Workshop Depot & Control Centre
1 Plinth level 02 months
2 Structural works 08 months
3 MEP & HVAC works 12 months
4 Internal finishing of civil works 14 months
5 External Development and Completion of BRT Workshop 15 months
Depot & Control Centre
BRT Bus Shelters and pick up points
1 Civil and Structural works 06 months
2 MEP works 08 months
3 Completion of Bus Shelter 10 months

The following documents also form part of the Contract: [2.3]

Maintenance Manual
Environmental Management Plan for the Works
All other documents as specified in this Tender.

The Contractor shall submit a revised Program including Environmental


Management Plan for the Works (in such form and detail as the
engineer shall reasonably prescribe) within 14 days of
delivery of the Letter of Acceptance. [27]

[This program should be in adequate detail and generally conform to the program submitted along with bid in
response to ITB Clause 4.3 (k). Deviations if any from that should be clearly explained and should be satisfactory to
the Engineer]
The Site Possession Dates shall be: [21]

Bus Shelters : The date of issue of Order to commence the work


Pickup Points : The date of issue of Order to commence the work
Bus Depot and Workshop : The date of issue of Order to commence the work
Control Centre : The date of issue of Order to commence the work

The Site is located at


Sr. Project Component Numbers/Quantities Location
No
1 Bus Shelters (5 meter Median Bus shelters -4, Various locations in Naya Raipur as per
20 meter Median Bus shelters -4, map attached (Total No 9 )
100 meter Median Bus shelters -1 )
2 Pickup Points 8 Existing Mantralaya in Raipur

3 Bus Depot and Workshop 1 Naya Raipur as per map attached

4 Control Center 1 Naya Raipur as per map attached


Note: Tentative Locations are specified in Drawings Section [1]

The Defects Liability Period is 730 days from the date of certification of completion of works. (where sectional
completion certificate is issued this will apply from those dates for those sections). [35]

57
NCB.CW/W-2
Insurance requirements are as under: [13]

Minimum Cover for Insurance


(i) Works and Plant and Materials Full replacement cost + additional 15% of replacement cost

(ii) Loss or damage to Equipment Full replacement cost

(iii) Other Property Not Applicable

(iv) Personal injury or death


insurance:
Rs. 4 million (Rs 40 lakh) per occurrence with No. of
a) for other people; occurrence unlimited

b) for Contractor’s Employees In accordance with the statutory requirements applicable to


India

The Following Events shall also be Compensation Event: Nil [44]

The period between Program updates shall be 60 days. [27]

The amount to be withheld for late submission of an updated


Program shall be 0.1% of the contract price [27]

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India [3]

The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]


Fees : Rs. 8000.00 daily fee and
Reimbursable expense : To and fro Air Fare from place of normal Residence to Raipur, CG.

Appointing Authority for the Adjudicator CEO, NRDA [26]

The proportion of payments retained (retention money) shall be 6% from each bill
subject to a maximum of 5% of final contract price [48]

The liquidated damages for the whole of the works are


0.1% of the Contract Price per week and that for the milestone are as under : [49]

Milestone Liquidated Damages


(i.e 0.05% per day of contract value of each
milestone )
Milestone 1 Rs. __________ per day 
Milestone 2 Rs. __________ per day 
Milestone 3 Rs. __________ per day 
Milestone 4 Rs. __________ per day 
Milestone 5 Rs. __________ per day 

The maximum amount of liquidated damages for the whole of the works [49]
is six percent of final contract price.

58
NCB.CW/W-2
The amounts of the advance payment are: [51]

Nature of Advance Amount (Rs.) Conditions to be fulfilled

1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee of


equivalent amount of advance payment for
mobilization .
(to be drawn before end of 20% of Contract period)

2. Equipment 90% for new and 50% of depreciated After equipment is brought to site as per agreed
value for old equipment. Total construction program (provided the Engineer is
(This advance is not amount will be subject to a maxi- satisfied that the equipment is required for
applicable for mum of 5% of the Contract price. performance of the contract) and on submission of
equipment already unconditional Bank Guarantee for amount of advance
owned or hired/ for equipment.
leased by the
contractor.)

3. Secured advance 75% of Invoice value or Market a) The materials are in-accordance with the
for non- value - lower of the two. specification for Works;
perishable
materials brought b) Such materials have been delivered to site, and are
to site properly stored and protected against damage or
deterioration to the satisfaction of the Engineer.
The contractor shall store the bulk material in
measurable stacks.;

c) The Contractor’s records of the requirements,


orders, receipt and use of materials are kept in a
form approved by the Engineer and such records
shall be available for inspection by the Engineer;

d) The contractor has submitted with his monthly


statement the estimated value of the materials on
site together with such documents as may be
required by the Engineer for the purpose of
valuation of the materials and providing evidence
of ownership and payment thereof;

e) Ownership of such materials shall be deemed to


vest in the Employer for which the Contractor
has submitted an Indemnity Bond in an
acceptable format; and

f) The quantity of materials are not excessive


and shall be used within a reasonable time as
determined by the Engineer.

(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions).

Repayment of advance payment for mobilization and equipment: [51]

The advance shall be repaid with percentage deductions from the interim payments certified
by the Engineer under the Contract. Deductions shall commence in the next Interim Payment
Certificate following that in which the total of all such payments to the Contractor has
reached not less than 15 percent of the Contract Price or 4months months from the date of
payment of first installment of advance, whichever period concludes earlier, and shall be
made at the rate of 7.5 percent of the amounts of all Interim Payment Certificates until such
time as the advance has been repaid, always provided that the advance shall be completely
repaid prior to the expiry of the original time for completion.

Repayment of secured advance:


59
NCB.CW/W-2
The advance shall be repaid from each succeeding monthly payments to the extent materials
[for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of
Contract Data on pre page] have been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a percentage of [52]
the Contract Price:

Performance Security for 5 per cent of contract price plus additional security for unbalanced bids [in terms of
ITB Clause 29.5].

The standard form of Performance Security acceptable to the Employer shall be an unconditional
Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

*The date by which operating and maintenance manuals are required is within 28 days of issue [58]
of certificate of completion of whole or section of the work, as the case may be.

*The date by which “as-built” drawings (in scale : same as the construction drawings) in 2 sets are required is
within 28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58]

The amount to be withheld for failing to supply “as built” drawings and/or operating and [58]
maintenance manuals *by the date required is Rs. 50,00,000/-.

The following events shall also be fundamental breach of contract: [59.2]

1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of
GCC
2. The contractor does not adhere to the agreed construction program and agreed
environmental management plan (Clause 27 of GCC) and also fails to take satisfactory
remedial action as per agreements reached in the management meetings (Clause 31) for
a period of 60 days.
3. The contractor fails to carry out of the instructions of Engineer within a reasonable time
determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [60]
additional cost for completing the Works shall be 20 percent.

60
NCB.CW/W-2
SECTION 5: SPECIFICATIONS

61
NCB.CW/W-2
GENERAL :

CPWD Specification 2009 shall be followed for civil and electrical works. Following additional detailed technical
specifications are attached with these documents, which shall form part of the contract.

A. Civil, plumbing and landscape


A1 Civil specifications
A2 Plumbing specifications
A3 Landscape specifications
B. Fire fighting Specifications
C. Electrical Specifications.
D. HVAC Specifications
E. Environmental Management Plan : ANNEXURE - I

62
NCB.CW/W-2
Part A1
Civil Works

Specifications
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

Civil Works – Specifications, Information’s, Annexure, List of makes


and Deviation forms
Contents

General Note ............................................................................................................................................. 2 


C.1  Glass Works ...................................................................................................................................... 2 
1.1  Applicable Standards .................................................................................................................... 2 
1.2  Quality Assurance ......................................................................................................................... 2 
1.3  Submittals...................................................................................................................................... 2 
1.4  Shop Drawings .............................................................................................................................. 2 
1.5  Delivery, Storage And Handling .................................................................................................... 2 
1.6  Warranty ........................................................................................................................................ 3 
1.7  Material.......................................................................................................................................... 3 
1.8  Scope Of Work .............................................................................................................................. 4 
1.9  Workmanship ................................................................................................................................ 4 
1.10  Preparation .................................................................................................................................... 5 
1.11  Tempered Glass ............................................................................................................................ 5 
1.12  Protection ...................................................................................................................................... 5 
1.13  Cleaning ........................................................................................................................................ 5 
1.14  Method Of Measurements............................................................................................................. 5 
1.17  Stainless Steel Work ..................................................................................................................... 6 
C.2  Roofing Works ................................................................................................................................... 8 
2.1  Panel Rib – Tata Bluescope Sheets For Ceilings And Wall Panelling......................................... 8 
2.2  Workmanship ............................................................................................................................... 9 
2.3  Trimdeck – Tata Bluescope Sheets For Roofing Works .............................................................. 9 
2.4  Workmanship ............................................................................................................................... 9 
2.5  Polycarbonate .............................................................................................................................. 9 
2.6  Method Of Measurements.......................................................................................................... 10 
C.3  Structural Decking ........................................................................................................................... 10 
C.4  List of Approved Makes................................................................................................................... 11 

C- 1 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

General Note
All material specifications shall conform to latest relevant IS codes.

C.1 Glass Works

1.1 Applicable Standards


Work under this contract shall be carried out to following Indian or International standards. If Indian
standards are not available, International standards shall be applicable.
Any conflict noticed in various standards and building regulations shall be reported to the Engineer and
his direction and approval to be obtained. However it shall be noted as general rule that the more
stringent specification shall apply. All standards shall be the latest revisions.

1.2 Quality Assurance


1) Glass of each type to be produced by same manufacturer

2) Registered professional engineer licensed to practice structural engineering, with minimum of five
years experience in design of glass and glazing shall be employed.

3) Installer shall be acceptable to manufacturer and with experience on at least five projects of
similar nature in past five years.

4) Acoustic requirement shall be measured by decibel meter.

5) Heat transfer coefficient shall be tested in accordance with BS5713/ASTM E 774 as specified.

6) Submit following certificates

Manufacturer’s letter certifying glass and glazing materials compatibility, Manufacturer’s letter
certifying that sealed insulating glass units meet or exceed specifications and Engineering
certifications

1.3 Submittals
Submit for each type of glass and glazing material specified, including glazing accessories and glazing
sealants.

1.4 Shop Drawings


The contractor shall prepare or obtain shop drawings from reputed sliding glass door system
manufacturers and submit the same for approval along with samples of fixtures and sliding mechanism if
asked for. Manuals of manufacturer’s shall be strictly followed.

1.5 Delivery, Storage And Handling


Deliver, store and handle products in accordance with following:
Deliver glass units with manufacturer’s labels intact on interior side of glass, ensure labels. Indicate glass
thickness, unit location, glass strength and orientation of units in vertical position. Protect glass edges and
corners against chipping and cracking. All the fixtures and accessories related with the glass sliding door

C- 2 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

mechanism shall be delivered and kept in sealed packets and shall be opened just before installations so
as to protect them from any kind of damage.

1.6 Warranty
Contractor shall provide warranty for the sliding glass doors against defects in glass and problems related
with the sliding mechanism, motors, belts etc.

1.7 Material
Glass
All glass shall be Indian clear float glass as manufactured by M/s Float Glass India Ltd. (FGL) joint
venture of Asahi Glass Co. Ltd. Japan or equivalent approved. Glass shall conform to IS 3548 – glass for
glazing and recommendations therein.

Toughened Glass Or Tempered Glass


Tempered glass is an extremely strong glass which is heat treated to a uniform temperature of
approximately 650deg C and rapidly cooled to induce compressive stresses of 770kg/sq m to 1462kg/sq
m on the surfaces and edge compression of the order of 680kg/sq m. Any attempt to cut, drill, grind or
sand blast after toughening may result in breakage and hence all holes etc as required shall be drilled
prior to toughening the glass. No other glass but tempered glass shall be used for sliding doors, ticket
counters and cutout coverings. The thickness of the glass shall be as per the drawings of the design
consultants or as per the calculations of the manufacturer.

Properties of Tempered Glass / Toughened Glass


1. Density (approximate): 2.42-2.52 g/cubic cm
2. Tensile Strength: 120 to 200 N/sq .mm
3. Compressive Strength: 1000 N/sq.mm
4. Modulus of Elasticity: 70Gpa-
5. Coefficient of linear expansion: 9 x 10-^6 m/Mk
6. U Value: 5.7 W/sq.m.K for 6mm thick clear
7 SF for 6 mm clear: 81 %
8 Shading coefficient of 6 mm clear: .93
9 Visible light transmission of 6 mm clear: 87 %
Thickness – 3mm to 19mm

Laminated Glass
Laminated glass is a sandwich made of one piece of plastic Poly Vinyl Butyral (PVB) between two or
more glasses. The PVB sticks with the glass, forms chemical as well as mechanical bonds. When
laminated with annealed glass, the layer maintains the geometric integrity of the pane in case of
breakage. Also it gives acoustic insulation as well as gives protection against damage caused due to UV
radiation because it cuts almost 99% of UV radiation present in the sunlight. A Laminated glass is
regarded as a safety glass by most of the standards. The glasses used for the purpose of making a
laminated glass can be either float glass or toughened glass or as directed.

C- 3 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

The Glass if otherwise specifically mentioned in the Bills of Quantities or design drawings shall be 4mm
clear glass + 1.52PVB + 4mm clear glass of AIS, Saint Gobain, Asahi, ModiGuard or equivalent.
The framing around the glass shall be as per the designs and specifications.
Properties Of Laminated Glass
1) PVB thickness --0.38mm, 0.76mm, 1.14mm, 1.52mm
2) PVB colors --Clear, white, gray, purple, blue, green, yellow, orange, red
3) Refractive Index -- 1.48
4) Visible Light Transmittance, Clear -- 89%
5) Shading Coefficient, Clear -- 0.92
6) UV Screening, up to 380 nm -- 99%
7) Tensile Strength -- 3220 psi
8) Tensile Elongation -- 205% (JIS K6771)
9) Specific Gravity -- 1.07
10) Specific Heat -- 0.47 Btu/lb°F
11) Thermal Conductivity (K value) -- 0.12 Btu/(ft2hr°F)
12) Coefficient of Thermal Expansion -- 2.6 x 10-4 in./in.°F
13) Emissivity -- 0.9
Sealants
General: Provide products of type indicated, complying with the following requirements: Select glazing
sealants that are compatible with one another and with other materials they will contact, including glass
products, seals of insulating-glass units, and glazing channel substrates, under conditions of service and
application, as demonstrated by sealant manufacturer based on testing and field experience.
Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable
for applications indicated and for conditions existing at time of installation.
Gasket
Neoprene extrusions in shape and sizes indicated, fabricated into frames with moulded corners. These
shall be of Neoprene, EPDM, Silicone, Thermoplastic polyolefin rubber or as approved.

1.8 Scope Of Work


Work under this section shall be inclusive of design, fabrication and installation of toughened glass for
sliding doors, ticket counters, signage etc as specified and as per the designs of the consultant including
supply and installation of patch fittings of approved make as mentioned in the design drawings of the
Consultant.

1.9 Workmanship
Examine conditions and proceed with work when framing systems are ready for glazing.
1) Verify that openings for glazing, Sliding door/Window/ opening/ ticket counter work etc are
correctly sized and within tolerances.

2) Verify that glazing channel surfaces or recesses are clear, free of burrs, obstructions,

C- 4 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

Irregularities and glass is free of edge damage or imperfections.

1.10 Preparation
1) Clean contact surfaces with solvent and wipe dry.

2) Seal porous glazing channels or recesses with substrate compatible primer or sealer.

3) Prime surfaces scheduled to receive sealant, if required by sealant manufacturer.

4) Verify that materials used for cleaning edges of sealed insulating units are compatible with
sealants and components and will not damage or cause deterioration of integrity of sealed
insulating unit.

* Glass shall have safety marking as approved by the Engineer at eye level.
* Installation completed shall be sound, watertight, and free from defects and to acceptable standard of
Engineer.

1.11 Tempered Glass


Do not cut, seam, nip or abrade tempered glass.
The contractor shall ensure that the glass is firmly fixed in desired positions and the framing, SS studs,
channels are also firmly fixed to the base surface. The edges shall be protected using a protective
tapping for all exposed edges of the glass during the execution of works. Holes shall be correctly made
prior to toughening the clear glass. The contractor shall ensure that the holes for accommodating SS
patch fittings, SS studs, screws, Aluminum framing members etc shall be marked precisely on the glass
and alignments are matched before making the holes in glass.
All free intersecting edges of glass to glass, glass to wood, glass to aluminum framing, glass to stone etc
shall be sealed properly using a good quality approved make structural silicone sealant. The rates of the
contractor shall be inclusive of the sealants.

1.12 Protection
A. Protect finished work.
B. After installation, mark glass pane with X by using removable plastic tape or paste.

1.13 Cleaning
The PVC tape, protective covering shall be retained till the glass work is completed and until the
Engineer gives instruction for its removal.
General:
1. Remove labels after work is completed.
2. Wash and polish both faces not more than seven days prior to Owner’s acceptance of work.
3. Comply with glass manufacturer’s recommendations for final cleaning.

1.14 Method Of Measurements


For sliding glass doors the following shall be measured as per unit of number for each opening. For other
glass work, the work shall be measured in square meters and the rates shall be inclusive of the
framework, SS studs, SS patch fittings of approved make unless otherwise mentioned.
C- 5 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

The rates shall be inclusive of making holes, edge polishing using diamond, cutting, cleaning of glass,
protection tapes, gaskets, sealants, and PVC edge tapes, frosting, acid finishing, etching etc.
All patch fittings, spider fittings to be used for structural glazing shall be of approved make in SS 304
grade and shall be fitted as per the recommendations of the manufacturer’s specifications. Contractor
shall provide detail shop drawings for structural glasswork for approvals of the engineer in charge.
ALL HARDWARE SHALL BE AS PER THE SPECIFICATIONS OF CHATTISGARH SOR AND CPWD
SPECIFICATIONS, NEW DELHI.

1.17 Stainless Steel Work


All steel work shall be 304 L grade stainless steel possessing a minimum of 18% chromium and 8%
nickel, combined with a maximum of 0.08% carbon, non magnetic except S.S. cables and shall be free
from defects impairing strength, durability or appearance and shall be of the best quality for the purpose
specified, and possessing structural properties to withstand safely stresses to which these shall be
normally subjected.
The contractor shall bear the costs of the tests.
All stainless steel members brought by the contractor shall be handled with care, stacked on edge and
supported evenly. The stainless steel and rivet bars shall conform to latest edition of IS: codes. Before
any fabrication work is commenced all surfaces shall be flattened. Method adopted for the purpose shall
be such as not to inure the material. Cutting shall be the responsibility of the contractor. The contractor
will have to submit shop drawings to the Consultant / Site Engineer. All shop drawing shall be prepared
in advance of the actual fabrication. These shall show full size sections and all joints and connections,
thickness of materials used and details of welds, bolts, rivets etc. Shop drawings shall clearly distinguish
between, shop and field rivets, bolts and welds. Drawing shall be made in conformity with the IS: code for
shop drawings and with due regard to speed and economy in fabrication and erection. A making diagram
allotting distinct identification marks to each separate piece of steel shall be prepared. The diagram shall
be sufficient to ensure convenient assembly and erection at site. All shop drawings shall show temporary
bracing and connections required fabrication and erection.

1.17.1 Bolting
All turned and fitted bolts shall be parallel throughout the barrel within the tolerance of only minus 0.13
mm and faces of heads and nuts bearing on stainless steel work shall be machined. All such bolts shall
be provided with washers of standard size so that the nut when turned shall not bear on the unthreaded
body of the bolt. Heads and nuts shall be hexagonal whit worth screws and shall be well formed. Where
the full bearing area of the rivet is to be developed, the threaded portion of the bolt shall not be within the
thickness of the parts bolted together. Threaded portion of each bolt shall project beyond the nut at least
by one thread. Tapered washers shall be provided for all heads and buts bearing on beveled surfaces.

1.17.2 Welding
Welding wherever indicated shall be argon arc welding unless otherwise specified. Welding shall be
carried out by experienced welders only, who if necessary, shall produce testimonials about their work or
if required by Engineer shall have to undergo qualifying tests as prescribed in latest edition of IS:
standards. Welding work shall be carried out as per latest edition of IS: codes for Stainless steel.
Welding shall be done in flat position wherever possible and adequate steps shall be taken to maintain
the correct arc length, rate of travel, current and polarity for the type of electrode and nature of work.
Stainless Steel shall not be painted or oiled and any areas where welding is to be performed shall be well
cleaned to remove any paint, scale or any contamination immediately before welding for a distance of at
least 2 cm (3/4") on either side.
C- 6 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

The work shall be securely held in position by means of tack welds, service bolts, clamps or jigs before
commencing the welding so as to prevent any relative movement due to distortion, wind or other causes.
When welding is liable to cause distortion, the work shall be securely held in approved frames or jigs.
Parts to be filler welded shall be brought in as close contact as practicable and in no event shall be
separated more than 4.75 mm (3/16"). If the separation is 1.6 mm (1/16"), or greater, the size of the fillet
welds shall be increased by the amount of the separation.
The separation between facing surfaces of lap joints shall not exceed 1.6 mm (!/16"). The fit of joints at
contact surfaces which are not completely sealed by welds, shall be close enough to exclude water after
painting.
Abutting parts to be butt welded shall be carefully aligned. Misalignment greater than 3 mm (1/8") shall be
corrected and in making the correction, the parts shall not be drawn a sharper slope than two degrees
(11mm in 30 cm or 7/16" in 12").
The sequence of welding shall be such that when possible the members which offer the greatest
resistance to compression are welded first.
Welded joints showing slag inclusion or lack of proper penetration shall be cut and re welded overlap of
the toe of the weld and undercutting of the parent metal should be avoided and where present to a
serious extent shall be rectified.
All slag shall be removed from each run before another run is superimposed. When cold the final run shall
be protected with clean boiled linseed oil and shall not be painted until approved by the
Architect/Consultant or his representative.
Grinding of finished weld is permitted provided the weld is not reduced below the prescribed section. All
exposed welds shall be ground smooth.

1.17.3 Uni-Direction
All grinding and polishing to be done with uni-directional finishes where polishing must be carried out in
the direction of the pattern of the rest of the satin finish surfaces. Tube to tube joining is to be done with
spigot.

1.17.4 Fabrication And Erection


In order to facilities handling, transportation and execution contractor may fabricate structural members in
suitable sections. The details of site connection and their location shall be approved by the Engineer.
Frame or lattice section intended for use as parts of composite construction which are likely deflect
considerably during handling shall be suitably stiffened by means of steel angles.
Roof and other structure shall be supported at close intervals during the welding/bolting or site
connections.
The frame of steel skeleton building shall be carried up true and plumb and temporary bracings shall be
introduced wherever necessary to take care of all loads to which structures may be subjected including
erection equipment and operation of the same, such bracing shall be kept in position as long as required
for safety or as deemed necessary by the Engineer.
As erection progresses, the work shall be securely bolted to take care of all dead load, wind load and
erection stresses. No riveting or welding shall be done until the structure has been properly aligned.
Rivets driven in field shall be heated and driven with the same care as those driven in the shop.
In the setting or erection of steel work the individual pieces shall be considered plumb or level when error
does not exceed 1 to 500. For exterior columns the error shall not exceed 1 to 1000.

C- 7 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

Slight bends in the members of fabricated structure shall not be straightened unless strictly necessary on
account of danger of overstraining connection and rivets, weld or bolts. Connection plates, if slightly bent
or twisted shall be straightened cold. If bent so sharply as to require heating the whole piece thus heated
shall be subsequently annealed. No straightening whatsoever shall be carried out without the previous
sanctions of the Engineer.

1.17.5 Polishing And Buffing


All the exposed surfaces to be satin finish polished. For polishing, black emery, brown tripoli, and spiral
sewn buffing wheels shall be used. All buffing wheels and felt cones should be mounted on 1/4" shanks,
for use with an electric drill.

1.17.6 Fixing Of S.S. Flats


Workmanship: The SS flats shall be fixed firmly in straight and erect position using mechanical tools. The
SS flats exposed surfaces shall be satin finish polished. For polishing, black emery, brown Tripoli, and
spiral sewn buffing wheels shall be used. All buffing wheels and felt cones should be mounted on 1/4"
shanks, for use with an electric drill.
Measurements
All fabricated pipes, cables, sheets, etc. shall be calculated on the basis standard net weight / length
according to I.S.I. code. Net weight of clean, brackets, packing pieces, rivets, bolts distance pieces,
separators, and gussets holding down bolts, fish plates, etc shall be added to the respective items. No
deduction shall be made for holes, bolts or rivets and waste involved in cutting or nothing ends of sections
or intermediate points for making connections. Weights for the bolts and nuts shall be measured but the
weight of the weld shall not be considered. Rates shall be inclusive of erection equipments, tools, tackles,
machinery, argon welding, buffing and satin polishing etc equipments, scaffolding and labour. Rates shall
be also inclusive of argon welding of SS members with M.S. members and finishing the surface properly
to have a even and clean look.

C.2 Roofing Works

2.1 Panel Rib – Tata Bluescope Sheets For Ceilings


And Wall Panelling
Supply and fixing of HI RIB roofing system manufactured out of 0.50mmTCT (Total Coated Thickness)
high tensile zinc aluminium alloy coated with an alloy about 55% aluminium, 43.5% zinc&1.5% silicon
bare Galvalume high tensile cold rolled steel as per AS 1397, coating class AZ 150 (min. 150
gms/m2Zinc aluminium alloy coating mass, total both side 550 Mpa yield strength) conforming to AS
1397/ASTM A792.Sheets to have wide pans and 28-30mm.Hi-Ribs at 200-250 mm Centers and a cover
width of 1010 mm and an overall width of 1050-1060mm. Sheets shall be fixed by means or self-drilling
self-tapping hot dip zinc coated climaseal polymer coated hexed fasteners of size12x14x55mm long. The
sheets shall be supplied in custom lengths and fixed as per drawings and details. The end lap of sheet be
150 mm and sealed with silicon sealant. When provided as lost formwork in the ceiling, the same will
have to have a coating of bond coat on the surface to be bonded with RCC. The bond coat to be applied
as per manufacturer’s directions and specifications. Sheet to be Panel rib of TATA blue scope or
equivalent. Only finished measurements will be paid for. The end lap of sheet to be 150mm and sealed
with Structural silicone sealant of Dow Corning or equivalent.

C- 8 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

2.2 Workmanship
The work shall be carried out as per the designs and shall correctly match the profiles as per the drawings
approved by Engineer The contractor shall not use/ discard any defective sheet. The Panel rib sheets
used shall be checked for any kinds of cracks, breaking etc prior to and after installation.
The sheets shall be fixed firmly with the RCC ceilings with the help of lugs made of reinforcement bars at
equally spaced distances as shown in the design drawings approved by Engineer. The sheet shall be
flush with the RCC surface and shall not be damaged during the working. The contractor shall ensure that
the sheet is firmly attached with the ceiling as per the details provide in the approved drawing.
The work shall be measured in square meters. The rates shall be inclusive of all kinds of scaffolding,
staging, materials, labour, aluminium clamping profiles (powder coated or anodized as per the
requirements of the consultants), rubber profiles, hardware etc. Plan area only shall be measured. In any
other case guidelines of IS 1200 shall be followed.

2.3 Trimdeck – Tata Bluescope Sheets For Roofing


Works
Supply of HI RIB roofing system manufactured out of 0.50mmTCT (Total Coated Thickness) Hi-Tensile
Bare Galvalume Steel (AZ-150gsm zinc / alum alloy coating total of both sides as per AS 1397) having
550Mpa yield strength. The weathering surface to be given a finish coat of nominal 20 micron of SMP
Paint and rear side to have neutral back coating nominal 5 micron. The sheets shall have 1010mm
covered width, 28-30mm high crests at 250-255mm centres with wide pans for effective water shedding.
The side laps are with special male / female side laps and anti-siphoning feature to prevent leakages.
The pan shall be stiffened by using 3 small ribs. The outer sheeting shall be fixed with self-drilling screws
(12-14 x 20) on to the purlins. The sheets shall be supplied in custom lengths and for a maximum up to
12 mts. Sheet to be TRIMDEC of TATA blue scope or equivalent, only finished measurements will be
paid for. (For ROOFING)

2.4 Workmanship
The work shall be carried out as per the designs and shall correctly match the profiles as per the
approved drawings of the Engineer. The contractor shall not use/ discard any defective sheet. The
TRIMDECK sheets used shall be checked for any kinds of cracks, breaking etc prior to and after
installation.
The sheets shall be fixed firmly with the truss members/ purlins with the help of correct size self drilling
epoxy coated screws as shown in the technical manuals of the manufacturer. The sheet shall be either
flush or projecting as shown in the designs and shall not be damaged during the working. The contractor
shall ensure that the sheet is firmly attached with the truss/ purlins/ cleats as per the details of the
consultant.
The work shall be measured in square meters. The rates shall be inclusive of all kinds of scaffolding,
staging, materials, labour, aluminium clamping profiles (powder coated or anodized as per the
requirements of the consultants), rubber profiles, hardware, erecting equipments like cranes, hydraulic
cranes, chain and pulley etc. Actual area of roofing done only shall be measured. In any other case
guidelines of IS 1200 shall be followed.

2.5 Polycarbonate
Multi wall Polycarbonate sheets for roofing shall be of the best quality such as Bayer Markrolon, GE-
Lexan or equivalent as approved by the Engineer It shall meet all the requirements of BS: 6262. For

C- 9 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

impact performance, it shall meet the BS: 6206 requirements and for anti bending requirements it shall
conform to BS: 5544.

2.5.1 Scope Of Work


The contractor shall supply and install polycarbonate roofing of specified thickness and strength as per
the Bills of quantities, design drawings and as per the instructions of the Engineer. All materials shall be
delivered to site with manufacturer name or trade make in specific lengths as per the manufacturer. The
contractor shall be required to produce shop drawings and get the same approved from the Engineer prior
to start of work.

2.5.2 Workmanship
The work shall be carried out as per the designs and shall correctly match the profiles as per the
approved drawings of the Engineer. The contractor shall not use/ discard any defective sheet. The multi
wall polycarbonate sheets used shall be checked for any kinds of cracks, breaking etc prior to and after
installation.
The aluminium clamping profiles shall be used to install the polycarbonate sheets. The aluminium profiles
shall be from reputed companies and IS certified. The profiles shall be approved prior to use. The
polycarbonate sheets shall be firmly inserted in the aluminium clamping profiles and fixed to position
using setting blocks and dry rubber matching profiles. Screwing shall be done in the aluminium clamps
using nuts and washers firmly to hold the assembly in position. No screwing shall be directly done in the
polycarbonate sheets. This shall strictly not be allowed.
The system once installed and erected in desired position, shall be checked for water leakages. If any
leakage found, the same shall be immediately checked and resolved and rectified on site. The contractor
shall provide a written guarantee against leakages.
The multi wall polycarbonate roofing shall be installed in a manner as to cater to a wind speed of 50m/s
and shall conform to the requirements of IS 875 - latest edition for uplift and other requirements. The
assembly of the polycarbonate sheeting shall be firmly secured in position by screwing and securing them
with the M.S. structure beneath as shown in the design drawings approved by Engineer.

2.6 Method Of Measurements


The work shall be measured in square meters. The rates shall be inclusive of all kinds of scaffolding,
staging, materials, labour, aluminium clamping profiles (powder coated or anodized as per the
requirements of the consultants), rubber profiles, hardware etc. Plan area only shall be measured. In any
other case guidelines of IS 1200 shall be followed.

C.3 Structural Decking

This work shall be executed as per the manufacturer’s specifications. Contractor shall provide detail shop
drawings along with calculation for approval from engineer in charge prior to start of work.

C- 10 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

C.4 List of Approved Makes

For the items missing in the list, the relevant IS Code and specification should be binding on the
contractor.The contractor should take approval wrt the approved vendor list prior to any
procurement from the Engineer in charge.

Sr.  No.  Item  Approved Make


1  Cement PPC/OPC  Ultratech/Lafarge/Ambuja/ACC/Birla /Century 
2  TMT  TATA/SAIL/RINL/Jindal/ Essar  
3  Fly ash  bricks Fly ash  bricks confirming to IS 12894‐1989
4  Water proofing compound  Siko/Fosroc /BASF/MC bauchemie/Dr. Fixit   
5  MS Steel (Angle/channel/I beam etc ) Jindal /SAIL/  TATA 
Aluminium standard tubular sections/ 
6  Appropriate Z sections and other  Jindal/ Hindalco   
section 
7  Glass/Mirror / wired glass  Saint Gobain / Modi /Pilkington / Asahi   
8  Plastic Emulsion Paint   Asian/Berger/Nerolac / ICI Dulux 
9  Synthetic Enamel Paint /Primer                 Asian/Berger/Nerolac / ICI Dulux  
10  Wall putty  Birla , JK 
Spider Fittings, WCP profiles ,Patch 
11 
Fittings  Dorma / Dline/ Haeffele/ Hattich/ Ozone/ Enox
12  Texture Paints (Exterior)  Heritage/ Ultratech/Asian Paints / ICI Dulux
13  Texture Paints(Interior)  Heritage/Ultratech/Asian Paints / ICI Dulux
14  GRC Screens/Louvers  Unistone
15  Composite Aluminium Panels  Alucobond/Eurobond
16  Polycarbonate Sheets  G.E. / WILSON / Bayer
FerrousCrete / Weber (Saint Gobain) / Laticrete / 
17  Adhesives, Grouts and Sealers 
Bal‐Endura
Dr.Fixit/ Pidilite/Kryton/McBouchair/Forsroch/ 
18  Water Proofing Admixtures 
BASF
19  Structural Decking  JSW‐Structural Mettallic decking 
20  PU Polish  Asian Paints, MRF, ICI Dulux 
21  Metallic paint/ Auto Paint  Asian, MRF, Duco, Dulux 
Aluminium door, window, ventilator 
22 
and partition  Confirming to IS 733, IS 1285 
23  Steel doors  Confirming to IS 1035:1968 and IS 1977:1969 
24  Toughened glass  Modi glass, Saint Gobain 
25  Aluminium chequered sheet  Jindal, Hindalco , Indal 
26  Roofing sheet: HI rib and Panel rib  Tata Bluescope or Equivalent as approved 
27  S.S pipes, tubular hollow sections  Jindal, Chowksi,, Ratnamani, Asian, Tata 
C- 11 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Civil Works – Specifications

Sr.  No.  Item  Approved Make


Interior Finishes 
28  Gypsum Ceiling  Lafarge/ Saint Gobain (Gyproc)/ India Gypsum
Armstrong / DIAKIN / Saint Gobain (Gyproc) 
29  Mineral Fibre Grid Ceilings 
 
30  Metal Ceilings  Armstrong / Hunter Douglas 
31  Acoustical Ceiling tiles  Armstrong / Anutone
32  Wooden Finish Ceilings  Armstrong / Anutone
33  MDF Boards  Panelmax (Greenlam) /  TESA(action),  
NITCO/  HINDWARE /ASIAN/ 
34  Vitrified Tiles/Ceramic Tiles 
KAJARIA/RAK/JOHNSON
35  Glass mosaic tiles  Nitco /Bissazza /Alitalia /Palladio 
Ply, Commercial board, Blackboards,  Tesa(Action)/ARCHID/Century/Bhutanboad /Archid 
36 
Particle Boards  Ply
37  Veneers and Laminates  Greenlam / Century/Merino/Euro 
38  Cement Board  Everest/Bison/Hyderabad Industries 
39  Ply wood  Green ply, Kitply, Century 
40  Laminated Veneer  Conforming to IS:14616 and TAD‐15: (2001) Part B 
41  Prelaminated Particle Board  Confirming to IS 12823 Grade I, Type II 
Six/ seven lever Latch, lock and 
42 
necessary hardwares   Godrej, yale, Dorset 
43  Engineering wooden flooring  Pergo,  Amstrong, Tarkett, Euro floor 
44  Calcium Silicate board  Hilux, Saint Gobain, Gyproc 
45  Exterior wall putty  Birla wall care, JK wall putty,  
46  Vinyl printing media  3M, GE  
47  Flex media  LG media, 3M,GE 
48  Retro reflective signage  3M  or Equivalent as approved 
Brazilian IPE Decking Wood/ battens/ 
49 
patties  Beautex, Pergo, Tarket 
Maharastra polymer, Hi‐tech polymer, Shri sai 
50  EPDM Gasket 
rubber work 
51  Precast concrete tiles  Ultra/ Eurocon/ Duracrete 
Precast interlocking concrete paver 
52 
blocks.   Ultra Spectra/ Eurocon/ Duracrete 

C- 12 
Part A2
Plumbing 

Plumbing Works
Specifications 
List of makes  
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

Plumbing Specification and List of Makes


Content

P1.  General.............................................................................................................................................. 2 
P2.  Applicable codes and standards ....................................................................................................... 2 
P3.  Quality assurance and quality control ............................................................................................... 3 
P4.  Equipment & pumps works ............................................................................................................... 7 
4.1  Effluent treatment plant ................................................................................................................. 7 
4.2  Bar screen chamber ...................................................................................................................... 7 
4.3  Waste collection / equalization tank .............................................................................................. 7 
P-5  Pumps ........................................................................................................................................... 9 
5.1  Gun metal gate valve .................................................................................................................. 12 
5.2  Gun metal non return valve ......................................................................................................... 14 
5.3  Water treatment plant .................................................................................................................. 16 
P5;-List of approved makes ........................................................................................................................ 17 

  P‐ 1 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

P1. General
The work shall be carried out in the accordance with the drawings and design as would be issued to the
Contractor by the Engineer. The work shall be executed and measured as per metric dimensions given in
the Bill of Quantities, drawings etc.
The Contractor shall protect / handle the material carefully and if any damage occurs while handling by
the Contractor then the sole responsibility shall be of the Contractor. Such damages shall be rectified/
recovered by the Contractor at no extra cost whatsoever.
The Contractor shall, within twenty one (21) days of receipt of the Notice of Award for the Project, where
applicable, complete the submission of shop drawings to the Engineer’s Representative for approval in
order to conform to the contract schedule.
Measurements - All measurements shall be taken in accordance with relevant IS codes, unless
otherwise specified.

P2. Applicable codes and standards


All equipment, supply, erection, testing and commissioning shall comply with the requirements of Indian
or International standards. If Indian standards are not available, International standards shall be
applicable.
Any conflict noticed in various standards and building regulations shall be reported to the Engineer and
his direction and approval to be obtained. However it shall be noted as general rule that the more
stringent specification shall apply. All standards shall be the latest revisions
Plumbing Works:
Vitreous Chinaware - IS: 2556 - 1974 (Part - I)
- IS: 2556 - 1981 (Part - II)
- IS: 2556 - 2556 (Part - III)
Ball Valve - IS: 1703 - 1977
Cistern Brackets - IS: 775 – 19 70
Toilet Seat Cover - IS: 2548 - 1983
Vitreous China Cistern - IS: 2326 - 1987
Sand Cast Iron Pipes and Fittings - IS: 1729 - 1979
Spun Cast Iron Pipes and Fittings - IS: 3989 - 1984
GI Pipes - IS: 1239 - 1979
Galvanizing for GI Pipes - IS: 4736 - 1986
Pipe Threads - IS: 554 - 1985
Malleable Iron Fittings - IS: 1879 - 1987
Cast Iron Sluice Valves - IS: 780 - 1984
Full Way Valves - IS: 778 - 1984

  P‐ 2 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

Brass Ferrule - IS: 2692 - 1978


Stone Ware Gully Trap - IS: 651 - 1980
RCC Pipes - IS: 458 - 1971
Cast Iron Class LA Pipes - IS: 1536 - 1989
Cast (Spun) Iron Fittings - IS: 1538 - 1976
Pig Lead - IS: 782 - 1966
Induction Motors - IS: 4691
Code for Measurements - IS: 1200
UPVC Pipes and Fittings - IS: 4984
Specification for Caulking Lead - IS: 782
Code of Practice for laying of concrete - IS: 783

P3. Quality assurance and quality control


The work shall conform to high standard of design and workmanship, shall be structurally sound and
aesthetically pleasing. Quality standards prescribed shall form the backbone for the quality assurance
and quality control system.
At the site, the Contractor shall arrange the materials and their stacking/ storage in appropriate manner to
ensure the quality. Contractor shall provide equipment and manpower to test continuously the quality of
material, assemblies etc. as directed by the Engineer’s Representative. The test shall be conducted
continuously and the result of tests maintained. In addition the Contractor shall keep appropriate tools
and equipment for checking alignments, levels, slopes and evenness of surface.
The Engineer’s Representative shall be free to carry out such tests as may be decided by him at this sole
direction, from time to time, in addition to those specified in this Document. The Contractor shall provide
the samples and labour for collecting the samples. Nothing extra shall be payable to the Contractor for
samples or for the collection of the samples.
The test shall be conducted at Standard Laboratory selected by Engineer’s Representative. Contractor
shall keep the necessary testing equipment such as hydraulic testing machine, smoke testing machine,
gauges and other necessary equipment required.
The Engineer’s Representative shall transport the samples to the laboratory.
Testing charges shall be borne by the Engineer’s Representative.
Testing may be witnessed by the Contractor or his Authorized Representative. Whether witnessed by the
Contractor or not, the test results shall be binding on the Contractor.
MATERIAL AND EQUIPMENT:
All material and equipment shall conform to the relevant standards and shall be of the approved make
and design. Work under this contract shall be carried out to following Indian or International standards. If
Indian standards are not available, International standards shall be applicable.
The Contractor shall be responsible for the safe custody of all the materials and shall insure them against
theft, damage by fire, earthquake etc. A list of items of materials and equipment, together with sample of

  P‐ 3 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

each shall be submitted to the ENGINEER within 10 days of the award of the contract. Any item which is
proposed as a substitute, shall be accompanied by all technical detail giving sizes, particulars of materials
and the manufacturer’s name and shall be submitted along with the tender or bid offer. At the time of the
submission of proposed substitute the Contractor shall state the credit, if any due to the Engineer. In the
event the substitution is approved, all changes and substitutions shall be requested in writing and
approvals obtained in writing from ENGINEER. ENGINEER’s decision in the matter shall be final.
All materials of the same kind of service shall be identical and made by the same manufacturers. Any
deviation to this rule shall be approved by the Engineer’s. Top priority shall be given to the products that
have a permanent agent providing spare parts and maintenance facilities in the same city where the
project is situated.
MANUFACTURERS:
Where manufacturers have furnished specific instructions relating to the materials used in this job,
covering points not specifically mentioned in these documents, these instructions shall be followed in all
cases. Where manufacturer’s names and/or catalogue numbers are given, this is an indication of the
quality, standards and performance required.
When interfacing occurs, equipment shall be mutually compatible in all respects.
INSPECTION AND TESTING:
ENGINEER’S representative reserves the right to request inspection and testing at manufacturer’s works
at all reasonable times during manufacture of items for this contract. Tests on site of completed works
shall demonstrate, among other things:
• That the equipment installed complies with specification in all particulars and is of the correct rating
for the duty and site conditions.
• That all items operate efficiently and quietly to meet the specified requirements.
• That all the features performed at its best and loading, unloading of the system.
• That all the accessories used in low side work are of specified make only. And any deviation in the
same needs written approval from our technical Engineer’s.
The contractor shall provide all necessary instruments and labor for testing, shall make adequate records
of test procedures and readings, shall repeat any tests requested by the Engineer and shall provide test
certificates signed by a properly authorized person. Such test certificates shall cover all works.
If tests fail to demonstrate the satisfactory nature of the installation or any part thereof then no claims for
the extra cost of modifications, replacements or re testing will be considered. Engineer’s decision as to
what constitutes a satisfactory test shall be final.
The above general requirements as to testing shall be read in conjunction with any particular
requirements specified elsewhere.
PRICE DETAILS:
At anytime and at the request of Engineer, the contract shall provide details or breakdown of costs and
prices of any part or parts of the works.
TEST CERTIFICATES:
The contractor shall submit test certificates for all the High side PLUMBING system installed. These shall
be issued by an Engineer in charge certifying that all equipment, materials, construction and functions are

  P‐ 4 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

in agreement with the requirements of these specifications, ISI and when ISI is not applicable other
approved certifying agencies.
INSTRUCTION MANUAL:
The contractor shall prepare and produce instruction, operation and maintenance manuals in English for
the use, operation and maintenance of the supplied equipment and installations, and submit 3 sets to
Engineer, at the time of handing over.
SAMPLES AND CATALOGUES:
Before ordering the material necessary for these installations, the contractor shall submit to Engineer for
approval, a sample of every kind of material such as valve, pipe, etc., along with the catalogues.
For big items such as pumps, hydro pneumatic systems, panels, WTP, hot water generator, the
submission of catalogues shall be enough. Prior to ordering any plumbing & drainage
equipment/material/system, the contractor shall submit to Engineer, the catalogues, along with the
samples, at least from three different manufacturers. After the selection of manufacturer by Engineer, the
contractor shall arrange inspection and testing at the manufacturer’s factory or assembly shop for final
approval. No material shall be procured prior to the approval of the Engineer.
VENDOR AND SHOP DRAWINGS:
The contractor shall prepare and submit to Engineer, for his approval, Six sets of vendor detailed
drawings of PLUMBING Plant Room Equipments, Water Piping & drainage Route Proposed, and
equipment to be fabricated by the contractor, or other vendor within 10 days of signing of the contract.
Before starting the work, the contractor shall submit to Engineer for his approval in the prescribed
manner, the shop/execution drawings for the entire installation, specially the main connections and
junctions, the route of water & drainage piping, and any other information required by Engineer. Engineer
reserves the right to alter or modify these drawings if they are found to be insufficient or not complying
with the established technical standards or if they do not offer the most satisfactory performance or
accessibility for maintenance.
AS BUILT DRAWINGS:
At the completion of work and before issuance of certificate of virtual completion the contractor shall
submit to Engineer, three sets of layout drawing drawn at appropriate scale indicating the complete wiring
system “as installed”. These drawings must provide (in plan, folded elevation and section)
• Location and specification details of all Plumbing Pumps, WTP, hydro pneumatic system
• Location of all water piping routes and Valve Locations.
• Route and particulars of soil + waste piping & other components.
• Route and particulars of storm water piping & other components.
• All Kitchen and Toilet drainage system
• Basement & Plant room drainage System
• GA Drawing of all major PLUMBING Equipment
GUARANTEE:
At the close of the work and before issuance of final certificate of virtual completion by Engineer, the
contractor shall furnish written guarantee indemnifying Engineer against defective materials and

  P‐ 5 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

workmanship for a period of one year after completion. The contractor shall hold himself fully responsible
for reinstallation or replacement, free of cost to Engineer, the following:
- Any defective work or material supplied by the contractor.
- Any material or equipment supplied by Engineer which is damaged or destroyed as a result of
defective workmanship by the contractor.
- Any material or equipment damaged or destroyed as a result of defective workmanship by the
contractor
SAFETY OF MATERIALS:
The contractor shall provide proper and adequate, storage facilities to protect all the materials and
equipment including those issued by Engineer against damage from any cause whatsoever.
COMPLETION CERTIFICATE:
On completion of the PLUMBING SITC (or an extension to an installation) a certificate shall be furnished
by the contractor countersigned by the licensed supervisor, under whose direct supervision the
installation was carried out. This certificate shall be in the prescribed form as required by the local supply
authority. The contractor shall be responsible for getting the Plumbing & Drainage installation inspected
and approved by the local concerned authorities.
DEFECTS LIABILITY:
Defects liability period shall mean 24 calendar months after Engineer have issued certificate of
completion of the whole work. The certificate of completion shall be issued after the necessary tests have
been carried out to the satisfaction of Engineer and the required drawings are submitted.
The contractor shall make good at his own cost and to the satisfaction of Engineer, all defects or other
faults arising in the opinion of Engineer out of bad workmanship or faulty materials not in accordance with
the drawings, Indian Standard, NBC & local rules & regulations under which it may appear within twelve
months after completion of the work.
SITE ENGINEER AND TRAINING:
The contractor shall employ a competent fully licensed qualified, full time Civil engineer to direct the work
of PLUMBING & DRAINAGE installation in accordance with the drawings and specifications. The
engineer shall be available all times at site to receive instructions from Engineer, in the day to day
activities throughout the duration of contract. The engineer shall correlate the progress of the work in
conjunction with all the relevant requirements of the supply authority. The engineer coordinates with other
services contractor and PMC for any coordination site issues.
Contractor shall give training to technical staff of client for Operating, Control and Basic maintenance for
easy operation.
RESTATING & FINISHING OF CIVIL DAMAGES:
For erection of equipment / Piping etc., if any civil structure is required to be broken, the same shall be
done, restated and finished as original by the tenderer without any extra cost.

  P‐ 6 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

P4. Equipment & pumps works


4.1 Effluent treatment plant
The Effluent treatment plant will be designed to treat a sewage quantity of 50 cum / day. The scope shall
include all electro-mechanical equipments, interconnection piping, valves, gauges, pumps, filters, cabling,
earthling, necessary protection, inlet, and outlet & bypass connections. The scope shall also include all
necessary excavation / civil work, supports, etc. required for lying of pipe / cables, etc. RCC tanks will be
provided by Client as per the design provided by ETP vendor. The treatment plant will consist of the
following units:

4.2 Bar screen chamber


Screens in the form of perforated stainless steel plates / PP-FRP/PVC-FRP with 20 mm dia openings
shall be installed at inlet end of receiving sump to retain extraneous materials such as plastic bags, waste
paper etc. from entering the Receiving sump.

4.3 Waste collection / equalization tank


Usually, waste generation is more during morning hours & evening hours & no waste or very less waste is
generated during night hours. Any biological system needs constant feed for bacteria to work efficiently.
Hence, collection cum equalization tank is proposed to collect excess flow during peak hours & feed
sewage in lean hours.
The tank will collect waste generated from the proposed building and pump the same at a uniform rate to
the subsequent treatment units. The provision of air grid is to be made for thoroughly mixing of sewage to
make it homogeneous quality & to keep the suspended matter in suspension to avoid septic condition.
The air will be supplied by twin lobe air blowers.
Two numbers of horizontal centrifugal non-clog pump & motor sets of adequate capacity (to take care
average as well as peak flow) shall be provided to transfer the homogeneous sewage from the receiving
sump to the subsequent biological treatment unit . The pump shall be capable of handling a maximum
particle size of 12 mm. These pumps are provided to transfer the sewage from receiving sump to the
aeration tank.

4.3.1 Fluidized Aerobic Media Reactor (FMR) Tank


Fluidized Media Reactor (FMR) shall consist of floating media which will provide more surface area for
bacteria to grow on. The FMR media shall allow bio mass concentration of 20-40 kg/mtr3 material. The
FMR tank will consist of biological system for removal of organic matter (BOD, COD), lamella for
clarification & chlorine contact tank for pre chlorination all in single tank.
The effluent will enter into FMR tank from top. Incoming sewage BOD load will be 250-300 mg/l. The
effluent will be aerated with fine bubble air diffusers, 90mm dia. with silicon coated membranes diffuser
with air diffusion capacity of 10.0cum /hr/ meter of diffuser. These diffusers will be provided to mix the
contents of aeration tank as well as to diffuse air in it. The dissolved organic matter will be subjected to
biological degradation by bacterial action in presence of oxygen & nutrients. This will convert dissolved
organic matter into stable settable matter.
The bacterial concentration (MLSS) of 3000mg/l and dissolved oxygen of 2.0mg/l will be maintained in the
aeration tank

  P‐ 7 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

After oxidation, the bacteria will grow & need to be separated out from aeration tank liquor. For the same
lamella plates are to be provided which will help in clarification & separation of bacteria (sludge) & clear
overflow will flow into chlorine tank. In chlorine contact tank, sodium hypo chlorite is added for pre
disinfection of the clarified sewage.

4.3.2 Air Blowers For Equalization & Aeration


Suitable rating Rotary twin lobe, air cooled air blowers (1working + 1stand by) shall be provided for
equalization & diffused aeration process. The blower shall be complete with all accessories such as
safety valves, suction filters, vee belts, vee belt guard, driving and driven pulley, base frame, discharge
silencer, anti vibration pad, foundation bolts and set of tools coupled to TEFC motor of suitable capacity.
The motor shall have IP55 enclosure and class B insulation. The BLOWER shall be provided with
acoustic enclosure to keep noise level within 70 db.
The compressed air grid consisting of one lot to be installed in each equalization tank & aeration tank.
The air grid inside the tank shall be made from PVC Pipes. The laterals shall be kept 300mm clear of the
walls at ends and 300mm at sides. The MOC of air supply line form blower to top of aeration tank will be
MS class B pipe.

• Treated Waste Collection / Secondary Settling Tank


The biological sludge developed in the aeration tank shall be settled in a treated water tank / secondary
settling tank. The sludge accumulating in the central sludge pit is transferred to the Sludge Holding Tank
by means of sludge pumps. The bottom slope for the setting tank shall be 1:12.

• Dual media filter


The treated effluent from the treated sewage collection / secondary settling tank shall be pumped to dual
media filter for removal of solid particles.

• Carbon filter
The outflow of Dual Media Filter will further be treated through Activated carbon filter to remove odour &
taste.

• Softener
Further, the hardness will be removed by softener.The output from softener is further chlorinated by
online chlorination & finally collected in Final Treated Sewage Collection Tank.

• Waste holding tank


Adequate size sludge holding tank shall be proposed. Two nos. of horizontal non-clog centrifugal pumps
set shall be installed adjacent to settling tank to pump the sludge to Sludge holding tank & to recirculate
the sludge to aeration tank to maintain the MLSS ratio. The pump will be coupled to a motor of suitable
capacity. The motor shall be with IP55 winding and class B insulation. The pumps shall be mounted
horizontally. The delivery shall be provided with valves to regulate the flow in the aeration tank.

• Filter press
The sludge from the sludge holding tank shall be dewatered in the filter press. Available sludge cake shall
be disposed manually & can be used as manure.

  P‐ 8 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

• Final treated waste collection tank


The treated sewage after post chlorination will be stored into final treated sewage collection tank. The
final treated water can be further pumped for recycling for domestic use like gardening, flushing, car
washing, etc.
High flow UV sterilizers are to be installed for disinfection before Treated waste water will be entered into
collection (Flushing) tank.
The final treated sewage water will have following characteristics :

• Outlet parameters
PH 6. 5 - 8. 5
COD less than 100 mg/l
BOD less than 10 mg/ l
TSS less than 10 mg/l
Oil & Grease less than 5 mg/l

P-5 Pumps
5.a Scope
This specification covers the supply, installation, testing & commissioning of Centrifugal type
(boneblack/moonset/End suction) pumps. The scope also includes delivery piping up to Discharge
Header with necessary pipe, fittings, etc. Each pump shall have isolation gun metal gate valve & NRV at
delivery side. The pipe shall be GI class B.

5.b Codes and standards


The design and manufacture of the pump shall comply with all currently applicable statutes, regulations
and safety codes in the locality where the equipment will be installed.

5.c Design features


The pump shall be capable of developing required total head at rated capacity. Impeller shall be enclosed
type and shall be dynamically balanced. The pump shall have non overloading characteristics. The pump
shall have positive suction.

5.d Constructional features:


The casing shall be of rigid construction and shall have central delivery pipe. The casing shall be of Cast
Iron. The pump shall have very small length suction and delivery pipe connections which will result in
minimum friction loss in case of moonset pumps. Impeller shall be of one piece and shall be of SS CF 8
M.
The shaft shall be of S.S. and its surface shall be properly finished. Shaft sleeves shall be provided to
protect shaft from any damage. Bearing shall be ball or roller type. Technical seal shall be provided to
avoid any leakage.

  P‐ 9 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

5.e Inspection and testing


The pump shall be offered for visual inspection before dispatch. Material test certificates for the various
pump components shall be furnished for purchaser’s approval. Hydrostatic test shall be carried out at 1.5
times the maximum discharge pressure. All the tests shall be witnessed by purchaser.

5.f Drawing
Following drawings shall be furnished by the vendor:
‚ Overall dimensional drawing.
‚ Cross-sectional drawings with Bill of Material and Material of Construction

5.g Technical specifications for centrifugal pumps


SR. NO. PARTICULAR SPECIFICATIONS
1.0 Type Centrifugal Monoblock / Monoset / End suction
2.0 Number of Units As per BOQ
3.0 Design capacity of each pump As per BOQ
4.0 Total head at design capacity As per BOQ
5.0 Total duration of operation As per BOQ
6.0 Speed 2900 RPM
7.0 Location Raw water Pumps : Centrifugal monoblock/End
suction
HVAC make up water Pumps in the U.G. Tank
HVAC make up compartment : Centrifugal
moonset

8.0 FEATURE OF CONSTRUCTION


8.1 Impeller Enclosed
8.2 Shaft Coupled
8.3 Drive Transmission Direct
8.4 Seal Mechanical

8.5 Mounting Base plate


8.6 No. of stage Single
8.7 Nozzle orientation

A. Suction Side suction

B. Discharge Top discharge

8.8 Starter DOL for up to 5 KW & Star / Delta for more than
5 KW rating
8.9 Flange drilling As per BS 10, Table F, raised face with off

  P‐ 10 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

SR. NO. PARTICULAR SPECIFICATIONS


center bolt holes

9.0 LIQUID DATA


9.1 Liquid handled Water
9.2 Specific gravity 1.0
9.3 Temperature Ambient temp.

10.0 MATERIAL OF CONSTRUCTION


10.1 Base plate M.S. IS 226
10.2 Pump Casing Cast Iron
10.3 Impeller SS CF8 M
10.4 Shaft S.S AISI 410
10.5 Wearing Ring S.S AISI 410
10.6 Painting Epoxy
10.7 Hardware in contact with water Hot dipped galvanized
10.8 Companion flanges M.S., BS 10, Table F
10.9 Make KSB / KIRLOSKER/GROUNDFOS

11.0 ACCESSORIES & SERVICES


REQUIRED
11.1 Base Plate YES

11.2 Foundation bolts YES


11.3 Companion flanges YES
11.4 Spare parts required YES
11.5 Maintenance tools required YES
12.0 MOTOR :
12.1 Power Supply 230 / 415 Volts, 3 phase, 50 Hz. AC
12.2 Class of Insulation Class B
12.3 Degree of Protection IP 55
13.0 Delivery piping GI, Class `B’

14.0 Delivery valves & header valves Gun Metal flanged valves
Make : AUDCO / ZOLOTO / KSB / IVC
For monoset pump :

  P‐ 11 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

SR. NO. PARTICULAR SPECIFICATIONS


Flanged Ball / Butterfly valve on delivery side of
each pump & Flanged Non Return Valve on
delivery side of each pump & on header
For monoblock / end suction pump :
Flanged Ball / Butterfly valve on suction &
delivery side of each pump & Flanged Non
Return Valve on delivery side of each pump &
on header
15.0 Starter Panel Required with pump interlocking with respect to
tank levels.
Also required Finolex / Polycab make cables up
to starter panel.
16.0 Level Indicator Required for 0-5mtr. Range and shall be panel
mounted and interlocking with pump and over
head tank.
17.0 Pressure Gauge Required at delivery of each pump & on header.
0 –7 kg/sq.cm

5.1 Gun metal gate valve


5.1.1 Scope
This specification covers supply, installation, testing & commissioning of Gun Metal gate valve with
gaskets, hardware, etc. at site.

5.5.2 Codes and standards


The design and manufacture of the valves shall comply with all currently applicable statutes, regulations
and safety codes in the locality where the equipment will be installed. Nothing in this specification shall
relieve the vendor of this responsibility. Valves shall be confirming to IS 778 PN 1.0 (Class 1).

5.1.3 Design requirements for gate valves


Valves shall be provided with back seating arrangement. Body seat shall be Integral type. Collared drain
plugs of gunmetal shall be provided for all valves. Stuffing box gland shall be of integral bolted type.
Valves shall be with non-rising spindle type. Valves shall be flanged and drilling shall conform to the
standard as specified in data sheet. Face to face dimension shall be as per IS 778 PN 1.0.All face and
seat rings shall be force fitted and additionally shall be riveted to the recesses in the C.I. casting.

5.1.4 Cleaning
Prior to factory inspection, all manufacturing waste such as metal chips, debris and all other foreign
material shall be removed from the interior of the valve. All mill scale, rust, oil, grease, chalk and all other
material shall be removed from the interior and exterior surfaces.

5.1.5 Painting

  P‐ 12 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

Valves shall first be given two coats of zinc base primer after completely cleaning the surface and then it
shall be coated with three coats of coal tar epoxy paint. The resulting coating shall be uniform and smooth
and adhere perfectly to the surface.
Valve used in pipes carrying water, the inside coating shall not contain any constitute soluble in water or
any ingredient which could import any taste or odour to the water

5.1.6 Direction of flow


Direction of flow shall coincide with the flow direction indicated by “arrow” cast on the valve body.

5.1.7 Tests and inspection


Valves shall be offered for visual inspection and dimensional check. Valves shall be tested as per IS 778
PN 1.0 with latest amendments. The hydrostatic testing shall be witnessed by the purchaser. Valve shall
be dispatched only after visual inspection and clearing instruction for dispatch.

5.1.8 Tender drawings


The following drawings shall be submitted by Bidder along with the quotation.
‚ Preliminary outline dimensional drawings
‚ Typical cross section drawings

5.1.9 Document: technical data sheet for gun metal gate


valve
SR. NO. PARTICULARS PUMP HOUSE
1.0 Type of Valves Flanged, Non rising spindle type
2.0 Size range and quantity As per BOQ
3.0 Fluid Water
4.0 Pressure Rating Class 1
5.0 Stem Non Rising
6.0 Ends Flat faced Flanged as per IS 778 Class 1
7.0 Bonnet Screwed on
8.0 Disc. Solid wedge
9.0 Operation Hand wheel Operation
10.0 Seat Integral
11.0 Other requirements Valves shall close in clockwise rotation of the hand wheel.
12.0 Body / bonnet Leaded Tin Bronze conforming to IS 318, LTB2
13.0 Disc Leaded Tin Bronze conforming to IS 318, LTB2
14.0 Stem High Tensile Brass
15.0 Body seat Bronze IS 318 Gr LTB2
16.0 Disc seat Bronze IS 318 Gr LTB2

  P‐ 13 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

SR. NO. PARTICULARS PUMP HOUSE


17.0 Stem nut Bronze IS 318 GR LTB2
18.0 Back Seat Bush Bronze IS 318 GR LTB2
19.0 Stuffing box Bronze IS 318 Gr LTB2
20.0 Gland Bronze IS 318 Gr LTB2
21.0 Packing Graphited Asbestos
22.0 Bolts, studs & nuts Carbon Steel IS :1367 Class 4.6 / 4
23.0 Testing :
Shell test 15 Kg / Cm²
Seat test 10 Kg / Cm²

5.2 Gun metal non return valve


5.2.1 Scope
This specification covers the supply, installation, testing & commissioning of Gun Metal Non Return Valve
with gasket hardware, etc. at site.

5.2.2 Codes and standards


The design and manufacture of the valves shall comply with all currently applicable statutes, regulations
and safety codes in the locality where the equipment will be installed. Nothing in this specification shall
relieve the vendor of this responsibility. The valve shall be conforming to IS 778 PN 1.0 (Class 1).

5.2.3 Sign requirements for non return valves


The non return valves shall be provided with metal seating. The valve shall be mounted horizontally. The
valves shall be designed for minimum head loss. Hydraulic passage shall be designed to avoid
cavitations. The valves shall have non slam characteristic.

5.2.4 Cleaning
Prior to factory inspection, all manufacturing waste such as metal chips debris and all other foreign
material shall be removed from interior of valve. All mill scale, rust, oil, grease, chalk and all other
deleterious material shall be removed from the interior and exterior surfaces.

5.2.5 Painting
Valves shall first be given two coats of zinc base primer after completely cleaning the surface and then it
shall be coated with three coats of coal tar epoxy paint. The resulting coating shall be uniform and smooth
and shall adhere perfectly to the surface.Valves used in pipes carrying water, the inside coating shall not
contain any constituent soluble in water or any ingredient which could import any taste or odour to the
water.

5.2.6 Tests and inspection

  P‐ 14 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

Valves shall be tested as per the relevant Standards with latest revisions. Valves shall be offered for
visual inspection and dimensional checks. The hydrostatic and water tightness testing shall be witnessed
by the purchaser.
Valve shall be offered for inspection and following tests. (Before painting) at Vendor’s shop.
‚ Visual inspection with dimensional checks
‚ Hydrostatic test

5.2.7 Tender drawings


The following drawings shall be submitted by tenderer along with their offer.
‚ Preliminary outlines dimensional drawings
‚ Typical cross section drawings
‚ Flow v/s head loss curve for Non-return valves

5.2.8 Document: technical data sheet for gun metal non


return valve
SR. NO. PARTICULARS PUMP HOUSE
1.0 Type of Valves Flanged, Single door Swing type
2.0 Size range and quantity As per BOQ
3.0 Fluid Domestic Water
4.0 Pressure Rating Class 1
5.0 Ends Flat faced Flanged as per IS 778 Class 1
6.0 Bonnet Screwed On
7.0 Disc. Single door swing type
8.0 Seat Integral
9.0 Body / bonnet Leaded Tin Bronze conforming to IS 318, LTB2
10.0 Disc Leaded Tin Bronze conforming to IS 318, LTB2
11.0 Hinge pin High Tensile Brass
12.0 Body seat Bronze IS 318 Gr LTB2
13.0 Disc seat Bronze IS 318 Gr LTB2
14.0 Back Seat Bush Bronze IS 318 GR LTB2
15.0 Stuffing box Bronze IS 318 Gr LTB2
16.0 Gland Bronze IS 318 Gr LTB2
17.0 Packing Graphited Asbestos
18.0 Bolts, studs & nuts Carbon Steel IS :1367 Class 4.6 / 4
19.0 Testing :

  P‐ 15 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

SR. NO. PARTICULARS PUMP HOUSE


19.1 Shell test 15 Kg / Cm²

19.2 Seat test 10 Kg / Cm²

5.3 Water treatment plant


5.3.1 Scope
This specification covers the Supply, Installation, Testing & Commissioning of Water Treatment Plant
which will have Domestic treatment which may include Filtration, chlorination, etc. & Softening plant for
HVAC make up with all interconnections, piping to inlet, outlet, overflow, back wash & drain, fittings,
valves, and instrumentation required to install the plant completely.

5.3.2 Design basis


Water Treatment Plant is designed to produce soft water @ flow rate as specified in BOQ.

5.3.3 Source of water


The source of raw water is from municipality or through bore wells using bore pump system for extraction.

5.3.4 Raw water analysis


Sr. No. Test Result
1.0 Total Hardness (Assume) 600 ppm

5.3.5 End water quality


Treated Water from the softening plant would be as below:
Sr. No. Test Result
For Domestic Total Hardness < 100 ppm
Total dissolved Solids < 500 ppm
For HVAC Total Hardness < 10 ppm
The END WATER quality could be achieved should the mentioned technical specifications are adhered to
during the procurement and installation of the system.
Technical data sheet
ITEM DESCRIPTION DESIGN SPECIFICATION

1. Quantity As per BOQ.


2. MOC of Vessel As per manufacturer design
3. Interconnecting Piping & Valves
4. Frontal Piping & Fittings M.S.
5. Manual Valves Multi Port Valve
Filtration

  P‐ 16 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

ITEM DESCRIPTION DESIGN SPECIFICATION

6. Flow Rate As per BOQ


7. Type of Unit To be provided by Vendor
8. Design pressure 2-3 Kg/cm2
9. Detail of Backwash To be provided by Vendor
10. Filter media Detail To be provided by Vendor
11. Size of inlet & outlet nozzle To be provided by Vendor
12. Vessel Detail To be provided by Vendor
13. Any other treatment required according To be provided by Vendor
to source water analysis
Softener
1 Flow rate As per BOQ
2 Design pressure 2-3 Kg/cm2
3 Size of inlet & outlet nozzle To be provided by Vendor
4 Vessel Detail To be provided by Vendor
5 Resin
Quantity To be furnished by vendor
b. Make Ion Exchange or equivalent
c. Operation Mode Manual

P5;-List of approved makes


For the items missing in the list, the relevant IS Code and specification should be binding on the
contractor. The contractor should take approval with reference to the approved vendor list prior to
any procurement from the Engineer in charge.

Sr. No. Item Approved Make


SWR PVC PIPE & FITTINGS 6 KG
FINOLEX / SUPREME/PRINCE
1 CM²; FITTINGS : 6 KG CM²
SUPREME/ ASTRAL
ECO. DRAIN PIPE & FITTINGS
2 GULLY TRAP GIRCO / TIRUMALA / SONIA/ SUPREME/ ASTRAL
STONE WARE PIPES FOR
3 INTERNAL UNDER GROUND GIRCO / TIRUMALA / SONIA
DRAIN PIPE
4 RCC HUME PIPES EXTERNAL INDIAN HUME PIPE / PRANALI

  P‐ 17 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

Sr. No. Item Approved Make


MAIN UNDER GROUND PIPE

5 C.I. PIPE & FITTINGS NICO OR EQ.


6 PPR PIPES & PPR FITTINGS SUREME/PRINCE/
M.S/G.I. PIPES FOR WATER
7 TATA / JINDAL/ SWASTIK
SUPPLY
ASTM/CPVC PIPE & FITTINGS
8 ASTRAL / SUPREME/ASHIRWAD /
FOR WATER SUPPLY
COMPOSITE PLUMBING PIPE &
9 KITEC OR EQ.
COMPOSITE FITTINGS
G.I. PIPES FITTINGS WATER
10 DRP-M / R-BRAND / ZOLOTO
SUPPLY
11 GI TO GI JOINTS CHAMPION / EQUIVALENT
12 SOLVENT CEMENT SUPREME / KISSAN / FINOLEX
13 BALL VALVES LEADER / ZOLOTO / AUDCO
14 WHEEL VALVES LEADER / ZOLOTO/AUDCO
15 DCV / NRV ZOLOTO/SPIREX/AUDCO
16 TAR SHALIBIND / TIKIBOND-BS
17 SELF PRIMING SEWAGE PUMPS HBD / GRUNDFOS
18 VALVES AUDCO/ZOLOTO / R.B. / KBL / KSB
19 PUMPS GRUNDFOSS/ KIRLOSKER /
20 STARTER SIEMENS / L&T
21 PRESSURE GAUGE BELLS / H GURU
BOTTLE TRAP & WASTE
22 JAQUAR / KHOLAR/ESSESS/HANSGROHE
COUPLING
23 DEWATERING PUMPS GROUNDFOSS/KIRLOSKER/ KSB
24 HYDROPNEUMATIC SYSTEM GRUNDFOSS / ITT LOWARA
25 SANITARY FIXTURES HINDWARE / PARRYWARE / CERA /KHOLAR
INDEF / ELECTROMECH / SAFEX / WH-BRADY /
26 EOT CRANE WITH HOIST
EQUIVALENT
27 METALLIC BELLOWS BELLOW FLEX / PRICISION / DHRUV / B.D. ENGR.
28 R.O.PLANT ION EXCHANGE /POWER H20 / THERMAX
29 SOFTENER PLANT ION EXCHANGE /POWER H20 / THERMAX
30 SOLAR SYSTEM SOAHEART/RECOLD/TATA-BP

  P‐ 18 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Plumbing works – Specification and List of Makes

Sr. No. Item Approved Make

31 ELECTRIC GEYSER A-O SMITH/ RECOLD/SPHERHOT

32 HOT WATER GENERATOR THERMAX/A.O.SMITH / KEPL OR EQUIVALNET


33 SEWAGE TREATMENT PLANT THERMAX / ION EXCAHNGE / EQUIVALNET

  P‐ 19 
Part A3 
Landscape Works

Specifications 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

Landscape Works – Specifications


Contents

L1.  Conditions for Landscape Development Work.................................................................................. 2 


L2.  Landscape Contractor’s Scope of Work ........................................................................................... 3 
L3.  Specification for Landscape Development Work .............................................................................. 3 
L4.  Landscape Development Specifications ........................................................................................... 3 
4.01  Excavation / Site Grading............................................................................................................. 3 
4.02  Development of trees/shrubs/creepers ........................................................................................ 4 
4.03  Development of Lawn .................................................................................................................. 4 
4.04   Planting of low shrubs/ small shrubs/ Plant pockets/ bulbous plant/ seasonal flowers beds/
ground covers, etc. .................................................................................................................................... 6 
L5.  Maintenance ...................................................................................................................................... 6 
5.1  Maintenance of trees/shrubs/creepers .......................................................................................... 7 
5.2  Maintenance of Lawns .................................................................................................................. 7 
L6.  Specifications for Miscellaneous works as and when required......................................................... 7 
6.01  Transportation of materials .......................................................................................................... 8 
6.02  Rendering of services for miscellaneous jobs.............................................................................. 8 
6.02  Removal of vegetation/grass cutting ............................................................................................ 8 
6.03  Soil spreading and grading .......................................................................................................... 8 
6.04  Grading within site ........................................................................................................................ 8 
L7.  Specifications for Supply of Materials ............................................................................................... 9 
7.1  Supplying of labourer .................................................................................................................... 9 
7.2  Supply of good quality soil. ........................................................................................................... 9 
7.3  Supply of Farm yard Manure......................................................................................................... 9 
7.4  Supply of de-oiled cake. ................................................................................................................ 9 
7.5  Supply of plant material................................................................................................................. 9 
7.6  Payment terms will be as under .................................................................................................... 9 

L- 1 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

L1. Conditions for Landscape Development Work


1.1. The Landscape Contractor shall make himself conversant with the locations and types of jobs to be
carried out so that the Landscape Contractor understand clearly the scope of work and assess the
manpower requirement Landscape Contractor may visit the site for this purpose.
1.2. If the job is not carried out to the satisfaction of the Engineer, whose decision shall be final and
binding on the Landscape Contractor, the same job will be got done by employing any other
Landscape Contractor by Departmental Labour and the charges for the same plus 30% overhead
charge shall be recovered from the Landscape Contractor.
1.3. The rates quoted shall be inclusive of all taxes, levies and other payments mad…e by the
Landscape Contractor in execution of the contract, except those specifically agreed upon by the
Engineer. Landscape Contractor must have valid Contractor Registration Certificate required as per
the rules of the Government and Workers Compensation Insurance Policy before they start the
work. It shall be the duty of the Landscape Contractor to fulfill all the requirements/ and obligations,
payment of fees, registration charges under the various labour laws and Contract Labour Acts. The
Landscape Contractor agrees to indemnify the Engineer form all worker responsibilities.
1.4. The Landscape Contractor should quote in specified schedule of rates without any charges.
1.5. Development period shall be six calendar months from the date of planting of all the lawns/plants in
a specified zone or till the time the planting is established, whichever is later. This will include timely
watering, manuring, weeding, spraying of insecticides, weedicides, pesticides, fungicides. If the
plant/shrub/bulb/flower seedlings dies/ is destroyed, the same must be replaced, immediately free
of all charges, with plant/bulb etc., of same species and size. Lawn dressing, soil working, plant
replacement, application of manure, watering, etc., are routine operations and in event that periodic
development; Landscape Architect can recommend extension of maintenance period and/or
withholding of maintenance payment.
1.6. The contract shall become effective from the date of actual starting on work and shall be renewed if
so required (development period and maintenance period shall be as per each item)
1.7. Time is the essence of this contract. The Landscape Contractor must work out a programme of
work, plan the works accordingly so as to complete the works as per the time schedule.
1.8. In order to co-ordinate the work properly the Landscape Contractor must submit a programme of
works for development, maintenance of the areas etc., before starting the work at the site which will
specify dates on which material is required to be supplied, detailed commitment for stage wise
development of work and final dates for virtual completion of works. In the event Landscape
Contractor is unable to meet with the schedule without valid reasons (which must have been
presented in written at appropriate time) the Engineer reserves to itself the right to assign the party
completed works to other landscape contractor and/or to do it departmentally at the cost of the
Landscape contractor who has defaulted on completion of work on the agreed dates. Quality of
completed work shall under no circumstances be sacrificed for the speed of completion of work.
1.9. All works shall be done according to the drawing and instructions of the Engineer. Figures/
dimensions on drawings shall supersede measurement in scale and drawings to larger scales take
precedence over those to a smaller scale.
1.10. No trees shall be cut without permission.
1.11. During the progress of the work and defects liability period the Landscape Contractor shall provide
proper means of access and the necessary attendance to move as directed for the inspection or
measurements of the works by the Engineer or their representative.

L- 2 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

1.12. Samples of each type of materials and workmanship shall be submitted /shown by the Landscape
Contractor for the approval of the Engineer and after such approval; these samples shall be
deposited at any place the Engineer may choose and the Landscape Contractor will be required to
perform all the works of this contract in accordance with these samples.
1.13. Landscape Contractor shall make arrangement for proper implementation of development of
nursery at his cost at site so as to have required plant material easily and timely available.
1.14. Landscape Contractor will have to mobilize work force in full, within 15 days of awarding work.

L2. Landscape Contractor’s Scope of Work


2.1. All cost, wages of workers and equipments required for the development work will be borne by
the Landscape Contractor.
2.2. The Landscape Contractor shall employ experienced workers only. Arrangement of water supply
to lawn/plant will have to be done by the Landscape Contractor,
2.3. For routine development the rates quoted shall be inclusive of material supply and will except in
grass/hedge cuttings be supplied by Engineer/or form part of separate contract.
2.4. All equipment required for development shall be made available by Landscape Contractor, and its
maintenance shall be his responsibility. This includes Tagaras, Phawdas, Hose Pipes, Ground
Rollers, Electric lawn Mowers, Sprinklers, etc.,
2.5. Landscape Contractor will take full care to ensure that no service lines (water supply, Electrical)
or civil work is damaged during the course of work. Engineer can recover cost of damaged works
from Landscape Contractor if required.
2.6. In the event of Landscape work being disturbed during course of work due to other agencies the
Landscape Contractor will make good the damage immediately. Rate for same will be determined
by the Landscape Architect.
2.7. Landscape Contractor will attend fortnightly meetings during course of work as and when
scheduled without fail; in addition to carrying out regular visits as and when may be required for
carrying out the work.

L3. Specification for Landscape Development Work


The work shall consist of developing and maintaining the lawns/gardens development polls maintenance
of lawns plantations of trees, shrubs, creepers, etc., as specified.
The specifications are divided into four parts:
Part L.01 – For Development and Establishment of landscape
Part L.02 – For maintenance of developed landscape after certification of Establishment

L4. Landscape Development Specifications

4.01 Excavation / Site Grading


Excavating the site as marked on the drawing/as instructed at the site to a required depth. Excavated
material shall be stacked off in the manner indicated at the site including stacking of excavated material

L- 3 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

upto a lead of 500 mts. The rate shall only cover the cost of excavation, stacking and/or spreading of the
material, if required at the site. Separate rate shall be quoted for carting away the material.
Cleaning of the area of unwanted materials including the weeds, stones, masonry pieces etc. and all such
matter, which may cause damage to growth of the plant materials immediately or in future.
Measurement shall be in cum.

4.02 Development of trees/shrubs/creepers


a. Digging of pit.
Dimensions of pits shall be done as under:
For trees :
In black cotton soil : 800mm x 800mm x 800mm
In murrum soil : 1000mm x 1000mm x 1000mm
For shrubs/creepers :
In black cotton soil : 600mm x 600mm x 600mm
In murrum soil : 800mm x 800mm x 800mm
The Size of the pit shall be checked by standard wooden box of the same size.
b. Spreading the excavated soil on the ground around the pits. Filling good quality garden soil and good
quality well composted farm yard manure 1/3 quantity of pit volume.
c. F. Y. Manure to be mixed well in the top 300 mm of soil layer only.
d. Soil, manure filling in the pits to be well watered, in order to settle the soil and remove the air pockets.
Levels of the pits shall be made up by adding good garden soil and F. Y. Manure mixture.
e. Treating each pit against white ants/ termites with approved insecticide.
f. Planting of Plant-materials, such as trees, shrubs, creepers, etc., The Plant-materials shall be made
available by the Engineer/will form part of separate contract. Watering the plants after planting is required.
g. Development period for trees/shrubs/creepers shall be a period of six months, or till satisfactory
development of sapling (whichever is later) from the date of planting. Development period shall
commence after all planting is completed in a particular area. The Landscape Contractor shall carry out
all such operations as may be required for the proper development and maintenance of plants. This shall
include timely watering, pruning, stalking, weeding, mulching and spraying of weedicides, fungicides,
applying of fertilizers as and when required. If the Plant does not survive, the same to be replaced
immediately, free of all charges with the plant of same species and approximately of same height by the
Landscape Contractor.
h. Measurement shall be per number separate for:-
i. Plants planted in the lawn area/shrub bed areas are not be charged separately as they are
covered in the rates for making of lawn. Pit as specified will have to be taken in these areas also.
ii. Plants planted out-side the lawn area are to be paid for.

4.03 Development of Lawn


a. Cleaning of the area of unwanted materials including the weeds, stone, masonry, pieces, etc., and all
such matter, which may cause damage to growth of the plant materials immediately or in future.

L- 4 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

b. The area shall be watered profusely, in order to facilitate growth of weeds and ease of operation.
c. Three days after watering, the landscape Contractor shall excavate the areas to a minimum depth of
300 mm or more as required, by hand, or with the help of cultivator drawn by a tractor.
d. After digging /ploughing /excavating, the area shall be graded as indicated on drawings or as
instructed at site by the Landscape Architect/ Engineer
e. Continuous weeding operations shall be done in order to have the area absolutely free from weeds of
any type. Landscape Contractor shall not be permitted for further operation unless the area is totally
free of weeds.
f. Spreading of good quality stone free garden soil, evenly as directed. The compacted soil layer shall
be 400 mm deep, spread evenly on all the areas including hillock top surfaces.
g. After spreading the good quality soil the area shall be watered, rolled with a hand-pulled roller (500-
600 kg weight) and graded properly. Roller to be made available by the Landscape Contractor.
h. Spreading and mixing of good quality F. Y. M (Farm Yard Manure) The quantity to be used shall be
average layer of min. 75 mm thick all over the lawn area, (or),
i. The manure is to be mixed properly in the medium and watered. Areas are to be rolled and levelled
as per the drawing.
j. The landscape Contractor has to continuously do the weeding operation so as to have the lawn
planting area absolutely free from weeds. Landscape Contractor shall not be permitted for further
operation unless the area is totally free of weeds.
k. Supplying and planting of lawn. The Landscape Contractor shall supply cuttings of good quality fine
leafed cultivar of Cynodon dactylon/Paspalum/ Stenotaphrum secundatum. The sample to be
approved by the Landscape Architect; before planting work starts. Area from where the grass cuttings
are to be obtained shall have to be approved by Landscape Architect/ the Engineer.
l. Planting shall be done 40 mm apart and at each place minimum 3-4 cuttings of 80/90 mms length
shall be planted. The cuttings shall be firmly embedded in the ground.

m. After planting, the area is to be watered with sprinklers. All planting operations must be completed
within a period of three days from the day the planting operations starts at site.
n. Rate shall be same for supplying and planting of any other type of lawn grasses i.e. Stenotophorum
secandatum/Paspalum, etc.,
Development Operation;
The Landscape Contractor shall develop the planted lawn areas for a minimum period of 6 months from
the date of planting or till the lawn is properly established whichever is later and as determined by the
Landscape Architect/ Engineer.
The Landscape Contractor shall do the following operations regularly.
i. Watering, weeding, rolling and lawn mowing. Applying fertilizers, weedicides, etc., as and when
needed.
ii. First three cuttings shall be done with a garden shears. After three cuttings the Landscape
Contractor shall do the cuttings with a lawn mower.
iii. All runners must be regularly and continuously removed to have a proper lawn growth.

L- 5 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

iv. Rolling and mowing shall be done at least once every 6-8 days. Rolling and mowing shall be
done in same direction only.
v. The finished lawn must be of even level without patches etc. The lawn grass growth must be
even everywhere. The finished lawn must be absolutely weed free.
vi. Before handing over the lawn, the Landscape Contractor shall do the top dressing with equal part
of good quality soil and screened F. Y. M.
o. Basis for fixing Rate
The measurement shall be per sq. mt. which shall include planting of trees, shrubs, etc., in the lawn area
only.
In event that the lawn is to be done on filled up area, general filling will be paid for as per agreed rates of
Soil Filling and Spreading, and balance will be paid for as per rates of Development of Lawn. In
measurements for Soil Filling and Spreading, the top 400 mm will not be calculated as this forms part of
rate for development of Lawns.

4.04 Planting of low shrubs/ small shrubs/ Plant


pockets/ bulbous plant/ seasonal flowers beds/ ground
covers, etc.
a. Digging the area as per plan or as per instructions, to a depth of 600 mms. Removing all infertile soil
if required collecting all unwanted materials and to be dumped at a given site.
b. Spreading ordinary garden soil/ soft murrum garden soil as required, to a minimum consolidated
layer of 600 mms or as required. Breaking all clods removing all big stones, pebbles as may be an
impairment to the development process. Dress the soil as to obtain level given in the drawings/ or as
per the instructions given at site by the Landscape Architect/ Engineer.
c. Spreading and mixing, well rotten F. Y. M free from soil clods grass cutting etc., at rate of 5.0 cu.mt.
per 100 sq.mt. F. Y. M.
d. Mixing F.Y.M in top 200 mm layer of the soil. Watering the area to allow for settlement, removing air
pockets and to encourage weed growth.
e. After weeding the area and making it free of all the weeds, planting the plant materials as per the
drawings/instructions at the site of Landscape Architect or the Engineer.
f. Treating the area, with approved insecticides against white-ants.
g. Planting of shrubs, plants, bulbs seedling so seasonal flowers as indicated in the drawings and/or as
per instructions of the Landscape Architect/Engineer. Plant materials to be supplied by the
Engineer/will form part of separate contract
h. In the event of any casualty due to natural causes or lack of maintenance plant material of same
species and size will be replaced by the Landscape Contractor without any extra cost, within one
week of casualty occurring.

i. Rate shall be Sq.mt.: All the above rates quoted estimating a working as per the context of the site.

L5. Maintenance

L- 6 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

5.1 Maintenance of trees/shrubs/creepers


Tree maintenance shall start only after the successfully completing development period. Maintenance
shall include, regarding watering, mulching/soil working, supporting and pruning. Trees shall be manured
twice a year with FYM. Training/pruning of trees shall be an important aspect of maintenance.
Soil digging upto depth of 200 mm for loosening of soil. This operation shall be done once a month.
Regular checking against insect/pest/fungus attack shall be done. At the end of development period,
plants must be well established, maintenance work shall be deemed to start only at thereafter.
Measurement shall be per number of surviving plant per month.

5.2 Maintenance of Lawns


Lawns to be watered regularly and shall not be allowed to dryout for any reasons.
Watering shall be done by sprinklers or by hose-pipes. If watering is done by hose-pipes then direction of
the hose out-let shall be towards the sky, so as to get falling rain effect. At no time watering shall be done
by flooding method.
Lawn of Cynodon dactylon shall be cut regularly depending upon the season, but on a average at an
interval of five/seven days.
Adjustment of cutter blade shall be done so as to have approximately at 20 mm high grass level. Lawn
cutting to a shorter level is not advised. Cutting to ground level can be done, once a year on direction of
the Engineer.
Blades of lawn-mower shall be sharp so as not to harm grass growth.
Rolling shall be done at least once in 8/12 days. Rolling shall be done, same direction as lawn mowing.
However cross-rolling can be done once in four months or so. Lawn mowing shall always be done in
same direction, cross cutting is not allowed.
Constant watch shall be kept to keep the lawn clean and free of all weeds lawn must be weed free at all
times. Weedicides, if required, may be used with discretion under supervision.
Half yearly top-dressing with screened soil plus manure mixture shall be done. Soil shall be well
screened, free of clods and to be mixed with a fine screened mixture of FYManure in equal quantity.
Lawn areas can be fed with manure plus fertilizer plus oil cake mixture, once a month to maintain form
structure, texture and colour.
Rolling or mowing operations shall not be done, when lawns are wet as this spoils lawns. All the
operations stated above shall be done regularly as indicated and in continuous manner.
Mowing of ground cover other than Cynodon dactylon like Stenatophorum spp. shall be done as per
requirement/instructions of the Engineer.
Immediately after mowing with lawn-mower, lawn areas edges to be trimmed by shears to maintain a
uniform growth.
For maintenance of shrubs, creepers, flowerbeds etc. within lawn areas, no extra charge shall be paid for
maintenance of the same.

L6. Specifications for Miscellaneous works as and


when required

L- 7 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

6.01 Transportation of materials


Transportation of materials like excavated soil debris, murrum/unwanted/good quality soil, FYM/plant
materials from one place to other place. The rates quoted should be including loading and unloading of
materials at the site in a lead exceeding 400.00 but less than 1000.00 mts. Rates shall be quoted per
cu.mt.
Supply of tractor: Rate shall be quoted per hour. Rate quoted shall be inclusive of tractor driver; fuel; and
tractor maintenance. Only actual tractor working time at site will be calculated. Rate shall be per trip of
tractor trailer, indicating capacity of tractor trailer.

6.02 Rendering of services for miscellaneous jobs


For rendering services for miscellaneous jobs, which are not covered under development, maintenance
and job rates, the Landscape Contractor have to employ required number of workers as and when
required, number of workers required shall be informed to him three days in advance. Rate quoted should
be per day per worker, inclusive of all the liable i.e. PF, bonus, medical insurance and other as per
government rules.

6.02 Removal of vegetation/grass cutting


This will include general cleaning of site removing of unwanted plant material on upper surface of soil,
removing construction debris and disposing at a site shown by the Officer-in-charge/Landscape Architect
within 500.00 mts. of the work area.
Rates shall be per sq.mt.
Maintenance of shrubs/creepers/low growing plants.
Maintenance period shall start only after completing of development period. Regular maintenance such
as watering, weeding, mulching, and pruning shall be done as and when required.
Checking against insects/pests/attack shall be done.
Checking pH value and treatment to modify the same shall be part of maintenance.
Removal of dead branches, leaves, flowers, pruning/training, supporting, cutting-back, protection against
heat/cold/heavy-rains shall be part of maintenance.
Soil working shall be done once a week, upto a minimum depth of 200mm.
Manuring/application of fertilizer shall be paid done twice a year at equal intervals.
Item for maintenance of plants shall be paid per number per month, for surviving plants.

6.03 Soil spreading and grading


This will include spreading manually or by help of tractor soil unloaded at different working areas in the
site so as to obtain basic datum levels and grades. Measurement shall be per cu.mt. Spreading of top
40.00 cm. which forms part of the Lawn Development specifications will not form part of this item. Soil
measured in this item will only comprise of soil that is imported from sources out of site.

6.04 Grading within site


This will include cutting or filling soil within Site are to obtain landscape datum levels. The work will
involve excavation/cutting of soil levels in predetermined grids/areas and filling is required. No separate
rate shall be paid for excavation or soil spreading in such cases. Before cutting, the datum will have to be

L- 8 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

certified by the Engineer. Measurement will be in cu.mt. Spreading of top 40 cm. which forms part of the
Lawn Development Specifications will not form part of this item.

L7. Specifications for Supply of Materials

7.1 Supplying of labourer


Rate shall be quoted for per labourer/ per day.

7.2 Supply of good quality soil.


Landscape Contractor shall also quote for supply of good quality garden soil, free from stones, pebbles,
lime nodules. Material shall dumped at site as indicated by the Landscape Architect.
Rates shall be per cu.mt. delivered and verified for measurement at site.

7.3 Supply of Farm yard Manure


Contractor shall supply only well composted good quality Farm Yard Manure.
Farm Yard Manure, shall be free from soil clods, fresh mung grass, and dry.

Sample will be approved by Landscape Architect. Rate shall be per cu mt. delivered and verified for
measurement at site.

7.4 Supply of de-oiled cake.


Landscape Contractor shall quote for quality de-oiled cakes of Neem and mahua.
Materials shall be supplied in gunny/plastic woven bags including free delivery at site.

7.5 Supply of plant material


Plant material shall be supplied by Engineer/or form part of separate contract.
This will be as per planting list provided by the Landscape Architect. Plants supplied will be healthy, free
of diseases, well established and preferably at least one year old.

7.6 Payment terms will be as under


A. Trees/Shrubs/Creepers
50% of total value after planting of all plants in predetermined area/zone
Balance payment less deduction of 10% in 6 equal installments
Balance 10% after completion of defects liability period.

B. Lawns
10% of the total value after final grading
40% of total value after complete lawn planting in predetermined area/zone
5.0% of total value in 1st month
5.0% of total value in 2nd month

L- 9 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Landscape works - Specifications

10.0 % of total value in 3rd month


5.0% of total value in 4th month
10.0% of total value in 5th month
5.0% of total value in 6th month
10.0% of total value after defects liability period.
Payment for above three items will be within a month of certification.
Monthly maintenance payments will be sanctioned upon full satisfaction that maintenance has been
carried out satisfactorily, and all maintenance operations are being followed. If it is felt that the
development uptil not of the quality and maturity as should be expected for development up to period of
review, the Landscape Architect may recommend withholding of maintenance payment and suitable
extension in maintenance period.
Payment for any items that may not fall within the purview of this tender, can be entertained only if the
Contractor has brought the item to the notice of the Engineer, before taking up the work and has obtained
a written work and rate consent from him.

L- 10 
Part B
Plumbing, 
Drainage & Fire 
Fighting 

Fire Fighting 
Item and Material 
Specifications  
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

Fire fighting item and material specification


Content

F1.  General.............................................................................................................................................. 3 
F2.  Quality assurance and quality control ............................................................................................... 3 
F3.  Scope of enquiry & terms and conditions ......................................................................................... 3 
3.1  Scope of work................................................................................................................................ 4 
F4.  Fire extinguishers and exit signs ....................................................................................................... 5 
4.1  Hand held fire extinguishers (ul/fm listed) ..................................................................................... 5 
4.2  ABC type dry powder extinguisher ................................................................................................ 5 
4.3  Water type extinguisher (Stored Pressure water type) ................................................................. 6 
4.4  Carbon dioxide extinguisher.......................................................................................................... 6 
4.5  HFC-Based, Clean Agent Portable Fire Extinguisher ................................................................... 7 
4.6  Wet riser system............................................................................................................................ 7 
4.7  External fire hydrant .................................................................................................................... 12 
F5.  Pump room pumps & and accessories ........................................................................................... 15 
5.1  Equipment specification-Fire pump sets ..................................................................................... 15 
5.2  Jockey pump sets ( N.A.) ............................................................................................................ 16 
5.3  Motors ......................................................................................................................................... 17 
5.4  Control panel for the motor driven standby pump set and jockey pump set ............................... 17 
5.5  Diesel engine............................................................................................................................... 18 
F6.  Instrumentation................................................................................................................................ 21 
6.1  Pressure gauge ........................................................................................................................... 21 
6.2  Pressure switch ........................................................................................................................... 21 
6.3  Valve chambers........................................................................................................................... 21 
6.4  Building management system ..................................................................................................... 21 
F7.  Erection, testing and commissioning .............................................................................................. 21 
7.1  General........................................................................................................................................ 21 
7.2  End preparation ........................................................................................................................... 22 
7.3  Pipe joints .................................................................................................................................... 22 
7.4  Over ground piping ...................................................................................................................... 22 
7.5  Painting ....................................................................................................................................... 22 

  F‐ 1 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

7.6  Welding ....................................................................................................................................... 23 


7.7  Test at site ................................................................................................................................... 23 
F8.  Sprinkler system .............................................................................................................................. 24 
8.1  Pipes and fittings ......................................................................................................................... 24 
8.2  Sprinkler ...................................................................................................................................... 24 
8.3  Flow requirements ....................................................................................................................... 26 
8.4  Orifice plates ............................................................................................................................... 26 
8.5  Installation control valves (UL/FM LISTED) ................................................................................ 26 
8.6  Inspection and test valve assembly ............................................................................................ 26 
8.7  Water flow switch (UL/FM Approved).......................................................................................... 26 
8.8  Water curtain nozzle ................................................................................................................... 27 
8.9  The main stop valve .................................................................................................................... 27 
8.10  Pipes for drainage ....................................................................................................................... 27 
8.11  System design ............................................................................................................................. 28 
F9.  Drawings & specifications ............................................................................................................... 28 
9.1  Design, Drawings and Documents .............................................................................................. 28 
9.2 Technical data sheet ...................................................................................................................... 28 
9.3  List of Approved Makes................................................................................................................... 30 

  F‐ 2 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

F1. General

The work shall be carried out in the accordance with the drawings and design as would be issued to the
Contractor by the Engineer. The work shall be executed and measured as per metric dimensions given in
the Bill of Quantities, drawings etc.
The Contractor shall protect / handle the material carefully and if any damage occurs while handling by
the Contractor then the sole responsibility shall be of the Contractor. Such damages shall be rectified/
recovered by the Contractor at no extra cost whatsoever.
The Contractor shall, within twenty one (21) days of receipt of the Notice of Award for the Project, where
applicable, complete the submission of shop drawings to the Client’s Representative for approval by the
Engineer in order to conform to the contract schedule.
Measurements - All measurements shall be taken in accordance with relevant IS codes, unless
otherwise specified.

F2. Quality assurance and quality control


The work shall conform to high standard of design and workmanship, shall be structurally sound and
aesthetically pleasing. Quality standards prescribed shall form the backbone for the quality assurance
and quality control system.
At the site, the Contractor shall arrange the materials and their stacking/ storage in appropriate manner to
ensure the quality. Contractor shall provide equipment and manpower to test continuously the quality of
material, assemblies etc. as directed by the Client’s Representative. The test shall be conducted
continuously and the result of tests maintained. In addition the Contractor shall keep appropriate tools
and equipment for checking alignments, levels, slopes and evenness of surface.
The Client’s Representative shall be free to carry out such tests as may be decided by him at this sole
direction, from time to time, in addition to those specified in this Document. The Contractor shall provide
the samples and labour for collecting the samples. Nothing extra shall be payable to the Contractor for
samples or for the collection of the samples.
The test shall be conducted at Standard Laboratory selected by Client’s Representative. Contractor shall
keep the necessary testing equipment such as hydraulic testing machine, smoke testing machine, gauges
and other necessary equipment required.
The Client’s Representative shall transport the samples to the laboratory.
Testing charges shall be borne by the Client’s Representative.
Testing may be witnessed by the Contractor or his Authorized Representative. Whether witnessed by the
Contractor or not, the test results shall be binding on the Contractor.

F3. Scope of enquiry & terms and conditions


The design, detail engineering, installation, construction and fabrication, testing and commissioning and
performance of equipment shall comply with all currently applicable TAC/ NBC / Fire Brigade/any
statutory regulation and safety code in the locality where the equipment will be installed.

  F‐ 3 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

3.1 Scope of work


The scope of work for the total package of new Fire hydrant & Sprinkler system as described in the tender
and includes the detail engineering, supply of all material at site, construction / fabrication, installation,
inspection, testing and commissioning in accordance with the drawing, specification and data sheet
enclosed herewith to meet the guideline of TAC.
The scope of works mainly involves as described below, but not limited to the following:
‚ Design supply erection and commissioning of New fire hydrant & sprinkler system
‚ Design, engineering, supplying of all material related to new fire fighting system, construction,
fabrication, erection, testing, commissioning entire system
‚ External yard hydrant valves with hydrant post & hose box
‚ Fire pump room
‚ Four way & two way fire brigade inlet
‚ Internal fire escape hydrant valves, hose box, branch pipe, hose reel near staircase landing
‚ Supply and installation of RCC pipe supports for above ground piping
‚ Excavation & backfilling for underground pipe at road crossing
‚ Supply and installation of RCC pipe for Road crossing (NP-2 class)
‚ Portable fire extinguishers and fire buckets shall be ISI marked
‚ Approval of entire fire hydrant & sprinkler system from any agency nominated by Insurance
company
‚ Training of Clients personnel in operation and maintenance of fire extinguishers, fire protection
system (hydrant) including mock drill
‚ Quantity can varying, Owner has right to Change/Delete any Tender for Fire Fighting System
‚ Any other civil work and structural work required/directed by Engineer Civil work like making /
opening in wall/ceiling and regularization the same shall be done by contractor
‚ Any other work required for the functional and operation completion of the work but not
specifically mentioned in the scope of work shall be in contractor’s scope of work and shall be
carried out as per instruction of Engineer.
‚ Quantity can varying, Owner has right to Change/Delete any Tender for Fire Fighting System
‚ Quantity / specified in the Tender;
‚ Any other civil work and structural work required/directed by Engineer for Civil work like making
opening in wall/ceiling and regularization the same shall be done by contractor;
‚ Any other required for the functional and operation completion of the work but not specifically
mentioned in the scope of work shall be in contractor’s scope of work and shall be carried out as
per instruction of Engineer.
‚ Any extra item shall be calculated on the rate analysis basis approved by Engineer.

  F‐ 4 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

F4. Fire extinguishers and exit signs

4.1 Hand held fire extinguishers (ul/fm listed)


4.1.1 Hand appliances
• Scope

Work under this section shall consist of furnishing all labour, materials, appliances and equipment
necessary and required to install fire extinguishing hand appliances as per relevant specification of
various authorities.
Without restricting to the generality of the foregoing, the work shall consists of the following:
Installation of fully charged and tested fire extinguishing hand appliances of A B C powder type as
required and specified in the drawings and schedule of rates. All the extinguisher shall be positioned/
installed as per IS:2190 requirement guidelines
• General requirements

Hand appliances shall be installed in easily accessible locations with the brackets fixed to the wall by
suitable anchor fasteners. Each appliance shall be provided with an inspection card indicating the date of
inspection, testing, change of charge and other relevant data. All appliances shall be fixed in a true
workmanlike manner truly vertical and at correct locations. Distribution / installation of fire extinguisher to
be in accordance to IS: 2190.
• Measurement

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

4.2 ABC type dry powder extinguisher


The Extinguisher shall be filled with ABC grade 40, Mono Ammonium Phosphate 40% from any approved
manufacturer.
The capacity of the extinguisher when filled with Dry Chemical Powder (First filling) as per IS 4308, Part
II, shall be 5 Kg +/-2% or 10 Kg +/- 3%.
The extinguishers should be position /Installed as per IS: 2190 – 1992.
It shall be operated upright, with a squeeze grip valve to control discharge. The plunger neck shall have a
safety clip, fitted with a pin, to prevent accidental discharge. It shall be pressurized with Dry Nitrogen, as
expellant. The Nitrogen to be charged at a pressure of 15 Kg/cm2
Body shall be of mild steel conforming to relevant IS Standards. The neck ring shall be also mild steel and
welded to the body. The discharge valve body shall be forged brass or leaded bronze, while the spindle,
spring and siphon tube shall be of brass. The nozzle shall be of brass, while the hose shall be braided
nylon. The body shall be cylindrical in shape, with the dish and dome welded to it. Sufficient space for
Nitrogen gas shall be provided inside the body, above the powder filling.
The Neck Ring shall be externally threaded - the threading portion being 1.6 cm. The filler opening in the
neck ring shall not less than 50 mm. Discharge nozzle shall be screwed to the hose. The design of the
nozzle shall meet the performance requirement, so as to discharge at least 85% of contents up to a throw

  F‐ 5 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

of 4 mts, continuously, at least for 15 seconds. The hose, forming part of discharge nozzle, shall be 500
mm long, with 10 mm dia. internally for 5 Kg capacity and 12 mm for 10 Kg capacity. It shall have a
pressure gauge fitted to the valve assembly or the cylinder to indicate pressure available inside. The
extinguisher shall be treated with anti-corrosive paint, and it shall be labeled with words ABC 2.5 cm long,
within a triangle of 5 cm on each face. The extinguisher body and valve assembly shall withstand internal
pressure of 30 Kg/cm2 for a minimum period of 2 minutes. The pressure gauge shall be imported and
suited for the purpose.
50% of the extinguisher shall be Stored Pressure & 50% shall be cartridge type.
These are equally distributed in the building along with water type Extinguisher placed alternatively at
strategic Location

4.3 Water type extinguisher (Stored Pressure water


type)
The Extinguishing medium shall be primarily water stored under normal pressure, the discharge being
affected by release of Carbon Dioxide Gas from a 120 games cylinder.
The capacity of Extinguisher, when filled up to the indicated level, shall be 9 ltr. +/- 5%
The skin thickness of the Cylinder shall be minimum 4.0 mm, fabricated from Mild Steel sheet, welded as
required, with dish and dome, being of same thickness, and of size not exceeding the diameter of body.
The diameter of body to be not less than 150 mm and not exceeding 200 mm. The neck shall be
externally threaded up to a minimum depth of 16 mm, and leaded tin bronze.
The cap shall be of leaded tin bronze, and screwed on the body up to a minimum of 1.6 cm depth, with
parallel screw thread to match the neck ring. The siphon tube to be of brass or G.I. and the strainer of
Brass. The cartridge holder, knob, discharge fittings and plunger to be of Brass/Leaded tin bronze, and
plunger of stainless steel, spring of stainless steel. The cap to have handled fixed to it. The discharge
hose shall be braided nylon, of 10 mm dia. and 600 mm long, with a nozzle of brass fitted at end.
The extinguisher shall be treated for anti-corrosion internally and externally, and externally painted with
Fire Red paint. The paint shall be stove enameled/powder coated. The cartridge shall be as per IS, and
have 60 gm net carbon dioxide gas for expelling. The extinguisher, body and cap shall be treated to an
internal hydraulic pressure of 25 Kg/cm2. It shall have external marking with letter A, of 2.5 cm height, in
block letters within a triangle of 5 cm each side. The extinguisher shall be upright in operation, with the
body placed on ground and discharge tube with nozzle held in one hand to give a throw of not less than 6
mts, and continue so for at least 60 sec. The extinguisher body shall be clearly marked with ISI stamp (IS
940)
Stored Pressure water type Fire extinguisher shall be required in cellulose/Paper/cloth hazards in the
building.
These are equally distributed in the building along with ABC powder Extinguisher placed alternatively at
strategic Location

4.4 Carbon dioxide extinguisher


The Carbon Dioxide Extinguisher shall be as per IS: 2878
The body shall be constructed of seamless tube conforming to IS: 7285 and having a convex dome and
flat base. Its dia. shall be maximum 140 mm, and the overall height shall not exceed 720 mm.

  F‐ 6 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

The discharge mechanism shall be through a control valve conforming to IS: 3224. The internal syphon
tube shall be of copper aluminum conforming to relevant specifications.
Hose Pipe shall be high pressure braided Rubber hose with a minimum burst pressure of 140 Kg/cm2
and shall be approximately 1.0 meter in length having internal dia. of 10 mm. The discharge horn shall be
of high quality unbreakable plastic with gradually expanding shape, to convert liquid carbon dioxide into
gas form. The hand grip of Discharge horn shall be insulated with Rubber of appropriate thickness.
The gas shall be conforming to IS: 307 and shall be stored at about 85 Kg/cm2. The expansion ratio
between stored liquid carbon dioxide to expanded gas shall be 1:9 times and the total discharge time
(effective) shall be minimum 10 sec and maximum 25 sec.
The extinguisher shall fulfill the following test pressures:
Cylinder: 236 Kg/cm2
Control Valve: 125 Kg/cm2
Burst Pressure of Hose: 140 Kg/cm2 minimum
It shall be an Upright type. The cylinder, including the control valve and high pressure Discharge Hose
must comply with relevant Statutory Regulations, and be approved by Chief Controller of Explosives,
Nagpur and also bear IS marking.
The Extinguisher including components shall be IS marked

4.5 HFC-Based, Clean Agent Portable Fire


Extinguisher
The product utilizes HFC-236, clean agent fire extinguishers store agent as a liquid, which turns to gas
when it hits the air. Clean agent extinguishers are effective on Class A, B and C fires and will not conduct
electricity back to the user. Clean agent extinguishers act to extinguish a fire by cooling and smothering it
(without thermal shock to delicate electronic equipment). These extinguishers have zero global warming
(or ozone depletion) potential.

4.5.1 Specifications
Internal appliances with various fire extinguishing medium shall conform to the following specifications
and shall be installed and maintained as per IS: 2190 / NFPA 10

IS: 2878 Fire extinguisher, portable CO2


IS: 2171 Fire extinguisher, portable, dry powder type.
IS: 13849 Fire extinguisher, ABC stored pressure type
Portable Extinguishers of the following types shall be installed.
‚ Dry chemical Powder type
‚ Co2 type
‚ Foam type

4.6 Wet riser system


4.6.1 Pipes and fittings
The use of pipes in the execution shall be as follows:

  F‐ 7 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

• Buried pipes

The pipes shall be of MS Medium Grade as per IS:1239 Part-I, up to 150 NB and below or IS:3589 for
pipes of sizes 200 mm and above with IS mark in both the cases.
Minimum thickness of steel pipes IS:3589 shall be as follows:

Pipe Size NB (mm) 200 250 300 350 400

Minimum wall thickness (mm) 6 6 6 6 6


All fittings to be used in connection with steel pipelines up to a size of 80 mm shall be as per IS: 1239,
Part-II. Heavy Grade Fittings with sizes above 80 mm to 150 mm shall be fabricated from heavy grade
pipes conforming to IS:1239 (Part-I) having thickness not less than those of IS:1239 (Part-II) heavy grade
pipes. Fittings with sizes above 150 mm shall be fabricated from pipes conforming to IS: 3589 or steel
plates having thickness not less than those specified in the IS: 3589. Minimum three piece meter bends
shall be used.
Welded construction shall be adopted for steel pipelines unless specified otherwise.
Hangers and supports shall be capable of carrying the sum of all concurrently acting loads. They shall be
designed to provide the required supporting effects and allow pipelines movements as necessary. All
guides, anchors, braces, dampers, expansion joint and structural steel to be attached to the
building/structure/trenches etc., shall be provided. Type of hangers and components for all piping shall be
selected by Contractor and approval obtained from the Purchaser/Architect before commencement of the
work.
All piping system shall be capable of withstanding the maximum pressure arising from any condition of
testing (as stipulated) and operation, including water hammer effects.
All the underground pipes shall be properly supported. Also, thrust blocks shall be provided wherever
pipe changes its direction. The above ground pipes also properly supported with ‘L’ angle / Hitech
supports.
• Coating and wrapping

Pipelines to be laid underground buried in the soil shall be protected against corrosion by means of
coating & wrapping as per IS: 10221.
The above coating and wrapping shall be carried out in systematic manner such that uniform thickness of
coating is obtained as per IS specification.
Buried pipelines shall be laid in general with top of pipe 1(one) meter below the ground level. The
minimum thickness of the coating & wrapping material shall be four (4 mm)

4.6.2 Valve system


• Butterfly valve

The Butterfly valve shall be suitable for waterworks and tested to minimum of 16 kg/sq cm Pressure. The
valves shall fulfill the requirements of BIS(Indian Standard)BS: 5155 or AWWA C 504, API 609 and MSS-
SP-67.
The body shall be of cast iron to IS: 210 in circular shape and of high strength to take the minimum water
pressure of 10 kg/sq cm. The disc shall be heavy-duty cast iron with anti-Corrosive epoxy or nickel
coating.

  F‐ 8 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

The valve seat shall be high grade elastomer or nitrile rubber. The valve in closed position shall have
complete contact between the seat and the disc throughout the perimeter. The elastometer rubber shall
have a long life and shall not give away on continuous applied water pressure. The shaft shall be of ENB
grade carbon steel.
The valve shall be fitted between two flanges on either side of pipe flanges. The valve edge rubber shall
be projected outside such that they are wedged within the pipe flanges to prevent leakages.
The valve shall be supplied with manual gear operated opening/ closing system by lever.

4.6.3 Fire hydrant system


• External hydrants (UL/FM approved) downward pattern

Contractor shall provide external hydrants. Hydrants shall have instantaneous type 63mm dia. outlets.
The hydrants shall be single outlet conforming to IS:908 with CI duck foot bend and flanged riser or
required height to bring the hydrant to correct level above ground.
Contractor shall provide for each external fire hydrant two numbers of 63mm dia. 2 x 15 m long controlled
percolation hose pipe with gunmetal male and female instantaneous type couplings machine wound with
GI wire (hose to IS:636 type certification) , gunmetal branch pipe with nozzle to IS:903. This shall be
measured and paid for separately.
Each external hydrant hose cabinet shall be provided with a drain in the bottom plate.
Each external hydrant hose cabinet containing items as above shall also be provided with a nozzle
spanner. This shall be measured and paid for separately.
Each hose cabinet shall be conspicuously painted with the letters “FIRE HOSE”.
The Hydrant valve (Landing wall) of the wet riser System shall be downward pattern & Bib nose threaded
type made up of GM/SS. It should be Single Headed & the system shall be painted as per IS 2379:1990
reaffirmed -1996 para7.4.
• Internal hydrants (UL/FM approved) downward pattern

Contractor shall provide on each landing and other locations as shown on the drawings single headed
gunmetal landing valve with 80 mm dia. inlet as per IS:5290, with shut off valves having cast iron wheels
as shown on the drawings. Landing valve shall have flanged inlet and instantaneous type outlets as
shown on the drawings.
Instantaneous outlets for fire hydrants shall be standard pattern and suitable for fire hoses.
Contractor shall provide for each internal fire hydrant station two numbers of 63 mm dia. 2 x 15 m long
rubberized fabric lined hose pipes with gunmetal male and female instantaneous type coupling machine
would with GI wire (hose to IS:636 type 2 and couplings to IS:903 with IS certification), fire hose reel,
gunmetal branch pipe with nozzle to IS:903. This shall be measured and paid for separately.
Each internal hydrant hose cabinet shall be provided with a drain in the bottom plate. The drain point shall
be lead away to the nearest general drain.
Each internal hydrant hose cabinet containing items as above shall also be provided with a nozzle
spanner and a Fireman’s Axe. The cabinet shall be recessed in the wall as directed. This shall be
measured and paid for separately.
Each hose cabinet shall be conspicuously painted with the letters “FIRE HOSE”.

  F‐ 9 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

The Hydrant valve (Landing wall) of the wet riser System shall be downward pattern & Bib nose threaded
type made of GM/SS. It should be double Headed & the system shall be painted as per IS 2379:1990
reaffirmed -1996 para7.4.

4.6.4 Hose pipe system


All hose pipes shall be of 63 mm diameter RRL/ CP as required, conforming to IS : 636 or IS : 8423. The
hose shall be provided with copper alloy delivery coupling. The hose shall be capable of withstanding a
bursting pressure of 35.7 Kg/Sq.cm without undue leakage or sweating. Hose shall be provided with
instantaneous spring-lock, type couplings.

4.6.5 Hose reel system


Hose reel shall conform to IS : 884, heavy duty, 20 mm dia. length shall be 36 mts. long fitted with gun
metal chromium plated nozzle, mild steel pressed reel drum which can swing up to 170 degree with wall
brackets of cast iron finished with red and black enamel complete.
Contractor shall provide standard fire hose reels of 20mm dia. high pressure “Dunlop” rubber hose 36 m
long with gunmetal nozzle, all mounted on a circular hose reel of heavy duty mild steel construction
having cast iron brackets. Hose reel shall be connected directly to the wet riser with an isolating valve.
Hose reel shall conform to IS: 884 and shall be mounted vertically. This shall be measured and paid for
separately.

4.6.6 2-Way & 4-Way system


Fire Brigade inlet shall be given for all the wet risers. The fire brigade inlet connection shall be of four way
type incorporating non-return valves. Also fire brigade connection shall be provided for the fire fighting
sumps. The four way fire brigade inlet connections shall be accommodated in a glass fronted MS box
made of 18 gauge MS sheet. The inside portion of the box shall be painted with one coat of Zinc rich
primer and two coats of white enamel paint. The outside shall be painted with one coat of Zinc rich primer
and two coats of red enamel paint. The box shall be also provided with a lock and key.
The storage tank shall be provided with a 150 mm fire brigade pumping connection to discharge at least
2275 litres / minute into it. This connection shall not be taken directly into the side of the storage tank, but
arranged to discharge not less than 150 mm above the top edge of the tank such that the water flow can
be seen. The connection shall be fitted with stop valve in a position approved by the Project Manager. An
overflow connection discharging to a drain point shall be provided from the storage tank.
The fire brigade connection shall be fitted with four numbers of 63mm instantaneous inlets in a glass
fronted wall box at a suitable position at street level, so located as to make the inlets accessible from the
outside of the building. The size of the wall box shall be adequate to allow hose to be connected to the
inlets, even if the door cannot be opened and the glass has to be broken. Each box shall have fall of
25mm towards the front at its base and shall be glassed with wired glass with ”FIRE BRIGADE INLET”
painted on the inner face of the glass in 50 mm size block letter. Each such box shall be provided with a
steel hammer with chain for breaking the glass.
In addition to the emergency fire brigade connection to the storage tank, a 150mm common connection
shall be taken from the four 63mm instantaneous inlets direct to hydrant main so that the fire brigade may
pump to the hydrants in the event of the hydrant pumps being out of commission. The connection shall be
fitted with a sluice valve and reflux valve. Location of these valves shall be as per the approval of the
Project Manager.

  F‐ 10 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

4.6.7 Drain system


50 MM diameter G.I. pipe conforming to I.S.:1239 (heavy grade) with 50 mm diameter gunmetal full way
valve shall be provided for drainage of any water in the system in low pockets.
The system shall be provided with suitable drainage arrangement with drain valves complete with all
accessories.

4.6.8 Fire door


Supplying & fixing fire door to cover fire shaft opening of size suitable at site condition (approx.1.5 mts. x
0.9 mts.) made up of 16 gauge MS plate continuously welded on all edges or fabricated with bends at all
edges using using single plate Including railway coach lock up arrangement & lever for opening the door
after breaking the glass. Each door is to be fitted with front glass door painted "FIRE" with red luminous
paint. Hinges should be sturdy to bear the weight of fully open door without sagging. Cabinet should be
powder coated by standard process on all sides with red paint of approved make suitable for fixing to
wall as directed by Architect (flush/surface mounted) etc. complete. Contractor to get sample approved for
workmanship from Engineer.

4.6.9 Air cushion tank


Every wet riser shall be provided with an air cushion tank at its top most point. The air cushion shall be
provided with an automatic air release cock, 20 mm dia. drain pipe, drain valve and shut off valve.
The air vessel shall be provided to compensate for slight loss of pressure in the system and to provide an
air cushion for counter-acting pressure, surges, whenever the pumping sets come into operation. Air
vessel shall conform to IS:3844. It shall be normally half full of water, when the system is in normal
operation. Air vessel shall be fabricated with 8 mm thick M.S. plate with dished ends and suitable
supporting legs. It shall be provided with one 100 mm dia. flanged connection from pump, one 25 mm
drain with valve, one water level gauge and 25 mm sockets for pressure switches. The air vessel shall be
tested to pressure for 12 hours at 2 times the operating pressure or 1.5 times the shut-off.

4.6.10 Branch pipe


Branch pipes shall be of gun metal with loaded tin bronze ring at the discharge and to receive the nozzle
and provided at the other with a leaded tin bronze ring to fit into the instantaneous coupling. Nozzle shall
be of spray type of diameter of not less than 16 mm and not more than 25 mm. Nozzle shall be of loaded
tin bronze branch pipe and nozzle shall be of instantaneous pattern conforming to Indian Standard - 903.

4.6.11 Orifice plate


For restricting pressure at lower levels in the sprinkler system, orifice plates of appropriate sizes shall be
fitted at different floor levels, at the branching points from Riser Main.
The Diameter of such orifice shall not be less than 50% of the dia. of pipe into which it is to be fitted,
which shall not be less than 50mm dia. These orifice plates must be of stainless steel with plain central
hole without burrs, and the thickness shall be 3mm for pipe size up to 80 mm, 6 mm for pipes from 80 to
125 mm dia. and 9 mm for pipes greater than 125 mm dia. Such orifice plate must have a projecting
identification tag.
The orifice plate shall fitted not less than two pipe internal diameters downstream of the outlet from any
elbow or brand.
Contractor shall submit the design and identify location on drawing before installation.

  F‐ 11 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

4.6.12 Flow switch


Flow switch shall have a paddle made of flexible and sturdy material of the width to fit within the pipe
bore. The terminal box shall be mounted over the paddle/ pipe through a connecting socket. The Switch
shall be potential free in either N O or N C position as required. The switch shall be able to trip and make
/ break contact on the operation of a single sprinkler head. The terminal box shall have connections for
wiring to the Annunciation Panel. The flow switch shall have connections for wiring the seat shall be of
S.S to the Annunciation Panel. The flow switch shall have IP: 55 protections.
The flow switches work at a triggering threshold bandwidth (flow rate) of 4 to 10 GPM. Further, it shall
have a ‘Retard’ to compensate for line leakage or intermitted flows.

4.7 External fire hydrant


4.7.1 Pipe work
• Procedure for pypkote / coatek application

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


Application of Primer - Pypkote / Coatis primer is to be applied on pipes immediately after cleaning. This
is to prevent any further accumulation of rust on the pipe. This is a cold applied primer and is applied by
brush.
Application of Pypkote / Coatek 4 mm Tape - After the primer is applied on the pipe, it is allowed to dry for
about 30 min. till it becomes touch dry. Before adhering the tape to the pipe, it is advisable to gently heat
the primer coated pipe by a run of LPG torch. Remove the bottom polyethylene from the tape & then heat
bottom surface of the tape by LPG torch or any heat source & start wrapping the tape to the pipe by
heating the primer coated pipe & by removing the bottom polyethylene from the tape before wrapping
better adhesion between the tape & pipe is obtained. Overlaps are maintained with a minimum of 12.5
mm.
Tape coating of weld joints - The tape is applied over the weld joints after the necessary welding & testing
methods of the joints is completed. The procedure for application of tape shall be the same as bare pipe
procedure. Overlaps on each side of the weld joints shall be 50 mm.
A final coat of White wash with water based cement paint is done immediately over the entire coated
pipe.
• Jointing

‚ Welded Joints :
Joints between MS pipes and fittings shall be made with the pipes and fittings having “V” groove and
welded with electrical resistance welding in an approved manner. But welding without “V” groove shall
not be permitted.
All joints in the pipe line with screwed fittings shall be seal welded after testing and the weld plus the
adjoining portion shall be given two coats of zinc rich primer.
‚ Flanged joints (65 mm dia. and above)
Flanged joints with flanges conforming to BS 10 Table E shall be provided on
Straight runs at intervals not exceeding 25-30m on pipe lines of 50 mm dia. and above and as
directed by the Project Manager.
  F‐ 12 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

For jointing all types of valves, appurtenances, pumps, connections with other type of pipes, to water
tanks and other places necessary and as required for good engineering practice and as shown/noted
on the drawings.
Flanges shall be with GI bolts and nuts and 3mm insertion gasket of natural rubber conforming to IS:
11149.
‚ Unions (up to 50 mm dia.)
Approved type of dismountable unions shall be provided on pipe lines of 40 mm dia. and smaller dia.,
in locations similar to those specified for flanges.
Material of Pipe shall be as per Standard engineering practice like providing flange joint ,flanged
elbow ,flanged T joints etc to ensure easy maintenance & it should be as per NBC 2005
• Pipes and fittings

The use of Pipes in the execution shall be as follows:


• Buried pipes:

The pipes shall be of MS Medium Grade as per IS:1239 Part-I, up to 150 NB and below or IS:3589 for
pipes of sizes 200 mm and above with IS mark in both the cases.
Minimum thickness of steel pipes IS:3589 shall be as follows:

Pipe Size NB (mm) 200 250 300 350 400

Minimum wall thickness (mm) 6 6 6 6 6


All fittings to be used in connection with steel pipelines up to a size of 80 mm shall be as per IS: 1239,
Part-II. Heavy Grade Fittings with sizes above 80 mm to 150 mm shall be fabricated from heavy grade
pipes conforming to IS:1239 (Part-I) having thickness not less than those of IS:1239 (Part-II) heavy grade
pipes. Fittings with sizes above 150 mm shall be fabricated from pipes conforming to IS: 3589 or steel
plates having thickness not less than those specified in the IS: 3589. Minimum three piece meter bends
shall be used.
Welded construction shall be adopted for steel pipelines unless specified otherwise.
Hangers and supports shall be capable of carrying the sum of all concurrently acting loads. They shall be
designed to provide the required supporting effects and allow pipelines movements as necessary. All
guides, anchors, braces, dampers, expansion joint and structural steel to be attached to the
building/structure/trenches etc., shall be provided. Type of hangers and components for all piping shall be
selected by Contractor and approval obtained from the Purchaser/Architect before commencement of the
work.
All piping system shall be capable of withstanding the maximum pressure arising from any condition of
testing (as stipulated) and operation, including water hammer effects.
All the underground pipes shall be properly supported. Also, thrust blocks shall be provided wherever
pipe changes its direction. The above ground pipes also properly supported with ‘L’ angle / Hi-tech
supports.

  F‐ 13 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

4.7.2 Fire hydrant system


• External hydrants (UL/FM Approved) Downward Pattern

Contractor shall provide external hydrants. Hydrants shall have instantaneous type 63mm dia. outlets.
The hydrants shall be single outlet conforming to IS:908 with CI duck foot bend and flanged riser or
required height to bring the hydrant to correct level above ground.
Contractor shall provide for each external fire hydrant two numbers of 63mm dia. 2 x 15 m long controlled
percolation hose pipe with gunmetal male and female instantaneous type couplings machine wound with
GI wire (hose to IS:636 type certification) , gunmetal branch pipe with nozzle to IS:903. This shall be
measured and paid for separately.
Each external hydrant hose cabinet shall be provided with a drain in the bottom plate.
Each external hydrant hose cabinet containing items as above shall also be provided with a nozzle
spanner. This shall be measured and paid for separately.
Each hose cabinet shall be conspicuously painted with the letters “FIRE HOSE”.
The Hydrant valve (Landing wall) of the wet riser System shall be downward pattern & Bib nose threaded
type made up of GM/SS. It should be Single Headed & the system shall be painted as per IS 2379:1990
reaffirmed -1996 para7.4.
• Internal Hydrants (UL/FM Approved) Downward Pattern

Contractor shall provide on each landing and other locations as shown on the drawings single headed
gunmetal landing valve with 80 mm dia. inlet as per IS:5290, with shut off valves having cast iron wheels
as shown on the drawings. Landing valve shall have flanged inlet and instantaneous type outlets as
shown on the drawings.
Instantaneous outlets for fire hydrants shall be standard pattern and suitable for fire hoses.
Contractor shall provide for each internal fire hydrant station two numbers of 63 mm dia. 2 x 15 m long
rubberized fabric lined hose pipes with gunmetal male and female instantaneous type coupling machine
would with GI wire (hose to IS:636 type 2 and couplings to IS:903 with IS certification), fire hose reel,
gunmetal branch pipe with nozzle to IS:903. This shall be measured and paid for separately.
Each internal hydrant hose cabinet shall be provided with a drain in the bottom plate. The drain point shall
be lead away to the nearest general drain.
Each internal hydrant hose cabinet containing items as above shall also be provided with a nozzle
spanner and a Fireman’s Axe. The cabinet shall be recessed in the wall as directed. This shall be
measured and paid for separately.
Each hose cabinet shall be conspicuously painted with the letters “FIRE HOSE”.
The Hydrant valve (Landing wall) of the wet riser System shall be downward pattern & Bib nose threaded
type made of GM/SS. It should be double Headed & the system shall be painted as per IS 2379:1990
reaffirmed -1996 para7.4.

4.7.3 Hose pipe system


All hose pipes shall be of 63 mm diameter RRL/ CP as required, conforming to IS : 636 or IS : 8423. The
hose shall be provided with copper alloy delivery coupling. The hose shall be capable of withstanding a

  F‐ 14 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

bursting pressure of 35.7 Kg/Sq.cm without undue leakage or sweating. Hose shall be provided with
instantaneous spring-lock, type couplings.

4.7.4 Hose reel system


Hose reel shall conform to IS : 884, heavy duty, 20 mm dia. length shall be 36 mts. long fitted with gun
metal chromium plated nozzle, mild steel pressed reel drum which can swing up to 170 degree with wall
brackets of cast iron finished with red and black enamel complete.
Contractor shall provide standard fire hose reels of 20mm dia. high pressure “Dunlop” rubber hose 36 m
long with gunmetal nozzle, all mounted on a circular hose reel of heavy duty mild steel construction
having cast iron brackets. Hose reel shall be connected directly to the wet riser with an isolating valve.
Hose reel shall conform to IS: 884 and shall be mounted vertically. This shall be measured and paid for
separately.

4.7.5 Orifice plate


For restricting pressure at lower levels in the sprinkler system, orifice plates of appropriate sizes shall be
fitted at different floor levels, at the branching points from Riser Main.
The Diameter of such orifice shall not be less than 50% of the dia. of pipe into which it is to be fitted,
which shall not be less than 50mm dia. These orifice plates must be of stainless steel with plain central
hole without burrs, and the thickness shall be 3mm for pipe size up to 80 mm, 6 mm for pipes from 80 to
125 mm dia. and 9 mm for pipes greater than 125 mm dia. Such orifice plate must have a projecting
identification tag.
The orifice plate shall fitted not less than two pipe internal diameters downstream of the outlet from any
elbow or brand.
Contractor shall submit the design and identify location on drawing before installation.

4.7.6 Sluice valves


Sluice valves shall be double flanged valves with cast iron body. The spindle, wall seat and wedge nuts
shall be of bronze. They shall generally have non-rising spindle and shall be of the particular duty and
design called for.
The valves shall be supplied with suitable flanges, non- corrosive bolts and asbestos fibre gaskets. Sluice
valves shall conform to Indian Standard IS : 780-1969 and IS : 2906 .

F5. Pump room pumps & and accessories

5.1 Equipment specification-Fire pump sets


Fire system consists of the following pump sets - 2280 LPM at 70 MWC Motor Driven Main pump set - 1
Nos. (1 for Hydrant main) in pump house in basement
The suction of the above pump sets will be connected to a tank of capacity 2,00,000 Ltrs. (effective and
available capacity).
The Delivery of these pump sets are connected to a common manifold and further this manifold will be
connected to a ring main around the buildings.

  F‐ 15 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

The pump shall be of horizontal end suction, centrifugal pump. The speed of motor driven pump shall be
2900 RPM and the Engine driven pump shall be 1800 RPM.
Pump shall preferably be designed to have the best efficiency at the specified duty point. The pump shall
be suitable for continuous operation at any point within the “Range of Operation” i.e. 0% to 150% of rated
capacity.
The pump shall be driven by drive unit directly coupled. A heavy duty coupling along with coupling guard
shall be provided between the pump and drive unit.
The pump shall be capable of furnishing not less than 150% of rated capacity at a head of not less than
65% of the rated head.
The shut-off head shall not exceed 120% of rated head.
The drive unit power rating shall be the maximum of the following requirements:
‚ 15% margin over the pump shaft input power at the rated duty point.
‚ 5% margin over the pump shaft input power required to drive the pump at 150% of its rated
discharge
The pump set shall be of securely mounted on a robust base frame and shall be free from vibration at all
variations of load.
The pump shall also be linked to re-circulation pipe line required for minimum flow through the pump
during its operation without any discharge through headers.
The pump shall be provided with a name plate indicating delivery head, capacity and RPM.
The material of construction of pump shall be as under:
‚ Casing : Cast Iron, IS:210, Gr 20
‚ Impeller : Bronze IS: 318, Gr LTB1
‚ Wearing Rings : Bronze
‚ Shaft Sleeve : S/S Type AISI 410
‚ Stuffing Box : Cast Iron, IS: 210, Gr 20
‚ Gland : Cast Iron, IS: 210, Gr 20
‚ Gland packing : Teflon asbestos
‚ Shaft : Stainless Steel AISI 40
‚ Base frame : Fabricated M.S

5.2 Jockey pump sets ( N.A.)

The pump shall be horizontal end suction, centrifugal pump


The pump shall be of mono block type
The pump base frame shall be fabricated and should be very rigid
The base frame shall accommodate both the pump and the motor.
The pump shall be suitable for automatic operation
Jockey pump drive motor shall be suitable for frequent start / stop operations as required by the system.
The pump shall be provided with a name plate indicating delivery head, capacity and RPM.
The material of construction of pump shall be as under:

  F‐ 16 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

‚ Casing : Cast Iron, IS:210, Gr 20


‚ Impeller: Cast Iron
‚ Base frame : Fabricated M.S

5.3 Motors
The motors for the Standby hydrant & jockey pumps shall be of general purpose, constant speed, and
sized for the maximum output at an ambient temperature of 40 Deg C. The motors for the Jockey pump
shall be of TEFC type and for firefighting pump it shall be SPDP type. The motors shall be wound of class
‘F’ insulation. The windings shall be vacuum impregnated with head and moisture resisting varnish and
preferably glass fibre insulated to withstand tropical conditions. The motors shall be rated for continuous
duty. They shall also be suitable for long period of inactivity. The operating speed for the Standby Hydrant
pump / Jockey pump motor shall be of 2900 RPM. The motors shall be suitable for electric supply of
440V, 3 phase, 50 Hz and shall run continuously at rated input over the entire range of voltage and
frequency variations as under:
RANGE OF VARIATION
‚ Voltage : 10%
‚ Frequency : 5%
‚ Combined voltage frequency : 10% (Absolute sum)
Motors shall be designed for star-delta starting.
Motors shall be effectively grounded and shall be provided with two separate and distract grounding pads,
each complete with tapped hole galvanized bolt and washer for connection to station ground conductors.

5.4 Control panel for the motor driven standby pump


set and jockey pump set
The starting switch gear for the standby hydrant pump set shall be suitable for STAR DELTA STARTING.
The control circuit for the Standby pump set shall be designed for automatic operation i.e., whenever the
pressure reduces in the system, the pumps shall automatically starts. The stopping of the pumps is
‘Manual’.
The control circuit for the Jockey pump set shall be designed that whenever pressure reduces the pump
shall start automatically and when pressure reaches rated system pressure then it should automatically
switched OFF.
Auto/Manual switch shall be provided for both the Standby & Jockey pump set so that the pump sets can
be started/stopped Manually also.
The panel shall be provided with the Voltmeter and ammeter with indicating `R' `Y' `B' Lamps.
The control panel shall be of welded construction, fabricated from sheet metal having 2.03 (14 SWG)
thickness and shall be dust and varnish proof.
The Panel shall be completely factory wired absolutely ready in all respect for installation at site and
termination of Employer's external cables for which un drilled bottom gland plate shall be provided.
The internal wirings of the panel shall be carried out with 650 V grade stranded copper wire of size rated
for the current in the corresponding circuit. The minimum size of the wire shall not be less than 1.5 Sq.mm
stranded copper.

  F‐ 17 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

The wiring termination shall be done using ferrules having indelible at the termination to reduce the
possibility of short circuit between various wires. The con-tractor shall be solely responsible for the
contractors of the internal wiring and for proper functioning of the equipment supplied.
Neoprene or equivalent rubber gaskets shall be provided at all openings.
All the components used in the Panel shall be of reputed makes.
Name plate shall be provided at the Panel.
Isolating switch fuse units shall be provided in the panel for incoming A.C. power supply. 2 (two)
numbers diametrically opposite earthing connection shall be provided for the panel. The earthing of the
panel shall be done as per the rules and regulations. 2 (two) numbers diametrically opposite earthing
connection shall be provided for the panel. The earthing of the panel shall be done as per the rules and
regulations. Potential free contacts shall be provided for connecting to BMS system so that the BMS
system can indicate whether the pump is ON or OFF.

5.5 Diesel engine


The engine shall be of the compression ignition mechanical direct injection type, capable of being started
without the use of wicks, cartridges, heater plugs or either at an engine room temperature of 7 Deg. C.
and shall accept full load within 15 seconds from the receipt of the signal to start.

The engine shall be naturally aspirated, supercharged or turbo charged and either air or water cooled. In
the case of charge air cooling by means of a belt-driven fan or of a belt driven auxiliary water pump there
shall be multiple belts such that should half the belts break, the remaining belts would be capable of
driving the fan or pump.

The engine shall be provided with an adjustable governor to control the engine speed within 10% of its
rated speed under any condition of load up to the full load rating. The governor shall be set to maintain
rated pump speed at maximum pump load.

Engines, after correction for altitude and ambient temperature shall have bare engine horse power rating
equivalent to the higher of the following two values:
‚ 20% in excess of the maximum brake horse-power require to drive the pump at its duty point.
‚ The brake horse-power required to drive the pump at 150% of its rated discharge. The coupling
between the engine and the pump shall allow each unit to be removed without disturbing the
other.

5.1 Starting mechanism

Provision shall be made for two separate methods of engine starting viz.,
• Automatic starting

Automatic starting by means of a battery powered electric starter motor incorporating the axial
displacement type of pinion, having automatic repeat start facilities initiated by a fall in pressure in the
water supply pipe to the sprinkler and/or hydrant installation. The battery capacity shall be adequate for
ten consecutive starts without recharging with a cold engine under full compression.
• Manual starting

‚ Crank handle, if engine size permits or

  F‐ 18 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

‚ Electric starter motor.


• Battery charging

The means of charging the batteries shall be by a 2 rate trickle charger with manuals election on
boost charge and the batteries shall be charged in position.
• Cooling system

The contractor shall clearly indicate in his offer the type of cooling system adopted.
• Fuel system

Engine shall be provided with a fuel oil tank fitted with a level indicator and having adequate capacity to
hold sufficient fuel oil for minimum two (2) hours of full load run.
The fuel oil tank shall be constructed of welded steel. The tank shall be above the inlet of fuel injection
pump of the diesel engine to ensure adequate pressure at suction of injection pump.
The fuel oil tank shall be provided with a sludge and sediment trap, so that the same is not carried to the
injection pump. Adequately sized inspection and cleaning hole shall be provided to felicitate maintenance.
Pipe line carrying fuel oil shall be independent for each engine and gradually sloped from the tank to the
injection pump. Any valve in this line shall be placed adjacent to the tank and kept locked in open
position.
Pipe joints shall be welded only and shall not be soldered. No plastic pipes shall be used. The design of
complete fuel oil system shall be free of air pocket in any part of the pipe work, fuel pump, sprayers /
injectors, filter system, etc., Use of screwed plugs shall be permitted where air relief is essential with
approval of Architect/Employer. The effective capacity of the fuel tank shall be for four hours operation of
diesel engine.
• Air filtration

The air intake shall be fitted with a filter of adequate to prevent foreign matter entering the engine.
• Exhaust system

The exhaust shall be fitted with a suitable silencer to keep the total back pressure within the engine
maker's recommendation. The exhaust system shall also be free from any condensate flowing into the
engine.
• Engine shut-down mechanism

This shall be of manual operation to bring the engine to starting position after use.
• Accessories

The engine shall be mounted on a frame of fabricated steel construction. Adequate access shall be
provided to the big end and main bearings, cam-shaft and governor drives water jacket, etc.
Indicator cocks shall be mounted directly on the cylinder head and located in such a manner as to permit
preparation of the indicator cards without removing the valve operating gear covers.
• Tools

A standard tools kit shall be provided with the engine and kept at handy place all times.

  F‐ 19 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

• Spare parts

The following spare parts shall be supplied with the engine and kept at handy places.
‚ Two sets of fuel filters, elements and seals.
‚ Two sets of lubricating oil filters elements and seals.
‚ Two sets of belts (where used).
‚ One complete set of engine joints, gaskets and hoses.
‚ Two injector nozzles.
‚ One complete set of piston rings for each cylinder.
‚ One inlet valve and one exhaust valve.
• Auto start control panel for diesel engine

The Auto-start control panel shall have the following:


‚ Auto/Manual selector switch for pump set.
‚ Manual start/stop push button.
‚ Indicating lamps showing power is on and run/stop.
‚ Voltmeter/Ammeter in battery charging circuit.
The control panel shall be of welded construction, fabricated from sheet metal having 2.03 (14 SWG)
thickness and shall be dust and varnish proof. Neoprene or equivalent rubber gaskets shall be provided
at all openings. The Auto Start panel shall have both trickle & Boost charger to charge the batteries. The
Panel should be designed and compatible with the maker of the diesel engine offered. Name plate of
approved design shall be furnished for panel and for each instrument or device mounted on the panel.
The panel shall have provision of cable entry at the Top plate shall be provided to make entry dust-tight
and vermin proof. 2 (two) numbers diametrically opposite earthing connection shall be provided for the
panel. The earthing of the panel shall be done as per the rules and regulations.
The pump set can be either switched ON automatically or manually depending upon the selector switch
position in the MCC / Auto Start panel. When the system is in auto mode the sequence of starting of the
pump sets will be as under:
START STOP
Motor driven pump set 5.5 Kg./cm.sq. 7Kg./cm.sq./Manual
When the system is manual mode, the pump sets can be switched ON or switched OFF by manually only
by pressing the bush buttons in the control panel. Necessary isolating valves will be installed in ring main
so that maintenance work can be taken up in the ring main if necessary.
The electrical motors of the above pump sets preferably started by Star Delta and Not DOL method. The
electrical load of the motors will be approx. 55 KW. It is always better to provide positive suction for the
pump sets.
Cable tray - The cables from the MCC / auto start panel to the motors / engine shall be taken in the cable
tray. The cable tray shall be re-fabricated of GA (2mm thick with necessary accessories like Tees / bends
etc. shall be supplied along with the fasteners. The cable tray shall be hot dip galvanized. The supports
shall be spaced at 1500 mm centers.
All the hydrant components i.e. hydrant valve, Hoses with coupling, branch pipe shall have ISI approval.
Holiday test - For all the underground pipes, protected with wrapping and coating, Holiday Testing shall
be conducted for proper workmanship i.e. Holiday Detectors shall be used with high voltage between the

  F‐ 20 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

pipes and spring coil electro designed to roll over the coated surface. At any point, where there is any
defect of ‘Holiday’ in the continuity of the coating, a pronounced ‘ARC’ occurs which will be visible and
also audible. These spots have to be subsequently repaired with further coating. A minimum of 14,400
Volts shall be applied for the 4 mm thick wrapping and coating.

F6. Instrumentation

6.1 Pressure gauge


‚ Pressure gauge sensing elements shall be of continuous `C' bourdon type.
‚ Gauges shall be of 150 mm diameter dial stored enamel black finish case.
‚ Normal process pressure shall be gauged within 70% of full scale reading of the scale range.
‚ Accuracy shall be within 1.0 % of full scale range.
‚ Gauges shall have internal and external stop pegs for cover range protection of 125% of
maximum range and zero point respectively.
‚ All gauges shall have bottom connection for local mounting.
‚ All gauges shall be provided with 3 way gauge isolation valve or lock union nut, with nipple and
tail pipe, wherever required

6.2 Pressure switch


Pressure switches shall be used to control the operation of the main fire pump and the jockey pump. The
pressure switches shall be of bellows type with required differential as per the system (Schematic offered
and the range shall be adjustable and suitable for the operation of the pumps).

6.3 Valve chambers


The inside dimensions of the valve chamber shall be 1M x 1M x 1.3M depth. The cover of the valve
chamber shall be provided with heavy duty cast iron cover for valve chambers coming in the drive way
and light duty cover for valve chamber not coming in the drive way.

6.4 Building management system


The MCC and Auto Start Panels provided for the pump sets will have potential free contacts, which can
be used for building management system. The following are the indications that will be indicated in the
BMS System.
‚ Wet Riser Main Pump (Electrical Motor Driven) “ON” and “OFF” indications
‚ Wet Riser Standby Pump (Diesel Engine Driven) “ON” and “OFF” indications
‚ Wet Riser Jockey Pump (Electrical Motor Driven) “ON” and “OFF” indications
‚ Wet Riser Terrace Pump sets (Electrical Driven) “ON” and “OFF” indications
The cabling between the potential free contacts and the BMS will be done by BMS contractor

F7. Erection, testing and commissioning

7.1 General
For Steel pipelines, welded construction shall be adopted unless specified otherwise

  F‐ 21 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

Hangers and supports shall be capable of carrying the sum of all concurrently acting loads. They shall be
designed to provide the required supporting effects and allow pipe lines movements as necessary.
Approval to the type of hangers and components for all piping selected by contractor shall be obtained
from the Employer/Architect before commencement of work.
All piping system shall be capable of withstanding the maximum pressure arising from any condition of
testing (as stipulated) and operation, including water hammer effects.
While erecting field run pipes, the contractor shall check the accessibility of valves, instrument tapping
points, and maintain minimum head room requirement and other necessary clearance from the adjoining
work areas.
Modification of prefabricated pipes, if any, shall have to be carried out by the contractor at no extra
charge to the Purchase/Employer.
All pipelines shall be given proper slope towards the drain point.
External and internal attachment to piping shall be designed so as not to cause flattening of pipes of
excessive localized stresses.
All pipe lines shall be identified by means of colour bands and direction arrows in consultation with the
Architect.

7.2 End preparation


‚ For steel pipes, end preparation for butt welding shall be done by machining / grinding.
‚ Socket weld end preparation shall be sawing/machining.
‚ For tees, laterals, mitre bends and other irregular details cutting templates shall be used for
accuracy.

7.3 Pipe joints


In general, pipes having sizes 50 mm and over shall be joined by butt welding, pipes having 40 mm size
of less shall be joined by socket welding/screwed joints shall have tapered threads and shall be assured
of leak tightness without using any sealing compound.
Flanged joints shall be used for connection to vessels, equipment, flanged valves and also on straight
lengths of pipeline at strategic points to facilitate erection and subsequent maintenance work.
Radiography Test shall be conducted for the 10% welded joints or pressure test at 1.5 times of working
pressure in part of system and with total system.

7.4 Over ground piping


Piping to be laid over ground shall be supported on supports. Support details shall have to be approved
by the Employer/Architect.

7.5 Painting
Above ground pipes shall be coated with one coat of red oxide primer and 2(two) coats of synthetic
enamel of `Fire Red' colour. The pipe line surfaces shall be manually cleaned of rust / mill scales by wire
brush, carborandum tips etc.

  F‐ 22 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

7.6 Welding
Before welding, the ends shall be cleaned by wire brushing, filing or grinding. Each weld-run shall be
cleaned of slag before the next run is welded.
Welding at any joint shall be completed uninterrupted. If this cannot be followed for some reason, the
weld shall be insulated for slow and uniform cooling.
Welding shall be done by manual oxi-acetylene for non ferrous materials. Manual metal are process for
ferrous materials. Qualified Welder only allowed for welding. Welder has to be qualified before welding.
As far as possible welding shall be carried out in flat position. If not possible, welding shall be done in a
position as close to flat position as possible.
The root of butt joints shall be such as to achieve full penetration with the complete fusion or root edges.
The weld projection shall not exceed 3 mm inside the pipe.
On completion of each run crater, weld irregularities, slag etc., shall be removed by grinding or chipping.
During the process of welding, all movements, shocks, vibration or stresses shall be carefully avoided in
order to prevent weld cracks.
Approved welding Electrode. Advani overlikon / D&H Scheron / ESAB.

7.7 Test at site


7.7.1 Piping
After the entire pipe line is erected, the pipe line shall be subjected to a hydrostatic test at 1.5 times the
working pressure for a period of 2 (Two) hours. The test should be made in the presence of and to the
satisfaction of the Employer's / Consultant's representative. Defects noticed in the test should be repaired
or if necessary defective work should be replaced with new work. Tests shall be repeated until work is
done satisfactorily.

7.7.2 Hydrant system


After erection at site, the complete system shall be subjected to tests to show satisfactory performance in
line with the requirements of specification and as per instruction of Employer/Consultant. The following
tests shall be under taken in particular.
‚ Automatic starting of all fire pumps by operating the test valves.
‚ Operation of yard hydrant/internal hydrants and testing of sequential starting of all the fire pumps.
‚ Testing of the complete system / equipments.

7.7.3 Manuals
3 copies of manuals shall be submitted duly indexed with complete technical data sheet of each piece of
equipment installed. The manuals shall be well bound and shall contain the following:
‚ Table of Contents
‚ Design data/standards
‚ As built' drawings.
‚ Manufacturers’ Catalogues, Test Certificates, installation and maintenance brochure.
‚ Spare parts list.

  F‐ 23 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

‚ All raw materials / Bought Outs like pumps, motors, valves, instruments, etc. Test Certificates
Catalogues to be enclosed.

F8. Sprinkler system

8.1 Pipes and fittings


The use of Pipes in the execution shall be as follows:

8.1.1 Buried pipes


The pipes shall be of MS Medium Grade as per IS:1239 Part-I, up to 150 NB and below or IS:3589 for
pipes of sizes 200 mm and above with IS mark in both the cases.
Minimum thickness of steel pipes IS:3589 shall be as follows:

Pipe Size NB (mm) 200 250 300 350 400

Minimum wall thickness (mm) 6 6 6 6 6


All fittings to be used in connection with steel pipelines up to a size of 80 mm shall be as per IS: 1239,
Part-II. Heavy Grade Fittings with sizes above 80 mm to 150 mm shall be fabricated from heavy grade
pipes conforming to IS:1239 (Part-I) having thickness not less than those of IS:1239 (Part-II) heavy grade
pipes. Fittings with sizes above 150 mm shall be fabricated from pipes conforming to IS: 3589 or steel
plates having thickness not less than those specified in the IS: 3589. Minimum three piece meter bends
shall be used.
Welded construction shall be adopted for steel pipelines unless specified otherwise.
Hangers and supports shall be capable of carrying the sum of all concurrently acting loads. They shall be
designed to provide the required supporting effects and allow pipelines movements as necessary. All
guides, anchors, braces, dampers, expansion joint and structural steel to be attached to the
building/structure/trenches etc., shall be provided. Type of hangers and components for all piping shall be
selected by Contractor and approval obtained from the Purchaser/Architect before commencement of the
work.
All piping system shall be capable of withstanding the maximum pressure arising from any condition of
testing (as stipulated) and operation, including water hammer effects.
All the underground pipes shall be properly supported. Also, thrust blocks shall be provided wherever
pipe changes its direction. The above ground pipes also properly supported with ‘L’ angle / Hi-tech
supports.

8.2 Sprinkler
8.2.1 General specification
The scope of work shall include supply, commissioning, testing of the system as a whole. The sprinkler
heads are to be fixed into heavy quality black steel pipes, conforming to IS 1239 or any other approved
specification. The size of pipe will vary from 20 mm to 150mm to suit the hydraulics of the system. The
System shall conform to CFO Rules for the installation of sprinkler systems in general for 'Low Hazard’
category as per NBC -in respect of design, density and spacing of sprinkler heads.

  F‐ 24 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

Reduction in pipe sizes shall not be made by use of bushings. All piping shall be done by means of
welding, screwed & flanged jointing as per codes.
Due care shall be taken that sprinklers are not applied with paint at the time of applying paint to piping
and fittings.
All control, drain, test and alarm valves shall be provided with signs to identify their purposes, functions,
direction of flow the satisfaction of the Consultants.

8.2.2 Quartzoid bulb automatic sprinkler (UL/FM


Approved)
Sprinkler heads shall be made of Gun metal / SS/ brass quartzoid bulb type & UL Listed /FM Approved, in
compression to withstand any pressure, surge or hammer likely to occur in the system. The yoke & body
shall be made of high quality gun metal brass with arms streamlined to ensure minimum interference with
the spread of water. The deflector of suitable design shall be fitted to give even distribution of water over
the area commanded by the sprinkler.
The bulb shall contain a liquid having a freezing point below any natural climatic figure and a high
coefficient of expansion. The temperature rating of the sprinkler shall be stamped on the deflector & the
colour of the liquid filled in the bulb shall be according to the temperature rating as per NFPA standard.
The sprinkler heads shall be of type & quality approved by the local fire brigade authority. The inlet shall
be screwed.
The sprinklers shall have 15mm nominal size of the orifice for ordinary hazard.
The orifice size shall be marked on the body or the deflector of the sprinkler.
Metal guards for protection of sprinkler against accidental or mechanical damage shall be provided as
desired by the Project Manager.
Contractor shall submit detailed submittal and discharge spray pattern for the Sprinkler for the approval of
consultant.

8.2.3 Operating Temperature


The Operating temperature at which the quartzoid bulb of the sprinkler head shall actuate, shall be 68
degree C or as specifically mentioned.

8.2.4 Sprinkler Installation


Sprinkler heads shall be located in positions shown on the drawings. While slight relocation may result
from building construction features or interference from other services, the maximum spacing between
sprinkler heads and coverage area shall not exceed those stipulated in the NFPA 13-1994 Rules.
Allowance shall be made for such relocations within a radius of 1500 mm of the indicated positions
without additional cost. The Fire Protection Services Trade shall co-ordinate with the ceiling Trade to set
out the sprinkler locations to suit the site location of the unit grid. In general, all sprinklers shall be located
at the centre of the ceiling unit and a provision of about 10% more sprinklers and pipe work than required
in NFPA Rules shall be included in this sub-contract. Chrome plated wire mesh guards shall be used to
protect the sprinkler heads which are liable to accidental or mechanical (at no extra cost) damage.
Sprinkler Spacing is planned in such a way that it should not hinder the installation of pipe network & the
Sprinkler is placed in such a way that it should be away from column & beam to give effective coverage of
water spray.

  F‐ 25 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

Sprinkler Shall not be provided in LV Room & Server Room.

8.3 Flow requirements


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

8.4 Orifice plates


For restricting pressure at lower levels in the sprinkler system, orifice plates of appropriate sizes shall be
fitted at different floor levels, at the branching points from Riser Main.
The Diameter of such orifice shall not be less than 50% of the dia. of pipe into which it is to be fitted,
which shall not be less than 50mm dia. These orifice plates must be of stainless steel with plain central
hole without burrs, and the thickness shall be 3mm for pipe size up to 80 mm, 6 mm for pipes from 80 to
125 mm dia. and 9 mm for pipes greater than 125 mm dia. Such orifice plate must have a projecting
identification tag.
The orifice plate shall fitted not less than two pipe internal diameters downstream of the outlet from any
elbow or brand.
Contractor shall submit the design and identify location on drawing before installation.

8.5 Installation control valves (UL/FM LISTED)


Each installation shall be provided with a set of installation control valves comprising:-
‚ An Alarm Valve.
‚ A Water Motor Alarm & Gong.
‚ Installation valves shall be installed on the sprinkler circuits as shown on the drawings.
‚ Contractor shall submit detailed shop drawings showing the exact location, details of installation
of the valves/alarm in all respects.
‚ Installation valve shall comprise of a cast iron body with gunmetal trim, and double seated
clapper check valves, pressure gauges, test valve and orifice assembly and drain valve with
pressure gauges, turbine water gong including all accessories necessary and required and as
supplied by original equipment manufacturer and required for full and satisfactory performance of
the system. A cast iron isolation valve with lock and chain at the inlet of the installation valve shall
be provided.

8.6 Inspection and test valve assembly


Inspection and testing of the automatic starting of the sprinkler system shall be done by providing an
assembly consisting of gunmetal valves, gunmetal sight glass, bye-pass valve and orifice assembly as
per approved drawing.

8.7 Water flow switch (UL/FM Approved)


Flow switch shall have a paddle made of flexible and sturdy material of the width to fit within the pipe
bore. The terminal box shall be mounted over the paddle/ pipe through a connecting socket. The Switch
shall be potential free in either N O or N C position as required. The switch shall be able to trip and make
/ break contact on the operation of a single sprinkler head. The terminal box shall have connections for

  F‐ 26 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

wiring to the Annunciation Panel. The flow switch shall have connections for wiring the seat shall be of
S.S to the Annunciation Panel. The flow switch shall have IP: 55 protections.
The flow switches work at a triggering threshold bandwidth (flow rate) of 4 to 10 GPM. Further, it shall
have a ‘Retard’ to compensate for line leakage or intermitted flows.
TAMPER SWITCH shall be UL/FM Approved

8.8 Water curtain nozzle


Water Curtain Nozzle distributes water in a flat curtain extending all the way to the ground.
Water Curtain Nozzle when mounted in pendent position acts as a window spray nozzle to protect interior
walls, windows and other opening of the building which are affected by fire. The nozzles when mounted in
horizontal position with flow towards ground, a flat water curtain are produced to segregate the area
which is under fire. Water Curtain Nozzles are available in Brass and Stainless Steel construction with
spacing between nozzles of 2.5 m with working pressure of 1.5 to 3.5 kg/cm2.

8.8.1 Deluge Valve (UL/ FM Approved)


Deluge Valve is a quick release, hydraulically operated diaphragm valve. It has three chambers, isolated
from each other by the diaphragm operated clapper & seat seal. While in ‘set ‘position, water pressure is
transmitted through an external bypass check valve & restriction orifice from the system supply side to the
top chamber, so the supply pressure in the top chamber acts across the diaphragm operated clapper
which holds the seat against the inlet supply pressure because of differential pressure design .on
detection of fire the top chamber is vented to atmosphere through the outlet port via opened actuation
device. The top chamber pressure cannot be replenished through the restricted inlet port, thus it reaches
less than half the Supply pressure instantaneously & the upward force of the supply pressure lifts the
clapper allowing water to enter the system piping network & alarm devices.

8.9 The main stop valve


These shall be of cast iron body of requisite size. When closed, these will shut off supply of water to the
installation.
A location plate must be fixed on the outside or an external wall, as near to the main stop valve as
possible, bearing the following words on raised letters or other approved type letter.
‚ Sprinkler Stop Valve Inside : The word `sprinkler stop valve' shall be in letters of at least 35mm
and the word "INSIDE" at least25mm in height. The words shall be painted white on black back
ground.
‚ All stop valves shall be right handed i.e. they shall be so constructed that in order to shut the
valve the spindle shall turn from left to right. There shall be an indicator which will show whether
the valve is open or shut.

8.10 Pipes for drainage


Sprinkler pipes shall be so installed that the system can be thoroughly drained. As far as possible all
pipes shall be arranged to drain to the installation drain valve as shown in the drawing for ordinary hazard
system.
In the case of basement & other areas where sprinkler pipe-work is below the installation drain valve & in
other trapped points in the system, auxiliary valves of the following sizes shall be provided.

  F‐ 27 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

‚ 20 mm valves for pipes up to 50mm dia.


‚ 25 mm valves for 80mm dia. pipe.
‚ 50 mm valves for pipes larger than 80mm dia.
Provision for discharge /Performance test of Sprinkler shall be made in such a way that the water flow of
the System can be dumped through the bypass System.

8.11 System design


The entire sprinkler installation shall be designed to make it a hydraulically balanced system. The
pressure requirement at typical floors shall be designed between 2.5 bar and 3.5 bar.

F9. Drawings & specifications


The complete package is to be provided by the contractor as per the following drawings, which may be
referred for residual engineering of the system along with technical specifications:
‚ Fire Hydrant System Layouts Layout
‚ Fire water reservoir and pump house layout.
‚ Fire Sprinkler System Layouts Layout
The drawing accompanying the tender documents are indicative of scope of work and issued for
tendering purpose only. Contractor will be fully responsible for designing and providing the fire protection
system compliance with TAC or any agency nominated by insurance companies.

9.1 Design, Drawings and Documents


The Vendor/Contractor’s scope of work shall include residual engineering, supply, testing &
commissioning of all systems and preparation of the following: -
‚ Data sheets with catalogues, cross sectional drawings for all equipment used in this system.
‚ Detailed design calculations for components for velocity and pressure drop calculations of
hydrant System.
‚ Fire hydrant system layout drawings with sectional drawings.
‚ Location and type of pipe supports (structural and concrete)
‚ List of materials and their specification
‚ Instruction manuals for operation and maintenance. These shall be supplied prior to 75% of the
overall project scheduled completion period for approval and the final documents shall be
submitted within two week of commissioning of the entire package for each system of the
package
‚ Performance test certificates and inspection reports from contactor’s / vendors / manufacturers /
suppliers of each equipment

9.2 Technical data sheet


(Technical information to be furnished in following format by Bidder)

DOCUMENT : DATA SHEET FOR FIRE FIGHTING SYSTEM


SR. NO. SPECIFICATION DESCRIPTION

  F‐ 28 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

SR. NO. SPECIFICATION DESCRIPTION


1.0 HYDRANT CUM SPRINKLER PUMP(S)
1.1 Type(s)
1.2 Make(s)
1.3 General Specifications :
1.3.1 Capacity (Lit/Sec)
1.3.2 Head in (mts.)
1.3.3 Sizes of suction and delivery pipes in mm
1.4 Material for Impeller
1.5 Material for Pump Casing
1.6 Material for Shaft
1.7 Efficiency of the Pump
1.8 Electrical Motor
1.8.1 Type
1.8.2 Make
1.8.3 Speed in R.P.M
1.8.4 Efficiency of the Motor
1.8.5 H.P and Voltage of driving motor, type of enclosure
and class of winding insulation, Motor full load
current (Remote controlled starting arrangement, if
any)
1.8.6 Details of electric supply
1.8.7 Type of Starter
1.9 Diesel engine
1.9.1 Speed and Horse power of the engine driving
pump(s)
1.9.2 Method of starting the engine
1.9.3 Fuel Consumption
1.9.4 Details of batteries, Battery Charger and Diesel
Engine control panel
1.9.5 Efficiency of the engine
2.0 HYDRANT MAINS
2.1 Material & Type of underground and / or overhead
mains with method of joining

  F‐ 29 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

SR. NO. SPECIFICATION DESCRIPTION


2.2 To what pressure have the pipes been tested?
2.3 No. & dia. Of wet riser
3.0 Hydrant valves
3.1 Type and Make
3.2 No. & type of Yard hydrants valve
3.3 No. & type of floor hydrants
4.0 HOSE
4.1 Material and diameter
4.2 Manufacturer’s Name and Guarantee for bursting
pressure.
4.3 No. of Hose & length
4.4 At what pressure the hose has been tested by the
insured?
4.5 Where is hose kept?
4.6 No. of branch pipes and nozzles and their diameters
5.0 SPRINKLER
5.1 No. & type of isolation valves
5.2 Type, make and fusing temperature of the sprinkler
heads used.

9.3 List of Approved Makes


For the items missing in the list, the relevant IS Code and specification should be binding on the
contractor. The contractor should take approval wrt the approved vendor list prior to any
procurement from the Engineer in charge.

  F‐ 30 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
Fire fighting - item and material specification

Sr. No. Item Approved make

1  PIPES  TATA / JINDAL / SURYA /SWASTIK 

2  G.I. FITTINGS  R BRAND / SANT‐H / UNIK / K.S. 
KBL / IVC / LEADER / SANT / INTERVALVE / 
3  VALVES 
SARKAR 
MINIMAX / NEWAGE / SUKEN / SBJ / 
4  FIRE HYDRANTS 
WINCO / PRIYANKA 
MINIMAX / SUPREME / DUTRON / SBJ / 
5  FIRE HOSE REEL 
NEWAGE / VILAS 
FIRE HOSE, COUPLING BRANCH PIPE, 
6  MINIMAX / NEWAGE / SUKEN / SBJ 
NOZZLES, FIRE BRIGADE INLET 
JAYSHREE / INDIAN RAYON / NEWAGE / 
7  RRL HOSE 
CHATARIA / FIRE MARSHAL 
8  CP HOSE  INDIAN RAYON / NEWAGE 

9  PVC HOSE FOR HOSE REEL  DUNLOP / SWASTIK / DUTRON  

10  PUMPS  KBL / M & P / HBD / KSB/GROUNDFOS 

11  MOTOR  KEC / SIEMENS / CGL / ABB 

12  DIESEL ENGINE  KOEL / GREAVES  

13  BATTERY  EXIDE / AMCO 

14  BATTERY CHARGER  SERVILINK 

15  PRESSURE SWITCHES  SWITZER / INFOSS 

16  PRESSURE GAUGE  BELLS / H GURU / AIR MASTER 

17  FLOW SWITCHES  FORBES MARSHALL/SWITZER/DANFOSS 

18  COATING & WRAPPING  IWL / STP/EQUIVALENT 

19  ELCTRIC METERS  A.E.I. / MECO 

20  EXTINGUSHER  KANEX/MINIMAX/SAFFEX 

21  MCB / MCCBS  SIEMENS / L&T / SCHNEIDER 


 

  F‐ 31 
Part C
Electrical
Works
Section I General
Instructions
Section II Specification and
List of Make
Section III Item
Specification

Section I
General
Instructions
Section I: General Instructions
Contents

E.I.  Criteria for the Electrical Contractor ............................................................................................ 2 


i.  Eligibility Criteria for the Electrical Contractor............................................................................. 2 
a.  Eligibility................................................................................................................................... 2 
b.  Financial .................................................................................................................................. 2 
c.  Technical ................................................................................................................................. 2 
d.  Instruction ................................................................................................................................ 2 
E.II.  GENERAL INSTRUCTIONS FOR ELECTRICAL WORK ........................................................... 3 
1  Scope of work ............................................................................................................................. 3 
2  Location....................................................................................................................................... 3 
3  Drawings, Specifications & Deviations ....................................................................................... 3 
4  Tools and Spare Parts: ............................................................................................................... 4 
5  Testing & Handing over .............................................................................................................. 4 
6  Performance guarantee .............................................................................................................. 4 
7  Defects Liability ........................................................................................................................... 4 
8  Statutory Inspections .................................................................................................................. 4 
9  Deleted ........................................................................................................................................ 5 
10  Temporary wiring ........................................................................................................................ 5 
11  Completion Drawing .................................................................................................................... 5 
12  GA Drawings ............................................................................................................................... 5 
13  Works to be done by the Contractor ...........................................................................................5 
14  Guarantee ................................................................................................................................... 6 
15  After sales services ..................................................................................................................... 7 
16  Power Supply at Site ................................................................................................................... 7 
e.  Electricity ................................................................................................................................. 7 
f.  Liaison with local authority for electrical connections for the Client ........................................ 7 
17  Scope which can be deleted from contractor.............................................................................. 7 
18  Quantity Variation........................................................................................................................ 7 
E.III.  Special conditions of contract for electrical work ........................................................................ 7 
g.  Minimum Criteria for selecting Electrical Sub contractor (for details refer E1 criteria for
electrical contractor) ......................................................................................................................... 8 

C- 1
E.I. Criteria for the Electrical Contractor

Successful contractor has to appoint an electrical contractor as per following criteria. The agency /
Contractor working for the electrical work must fulfil following criteria.

i. Eligibility Criteria for the Electrical Contractor


Applicant has to pass the below mentioned criteria, each criteria will lead applicant to next stage.
Applicant must fulfil all the criteria mentioned below.
Applicant must submit the attested supporting document to support all his claims.
Letter of Association stating that if contract will awarded to main contractor associated electrical
contractor will work for Electrical work for this project.
a. Eligibility
1) Applicant must in electrical contract business from last 5 years as on 31st March, 2012 & also
have the electrical contractor license.
b. Financial
1) The applicant must have completed the 1 single Similar Magnitude & class of electrical SITC
work of the 420 lacs during the last 3 financial years. Applicant must attach the order copy &
completion certificate for the same. Applicant must attach the order copy & completion
certificate for the same.
2) The average turnover of last 3 financial year for projects of the Applicant must be minimum
800 lacs.
c. Technical
1) The applicant should have completed minimum 2 nos. of the similar magnitude & Class of the
project.
2) The applicant should have completed minimum following of the similar magnitude & Class of
the project.
‚ 1 work of at least 420 lacs during the last 3 financial years or
‚ 2 work of at least 320 lacs during the last 3 financial years or
‚ 3 work of at least 250 lacs during the last 3 financial years
3) The applicant should give the information about their organisation, technical experience,
technical & supportive staff, spare capacity and their competency.
4) The applicant shall have at least 3 licensed electrical supervisors working in the organisation.
d. Instruction
Following document should be attached in following order by the applicant with the prequalification bid
document ( On A4 document & initialled on every page ).
‚ Complete Organisation profile with the detail CV of the Partner / Directors & key persons in
the organisation with the organisation chart.
‚ Address, Contact Details.
‚ Electrical Contractors License no. & registration document
‚ Pan No. of the Organisation with the Income Tax clearance certificate.
‚ Sales Tax (VAT) No. & Clearance certificate.
‚ Previous Experience of projects.

C- 2
‚ List of the Completed Projects with the cost & completion Certificate.
‚ List of the ongoing Project with the cost & Work Order.
‚ List of the completed Similar Magnitude & class of the project with the Completion Certificate
& cost.
‚ List of the ongoing Similar Magnitude & class of the project with the work order & cost (If any).
‚ ( Above all project details should be given with the following details ) 

o Name of the Project & Year 
o Clients Name & Contact Details. 
o Employer Name  

o Value & time Period. 
o Nature of the work. 
‚ Applicant should have the following policies. ( Details should be given ) 
o Workman full compensation 

o Contractors all risk policies 

E.II. GENERAL INSTRUCTIONS FOR ELECTRICAL WORK

1 Scope of work
1.1 The contractor’s scope of work covers supply, installation, commissioning and testing of the
complete Electrical installation as specified in material specification, item specification, drawings and
schedule of quantities.

2 Location
2.1 The works are to be carried out at NayaRaipur, Chhatisgarh. All electrical equipment and
gear shall be designed for an average ambient of 50°C with a peak of 55°C and relative humidity
100%.

3 Drawings, Specifications & Deviations


3.1 The drawings and specifications lay down minimum standards of equipment and workmanship.
Should the tenderer wish to depart from the provisions of the specifications and drawings either on
account of manufacturing practice or for any other reasons, he should clearly draw attention in his
tender to the proposed points of departures and submit such complete information, drawings and
specifications as will enable the relative merits of the deviations to be fully appreciated. In the
absence of any deviations, it will be deemed that the tenderer is fully satisfied with the intents of
the specifications and drawings and their compliance with the statutory provisions and local
codes.
3.2 In case of discrepancy between the drawings and specifications, the tenderer shall assume the
more stringent of the two and furnish his rates accordingly.
3.3 The Contractor shall prepare fabrication and working drawings and all work shall be as per the
approved working drawings. Approval of drawings does not relieve the Contractor of his
responsibility to meet with the intents of the specifications. All such drawings for approval shall be
in duplicate.
3.4 Equipment data shall be submitted along with the filled tender. The contractor shall be responsible
for any unfilled data of the data sheets and the same shall be executed according to the
requirements of the Engineer in charge without any extra cost.

C- 3
3.5 All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to
have been included in the tender, whether such items are specifically mentioned in the tender
documents or not.

4 Tools and Spare Parts:


4.1 All the tools, tackle, scaffolding and staging require for erection and assembly of the equipment
and installation covered by the contract shall be obtained and maintained by the contractor
himself. All other materials such as foundation bolts, nuts, anchor fasteners etc. required for the
installation of the plant shall also be supplied and included in the contract.
4.2 Tenderer should submit the spares recommended by him for two years operation of each type of
equipment covered by these specifications on completion of work.

5 Testing & Handing over


5.1 The contractor shall carry out tests on different equipment as specified in various sections in the
presence of representatives of Engineer in order to enable them to determine whether the plant,
equipment and installation in general comply with the specifications.
5.2 All equipment shall be tested after carrying out necessary adjustments and balancing to establish
equipment ratings and all other design conditions. At least six sets of readings shall be taken for
each item tested and submitted.
5.3 It will be the responsibility of contractor to keep watch on the under execution / executed cables &
etc equipments of the system up to handling over the project.
5.4 The project shall be handed over after satisfactory testing along with six sets of documentation
along with two sets of soft copy each consisting of :
i. Detailed equipment data as approved by the Engineer.
ii. Manufacturer's maintenance and operating instructions.
iii. Set of drawings, showing plant layouts, piping, ducting, cabling etc
iv. Approved Test reading & certificate of local authorities.
v. List of recommended spares.
5.5 Submission of the above documentation shall form a precondition for the final acceptance of the
plant and installation and final payment.

6 Performance guarantee
6.1 All electrical equipment/items shall be suitable for Seismic Zone .All equipment and the
entire installation shall be guaranteed to yield the specified ratings and design conditions plus/minus
3% tolerance. Any equipment found short of the specified ratings by more than the allowable tolerance
as determined by the test readings shall be rejected.

7 Defects Liability
7.1 All equipment and the entire installation shall be guaranteed against defective materials
and workmanship for a period of 24 months reckoned after the plant is commissioned and handed
over to the clients along with the 6 sets of completion documents. During the defects liability period,
the contractor shall rectify, repair or replace defective parts and components free of cost.

8 Statutory Inspections
8.1 The contractor shall be fully responsible for meeting all the statutory obligations pertaining to
the works carried out by them. The contractor should prepare all working drawings and obtain

C- 4
approval of competent authorities and also have the equipment and installation inspected and got
approved. All statutory fees will be paid by the clients directly against demand in writing from the
appropriate authority and all other expenses for submission and approval of the various and relevant
statutory/bodies shall be embodied in the tender prices.

9 Deleted

10 Temporary wiring
Whenever any temporary wiring is done, it has to be done so that all precaution for safety is taken and
temporary wiring shall be also done so that, it is not hazardous to anybody. Any accidents happen
because of temporary or permanent installation, it will be entire responsibility of contractor for all
compensation to concern parties.
Employer, engineer in charge, consultants shall not be responsible for such accidents, mistake etc.

11 Completion Drawing
The contractor shall to submit 4 sets of as built drawings showing all power and control circuit
diagrams and soft copy of the same. 

12 GA Drawings
Successful tenderer shall submit General Arrangement drawings for approval of Engineer before
manufacturing of any part of equipments.

13 Works to be done by the Contractor


13.1. The contractor shall also furnish 4 copies of detailed installation, operation and maintenance
manuals of manufacturers for all items of equipment together with all relevant data sheet,
spare parts catalogues, repairs, assembly and adjustment procedure etc.
13.2. The contractor shall furnish such facilities as will be necessary for inspection of the equipment
before dispatch at the manufacturer’s works and also for witnessing such tests, at the works, if
so required by Engineer .
13.3. Copies of all documents for routine, acceptance and type test certificates of the equipment
carried out at the manufacturers premise shall be furnished to the employer along with supply
of equipment.
13.4. The contractor shall coordinate his work and cooperate with other agencies by exchange of all
technical information like details of foundation, weight, overall dimensions, clearances and
other technical data required for successful and proper completion of his portion of the work in
relation to the work of others without any reservation. No remuneration shall be claimed for
such cooperation.
13.5. Care shall be taken, while handling/installing the equipment to avoid damage to the building
as well as equipment. On completion of installation, the contractor shall arrange to repair all
damages to the building and equipment caused during installation so as to bring to the original
condition without any extra cost.
13.6. The substation installation shall be got inspected by the contractor from local licensee before
energizing the substation. All the observations/ deficiencies pointed out by the inspecting
authorities shall be complied with by the contractor on priority
13.7. The contractor shall operate the substation and Panels for a period of fifteen days after it is
energized. The date of taking over of the substation shall be reckoned after its trouble free
operation during the running in period.
13.8. Sealing of all floor openings provided for electrical pipes and cables, from fire safety point of
view, after laying the same without any extra cost.

C- 5
13.9. Testing and commissioning of completed installation.
13.10. All tools and tackles required for handling of equipments and material at site of work as well
as for their assembly and erection and also necessary test instruments shall be the
responsibility of the contractor.
13.11. The contractor shall co-ordinate with all other agencies involved in the building work so that
the building work is not hampered due to delay in his work. Recessed conduit and other
works, which directly affect the progress of building work, should be given priority.
13.12. No structural member in the building shall be damaged / altered, without prior approval. All
openings provided by others for electrical services shall be grouted / filled by the contractor
after installing the cables/conduits etc. as the case may be, by any suitable means as
approved by the engineer in charge without any extra cost. All chases required in connection
with the electrical works shall be provided and filled by the contractor at his own cost as per
instruction of architect to the original architectural finish of the building.
13.13. All the electrical works shall be carried out in accordance with the provisions of Indian
electricity act, 1910 and Indian electricity rules, 1956 amended up to date(date of call of
tender).All components shall confirm to relevant Indian standard specifications, wherever
existing, amended up to date.
13.14. For all kind of fabricated equipments, the contractor will first submit dimensional detailed
drawings for approval before fabrication is taken up in the factory. Suitable stage inspection at
factory also will be made to ensure proper use of materials, workmanship and quality control.
13.15. All testes prescribed in specification, to be done before, during and after installation, shall be
carried out, and the test results shall be submitted to the engineer in charge in prescribed
Performa, forming part of the completion certificate.
13.16. Completion plan (AS BUILT) drawn to the scale to be submitted for each building with location
of main switch board, distribution boards, panels, circuit diagram, conduit layouts, points,
outlets, light fixtures etc complete in all respect as per instruction of Engineer.
13.17. Contractor has to produce the Final As – Built drawings duly signed by Engineer before finalizing
the Final bill. The cost for As built drawing to be borne by the contractor. Final bill will not be
considered if as built drawings not provided by contractor as following.
Process of As built Drawings :
‚ 1 set of Hard copy & editable soft copy should be submitted to Engineer In charge.
‚ After incorporating the comments received from Engineer in charge Final As built documents
as mentioned to be submitted.
Final As built documents
 
‚ As built drawings with RTP ( Reproducible Tracing Paper ). : 1 Set
‚ As built drawings with Coloured Print out : 4 Sets
‚ Editable Soft Copy of the same : 6 Copies
‚ Instruction and maintenance manual - Six copies.
‚ Test certificates - Six copies.

14 Guarantee
The contractor shall guarantee the entire installation as per specifications. All equipments shall be
guaranteed for Two year from the date of acceptance against unsatisfactory performance or break
down due to defective design, manufacture and installation. The installation shall be covered by the

C- 6
conditions that whole installation or any part thereof found defective within two year from the date of
taking over shall be replaced or repaired by the contractor free of charge.

15 After sales services


The contractor shall ensure adequate and prompt after sales services in the form of maintenance
personnel and spares as and when required with a view to minimizing the break down period.
Particular attention shall be given to ensure that all spares are easily available during the normal life of
installation.

16 Power Supply at Site


e. Electricity
Co-ordination for the supply of the electricity will be done by the Corporation. But the Contractor must
make his own arrangements with Electricity Supply Authorities and with other contractors to connect to
and take a supply from such services.
Paying all costs in this regard will be the responsibility of the contractors. The Contractor shall be
entitled to use such supply. Electricity as may be available on the site for purpose of the work and
shall pay such charges as is fixed by the appropriate supply Authorities. In case if there is any delay in
supply of power at site or any interruption or fault in the power during the work. No compensation shall
be paid for idle labor staff, machineries and for use of diesel operating sets etc. as the case may be
and no extra time limit shall be granted. In case of failure of the non-payment of power consumption
charges, SRFDCL reserves the right to deduct the same from the RA/ Final Bills of the contractor.
f. Liaison with local authority for electrical connections for the
Client
The contractor is responsible for liaison with local authority for change in supply connection or new
connection on behalf of Client. It includes filling the necessary application to power Supply Company,
follow up and getting the supply, filling the necessary test reports to the power supply company. All
official fees including security deposits and other expenses shall be of initially paid by the contractor.
All the official fees shall be reimbursed by Client on submission of documentary proof of receipt of the
same.

17 Scope which can be deleted from contractor


Following scope for Supply of material can be deleted from the contractor after award of contract also,
Contractor will not be entitled to claim any remuneration if client delete the scope of supply &
Contractor has to Install, testing & Commissioning of the same as per ITC rates quoted in the contract
document.
1) Light Fixtures, Fans & Exhaust Fans
2) M.V. Switch Gear & Power Panels.
3) P. A. System ( Only System, Wiring will be in scope of Contractor )
4) Addressable Fire Detection System ( Only System, Wiring will be in scope of Contractor )
5) CCTV System ( Only System, Wiring will be in scope of Contractor )
6) Unitise Sub Station / Compact Sub Station
7) D. G. Set

18 Quantity Variation
Quantity can be vary up to any extent, Client have right to restrict the scope of work for any item & at
any time.

E.III. Special conditions of contract for electrical work

C- 7
1) Equipment & Machinery on Work Site
The contractor shall provide and maintain in working order power driven machines like welding, drilling
machine, drilling machine to make a precise hole in RCC wall, Diamond Cutter, zari cutters, meggar (
H.V. & L.V.), multimeter, continuity tester, Lux Meter, Earth Resistance meter etc… till the completion
of work.
2) The quantity for measurement will be actual quantity used in electrification:
‚ The contractor shall bear all incidental charges for the storage and safe custody of the
materials at site at his own responsibility.
‚ The contractor shall make arrangement at the site of works for safe custody of materials to
protect from damage by rain, dampness, fire, theft etc.
‚ In case any materials get damaged the contractor shall replace the same at his own cost.
‚ The contractor shall furnish to Engineer sufficiently in advance a statement showing his
requirements of quantities of materials to be supplied by Owner if any and the time when he
will require the same.
‚ A day to day account of the material supplied by Contractor shall be maintained by the
contractor in the agreed Performa.
3) Engineer In charge will provide operative instructions on regular basis related to project during
contract execution period, which are not covered in this tender document. Contractor and his staff
at site shall comply all these instructions.
4) Engineer's approval will be final in all concerned matters.
5) All correspondences between contractor and architect will be through Engineer /PMC.
6) The Electrical contractor must be licensed Electrical contractor.
7) The Electrical contractor must have available all kind of necessary equipments at site.
8) The Electrical contractor should get approval prior to appoint any sub agencies for specialized
jobs. Engineer have right to reject any contractor at any stage of project.
9) It is required that all insurance formalities & workman’s compensation policy should be followed by
the contractor.
10) All HT cable jointer should possess necessary license for HT cable jointing/termination and should
be well experienced with similar work.
11) The contractor will have to provide senior Electrical site engineer during the execution of work
12) All wiring person must be in possession of wireman license.
g. Minimum Criteria for selecting Electrical Sub contractor (for
details refer E1 criteria for electrical contractor)
a. The contractor must be government approved licensed Electrical contractor.
b. The Electrical contractor must have completed following kind of jobs under one project head in last
3 years.
‚ SITC HV/MV/LV Cabling and termination work.
‚ SITC of all M.V. Switch gear and power panels made by CPRI approved panel vendor

‚ Internal wiring with PPI (Per Phase Isolation) type Distribution Boards.
‚ SITC of low voltage system of TV, Telephone, data cabling, CCTV, Fire Detection, P.A. System
etc.

C- 8
‚ SITC of external lighting like poles, cables, cable trenches etc.
‚ SITC of DG Set, UPS, USS/ CSS etc…
c. The Electrical contractor shall get approval prior to appoint any sub agencies for specialized jobs.
Employer /Engineer in charge has right to reject any contractor at any stage of project.
d. The contractor will have to provide:
‚ Minimum one senior Electrical site engineer B.E. with more than 10 years experience.
‚ Minimum one junior Electrical site engineer D.E.E. with more than 5 years experience.
e. All wiring person must be a supervisor level grade.
Emphasis shall be given to the sub contractor who has already completed similar kind & Magnitude of
projects and has worked with renowned Employer.

C- 9
Part C
Electrical
Works
Section I General
Instructions
Section II Specification and
List of Make
Section III Item Specification

Section II
Specifications
and List of Make
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Section II: Electrical Works - Specifications, Testing and Make of


Material
Contents

Part A – Electrical Specification .................................................................................................................. 16 

E1.  Internal Wiring ............................................................................................................................. 16 

E2.  Distribution Boards ...................................................................................................................... 22 

E3.  Cable Trench ............................................................................................................................... 25 

E4.  Cable Trays ................................................................................................................................. 25 

E5.  Medium Voltage Cables .............................................................................................................. 27 

E6.  Cable Termination ....................................................................................................................... 32 

E7.  Medium Voltage Panel Board / Mv Switch Gear ......................................................................... 32 

E8.  Lighting Fixtures & Accessories .................................................................................................. 55 

E9.  Earthing ....................................................................................................................................... 62 

E10.  Telephone & Data Distribution .................................................................................................... 66 

E11.  Street Lighting Poles: .................................................................................................................. 71 

E12.  Ht God & Ht Work ....................................................................................................................... 72 

1.16  ISOLATOR PANEL : ................................................................................................................ 101 

E13.  Public Address System ............................................................................................................. 104 

E14.  Proximity Card Access Control System .................................................................................... 106 

E15.  Addressable Fire Detection And Alarm System ........................................................................ 130 

E16.  Diesel Generator Set & Ups ...................................................................................................... 151 

Part B: Testing .......................................................................................................................................... 191 

Part C: Erection, Testing & Commissioning Of Electrical Installations ..................................................... 193 

Part - D: List Of Approved Make For Electrical Materials ......................................................................... 198 

E- 15
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Part A – Electrical Specification

E1. Internal Wiring


This section covers, definition of point wiring, system of wiring and supply, installation, connection, testing
and commissioning of point wiring for light points, ceiling fan points, exhaust fan points, convenience
socket outlet points, power socket outlet points etc. including fixing of light fixtures, ceiling fan, exhaust
fan, wall fan etc.

1.1 Standards
The following standards and rules shall be applicable:

Standard no. Particular

IS : 732 Code of practice for electrical wiring installation (System voltage not
exceeding 650 V)

IS : 1646 Code of practice for fire safety of buildings (General) Electrical


installation.

IS : 2509 Rigid non-metallic conduits for electrical wiring.

IS : 6946 Flexible (Pliable) non-metallic conduits for electrical installation.

IS : 1293 3 pin plugs and sockets.

IS : 8130 Specifications of conduits for electrical installation.

IS : 3854 Switches for domestic purpose.

IS : 3415 Fittings for rigid non-metallic conduits.

IS : 4648 Guide for electrical layout in residential building Indian electricity act
and rules.

Regulations for the electrical equipment in buildings issued by the Bombay Regional Council of Insurance
Association of India.

All standards and codes mean the latest.

1.2 Point Wiring


A point shall consist of the a switch as required, including the ceiling rose or pendant holder or swan
holder, or ceiling fan box or socket or suitable termination. A point shall include, in addition, the earth
continuity conductor / wire from the Switch Board to the earth pin / stud of the outlet / switch box and to
the outlet points.

The point wiring shall be carried out in the under mentioned manner

E- 16
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.2.1. Supply, installation, fixing of conduits with necessary accessories, junction / pull / inspection
/ switch boxes and outlet boxes.

1.2.2. Supplying and drawing of wires of required size including earth continuity wire.

1.2.3. Supply, installation and connection of flush type switches, sockets, cover plates, switch
plates, etc.

1.2.4. The point shall be complete with the branch wiring from the Switch board to the outlet point,
Pre laid conduit with accessories, junction, pull, inspection boxes, control switch, socket,
outlet boxes, ceiling roses, button / swan holder, connector etc.

1.3 Point Rate


The rate per point shall include supply, installation, connection, testing and commissioning of point as
described under “point wiring”. The measurements of the points will be enumerated. Rate for the point
shall consist of wiring from the out let point to the switch board as required with a connector/ plate/ ceiling
rose fan box with hook socket with switch. The point rate shall include phase and neutral wire a PVC
insulated earth continuity wire from switch to outlet. The unit rate for the point shall consist of wiring from
switchboard to outlet point through switch and/or socket, switch board as required and including the outlet
points with connector, fan hook box or sockets etc…

1.4 System Of Wiring


Unless otherwise mentioned on the drawings, the system of point wiring shall be as follows:

The system of wiring shall consist of single core, PVC insulated, 650/1100 volt grade, copper conductor
FRLS wires laid through exposed (surface mounted) PVC conduits as directed.

1.5 General
The contractor shall submit for approval, the shop drawing of conduit layout indicating the route of the
conduits, number and size of the conduits, location of junction / inspection / pull / outlet boxes, size and
location of switch boxes, number and size of wires pulled through each conduit and all other necessary
relevant details prior to laying of conduits. Only after the drawings are approved, the contractor shall
proceed with the work of conduit laying.

Prior to laying and fixing of conduits, the contractor shall carefully examine the working drawings
prepared by him and approved by the Engineer indicating the layout, satisfy himself about the sufficiency
of number and sizes of conduits, location of junction boxes, sizes and location of switch boxes and
other relevant details. Any discrepancy found in the drawings shall be brought to the notice of the
Employer’s site representative. Any modifications suggested by the contractor shall be gotten approved
before the actual laying of conduits is commenced.

In laying of conduits it is important that not more than two right angle bends are provided for each circuit
and as far as possible. No junction box shall be provided in the entire length of conduit run for drawing of
wires. Only switch outlets, lighting fixture outlets, equipment power outlets and socket outlets shall be
considered for drawing of wires.

E- 17
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.6 Material

1.6.1 PVC Conduits

All non-metallic PVC conduits shall conform to IS: 9537. The conduit shall be plan and type as specified
in IS: 9537 and shall be used with the corresponding accessories (Refer IS: 3419 specification for fittings
for rigid non PVC metallic conduits). PVC conduits shall be rigid unplasticized, medium gauge having 1.6
– 1.8 mm. wall thickness up to 20 mm. diameter conduit and 1.8 - 2 mm. wall thickness for all sizes
above 20 mm. diameter.

1.6.2 Boxes

All the boxes for switches, sockets and other receptacles, junction boxes, pull boxes and outlet boxes
shall be fabricated from 2.0 mm. thick mild sheets painted with two coats of red-oxide and then two coats
of enamel paints as called for. Colour of the paints shall be as approved by the Engineer. The boxes shall
have smooth external and internal finished surface. Boxes in contact with earth or exposed to the weather
shall be of 2 mm. mild steel and hot dip galvanized after fabrication. Separate screwed earth terminal
shall be provided in the box for earthing purpose. All boxes shall have adequate no. of knock out holes of
required diameter for conduit entry. Switch boxes to receive switches, socket outlets, power outlets,
telephone outlets, fan regulators, etc. shall be fabricated to the approved shape and size to
accommodate all the devices without overcrowding. Outlet boxes to receive ceiling fan shall be fitted with
adequately sized rod / hook to fix ceiling fan. The boxes shall be of minimum depth of 65 mm.

1.6.3 Cover Plate

The cover of the boxes to receive outlet points shall be of best anodized sheet cut to shape and size or
plate of approved manufacturers of switches.

1.6.4 Cables

The cables shall conform to IS: 694. For all internal wiring FRLS wires of 650 / 1100 volts grade, single
core shall be used.

The conductors shall be plain annealed copper conductors complying with IS: 1554.

The conductors shall be circular copper conductor.

The insulation shall be XLPE compound complying with the requirements of IS: 694. It shall be applied by
an extrusion process and shall form a compact homogenous body.

The thickness of XLPE insulation shall be as set out in the relevant standards

The cores of all cables shall be identified by colours in accordance with the following sequence.

Single phase - Red

Three phase - Red, Yellow, Blue

Neutral - Black

Earth - Green or Green/Yellow

E- 18
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Means of identifying the manufacturer shall be provided throughout the length of cable.

Unless otherwise specified in the drawings the size of the cables used for internal wiring shall be as
follows:

In case of circuit wiring for lights, exhaust fans, convenience socket outlet points (P+N+E):

2 nos. of 2.5 mm² + 1 no. of 1.5 mm.² -From MCB at Panel/DB to switch boards.

3 nos. of 1.5 mm.² -From switch boards to outlet points

2 nos. of 4.0 mm.² + 1 no. of 2.5 mm.² -From MCB at Panel/DB to 16/20 Amp socket.

1.6.5 Switches

Switches shall conform to IS: 3854, IS: 1293 and IS: 4615. The switches shall be single pole, single or
two way and shown on the drawings or as specified. They shall be of moulded type rated for 250 volt, and
of full 5 / 15 A capacity. They shall be provided with insulated dollies and covers.

The switches shall be rocker operated with a quite operating mechanism with bounce free snap action
mechanism enclosed in an arc resistant chamber. The switches shall have pure silver and silver
cadmium contacts. The switches shall be flush modular type the make of the switches shall be as
indicated in the drawings or BOQ or make of material or as suggested and approved by the Engineer.
The switches installed in outdoor area shall be industrial, metal clad type, and shall be provided in
weather proof enclosures, complete with weather proof gasketed covers.

1.6.6 Sockets

The sockets shall conform to IS: 1293. Each socket shall be provided with control switch of appropriate
rating. The sockets shall be moulded type, rated for 250 volts, and either of full 5 A or 15 A capacity, as
mentioned on the drawings.

Sockets shall be of three pin type, the third in being connected to earth continuity conductor. The socket
shall be flush modular type. The sockets installed in machine room, plant room or wet / damp area shall
be metal clad weather proof type. The finishing and make of all the sockets shall be same as light switch.
The socket shall have fully sprung contacts and solid brass shrouded terminals to ensure positive
electrical connections.

The sockets shall be provided with automatic shutters, which open only when earth pit of the plug inserts
in the socket.

The socket shall be provided with three pin plug top suitable to the socket and of the same make as
socket.

1.7 Drawing Of Conductors


The drawing and joining of copper conductor or wires shall be executed with due regard to the following
precautions, while drawing insulated wires into the conduits, care shall be taken to avoid scratches and
kinks which may cause breakage of conductors. There shall be no sharp bends.

E- 19
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Insulation shall be shaved off for a length of 15 mm at the end of wire like sharpening of a pencil and it
shall not be removed by cutting it square or ringing.

PVC insulated copper conductor wire ends before connection shall be properly soldered (at least 15
mm length) with soldering flux / copper solder, for copper conductor. Strands of wires shall not be cut for
connecting to the terminals. The connecting brass-screws shall have flat ends. All looped joints shall be
soldered and connected through terminals block / connectors. The pressure applied to tighten terminal
screws shall be just adequate, neither too much nor too less. Conductors having nominal cross section
are exceeding 4 sq. mm shall always be provided with crimping type cable sockets. At all bolted
terminals, brass flat washer of large area and approved steel spring washers shall be used. Brass nuts
and bolts shall be used for all connections.

Only certified wire man and cable jointers shall be employed to do joining work.

For all internal wiring PVC insulated wires of 650 / 1100 volts grade shall be used. The sub-circuit wiring
for point shall be carried out in looping system and no joint shall be allowed in the length of the
conductors. No wire shall be drawn in to any conduit, until all work of any nature that may cause injury to
wire is completed. Care shall be taken in pulling the wires so that no damage occurs to the insulation of
the wire. Before the wires are drawn into the conduits the conduits shall be thoroughly cleaned of
moisture, dust, and dirt or any other obstruction by forcing compressed air through the conduits.

Maximum permissible number of 1100 volt grade PVC insulated wires that may be drawn into rigid non
metallic or PVC Conduits are given below:

Size of wires Nominal Cross Maximum number of wires within conduit


size(mm)

Section Area (Sq. mm.) 20 25 32 40 50

1.5 5 10 14 -- --

2.5 5 8 12 -- --

4 3 7 10 -- --

6 2 5 8 -- --

10 -- 3 5 6 --

16 -- 2 3 -- 6

25 -- -- 2 4 6

35 -- -- -- 3 5

1.8 Joints
The wiring shall be by looping back system, and hence all joints shall be made at main switches,
distribution boards, socket outlets, lighting outlets and switch boxes only. No joints shall be made
inside conduits and junction boxes. Joints where unavoidable, due to any specified reasons, prior

E- 20
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


permission in writing shall be obtained from the Engineer before making such connections. Joints by
twisting conductors are prohibited.

1.9 Load Balancing


Balancing of circuit in three phase installation shall be planned before the commencement of wiring and
shall be strictly adhered to.

1.10 Earthing
All earthing systems shall be in accordance with IS: 3043 - 1985 code of practice for earthing.

1.11 Testing Of Installation


Before a completed installation is put into service, the following tests shall be complied with

1.11.1 Insulation Resistance

The insulation resistance shall be measured by applying 500 volt megger with all fuses in places, circuit
breaker and all switches closed.

The insulation resistance in mega ohms of an installation, measured shall not be less than 50 mega ohms
divided by the number of points on the circuit.

The insulation resistance shall be measured between

EARTH TO PHASE

EARTH TO NEUTRAL

PHASE TO NEURAL

PHASE TO PHASE

1.11.2 Earth Continuity Path

The earth continuity conductors shall be tested for electrical continuity and the electrical resistance of the
same along with the earthing lead but excluding any added resistance or earth leakage circuit-breaker
measured from the connection, with the earth electrode to any point in the earth continuity conductor in
the completed installation and shall not exceed one ohm.

1.11.3 Polarity Of Single Pole Switches

A test shall be made to verify that every no-linked, single pole switch is connected to one of the phase of
the supply system.

1.11.4 Completion Certificates

All the above tests shall be carried out in presence of Engineer and the results shall be recorded in
prescribed forms. Any default during the testing shall be immediately rectified and that section of the

E- 21
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


installation shall be re tested. The completed test result from shall be submitted to the Engineer for
approval.

On completion of an electric installation a certificate shall be furnished by the contractor, countersigned


by the certified supervisor under whose direct supervision the installation was carried out. This certificate
shall be in a prescribed form as required by the local electric supply authority.

E2. Distribution Boards


Distribution Boards (DB’s) shall be suitable for operation on 3 Phase/single phase, 415/240 volts,
50 cycles, neutral grounded at transformer. The DB shall be minimum di-electric strength of 2.5 KV /
Sec. All Distribution Boards shall manufactured by a manufacturer listed in Appendix-I.  

DB’s shall comply with the latest Relevant Indian Standards and Electricity Rules and Regulations and
shall be as per IS-13947-1993.

1.1 Construction Features


DB’s shall be IP 43 & made out of 1.6 mm thick high quality CRCA sheet steel and shall be pre-treated
and powder coated sheet steel used in the construction of DB shall be folded and braced as necessary to
provide a rigid support for all component. DB shall be suitable for indoor / outdoor installation, wall
mounting free standing type, in double door construction. The Distribution Boards shall be totally
enclosed, completely dust and vermin proof and shall be with hinged doors, Neoprene gasket, padlocking
arrangement. All removable/ hinged doors and covers shall be grounded by 4.0 sq mm tinned stranded
copper connectors. Distribution Boards shall be suitable for the climatic conditions. Joints of any kind in
sheet metal shall be seam welded, all welding, slag shall be rounded off and welding pits wiped smooth
with plumber metal. The general construction shall confirm to IS-8623-1977 (Part-1) for factory built
assembled switchgear & control gear for voltage up to and including 1100 V AC.

All panels and covers shall be properly fitted and square with the frame, and holes in the panel correctly
positioned. Fixing screws shall enter into holes tapped into an adequate thickness of metal or provided
with wing nuts. Self threading screws shall not be used in the construction of DBs.

Three phase boards shall have phase barriers and a wire channel on three sides. Neutral bars shall be
solid tinned copper insulated bars with tapped holes and chase headed screws. For 3 phase DB’s, 3.
Independent neutral insulated bars shall be provided. All DB’s shall be internally pre-wired using copper
insulated PVC wires brought to a terminal strip of appropriate rating for outgoing feeders.

Knockout holes of appropriate size and number shall be provided in the DB’s in conformity with the
location of cable/conduit connections. Detachable sheet steel gland plates shall be provided at the top /
bottom to make holes for additional cable entry at site if required.

Distribution Boards shall comprise of the following:

1.1.1. A panel for mounting where appropriate incoming supply circuit breaker & other auxiliaries for
Control & distribution as required.

1.1.2. Installation accessories shall be part of the DB for fixing conductor and rails for mounting MCB’s
and RCCB’s etc... Neutral bus bars & earthing bus bars required in the circuit. All bus bars in the
FDB shall be insulated type.

E- 22
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.1.3. Service cable /interconnection shall be part of the Distribution Boards.

1.1.4. The board shall be installed at a height such that the operating is within reach of the normal human
height i.e. 1.2 to 1.8 meters from finish floor level.

1.1.5. Degree of protection shall be IP-52 for indoor application, IP-54 for kitchen & laundry and IP-55 for
outdoor application.

1.1.6. All three phase distribution boards shall have 4 rows and single phase distribution boards shall
have single rows for housing of MCB’s and RCCB’s unless noted otherwise.

1.1.7. Phase segregation to be maintained in all three phase distribution boards.

1.1.8. Earthing shall be provided in each FDB’s.

1.2 Miniature Circuit Breaker (MCB)


Miniature Circuit Breaker shall comply with IS-8828-1996/IEC898-1995. Miniature circuit breakers shall
be quick make and break type for 240/415 VAC 50 Hz application with magnetic thermal release for over
current and short circuit protection. The breaking capacity shall not be less than 10 KA at 415 VAC.
MCB’s shall be DIN mounted. The MCB shall be Current Limiting type (Class-3). MCBs shall be classified
(B, C, D ref IS standard) as per their Tripping Characteristic curves defined by the manufacturer. The
MCB shall have the minimum power loss (Watts) per pole defined as per the IS/IEC and the manufacturer
shall publish the values. MCB shall ensure complete electrical isolation & downstream circuit or
equipment when the MCB is switched OFF.

The housing shall be heat resistant and having high impact strength. The terminals shall be protected
against finger contact to IP20 Degree of protection. All DP, TP, TPN and 4 Pole miniature circuit breakers
shall have a common trip bar independent to the external operating handle.

MCB should be having an integrated label holder with dual side din rail locking facility. Incoming &
Outgoing should have facility for termination of Busbar & Cable separately.

Cable termination facility should be up to 35 sq. mm.

1.3 Residual Current Circuit Breaker Current


Operated Type (RCCB)

I. System Of Operation

Residual Current Circuit Breaker shall confirm to IEC 61008.RCCB shall work on the principle of core
balance transformer. The incoming shall pass through the torrodial core transformer. As long as the
currents in the phase and neutral shall be the same, no electro motive force shall be generated in
the secondary winding of the transformer. In the event of a leakage to earth, an unbalance shall be
created which shall cause a current to be generated in the secondary winding, this current shall be
fed to a highly sensitive miniature relay, which shall trip the circuit if the earth leakage current
exceeds a predetermined critical value. RCCB shall be current operated independent of the line voltage;
current sensitivity shall be of 30 / 100 mA at 240/415 volts AC and shall have a minimum of 20,000
electrical operations.

E- 23
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


It should provide full protection as envisaged by IE rules – 61-A, 71 – ee, 73 – ee, 1985 and also rule 50
of IE rule1956.

Ii. Mechanical Operation

The moving contacts of the phases shall be mounted on a common bridge, actuated by a rugged toggle
mechanism. Hence, the closing /opening of all the three phases shall occur simultaneously. This also
shall ensure simultaneous opening of all the contacts under tripping conditions.

Iii. Neutral Advance Feature

The neutral moving contact shall be so mounted on the common bridge that, at the time of closing, the
neutral shall make contact first before the phases; and at the time of opening, the neutral shall breaks
last after allowing the phases to open first. This is an important safety feature which is also required by
regulations.

MCB should be having an integrated label holder with dual side din rail locking facility. Incoming &
Outgoing should have facility for termination of Busbar & Cable separately.

Cable termination facility should be up to 35 sq. mm.

Iv. Testing Provision

A test device shall be incorporated to check the integrity of the earth leakage detection system and the
tripping mechanism. When the unit is connected to service, pressing the test knob shall trip the ELCB /
RCCB and the operating handle shall move to the "OFF" position.

1.4 Earthing
Earthing shall be provided as per IS: 3043-1987.

1.5 Painting
All sheet steel work shall undergo a process of degreasing, pickling in acid, cold rinsing,
phosphating, passivaiting (seven tank processing) and then painted with electrostatic paint (Powder
coating). The shade of colour of panel inside/outside shall be of Siemens gray paint shade no. RAL-7032
of IS Code No.5.

1.6 Labels
Engraved PVC labels shall be provided on all incoming and outgoing feeder. Circuit diagram showing the
arrangements of the circuit inside the distribution panels shall be pasted on inside of the panel door and
covered with transparent plastic sheet.

1.7 Testing
Testing of panels shall be as per following codes:

E- 24
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


IS: 8623 (Part -I) 1977 for factory built assemblies of switch gear for voltages up to and including 1000
VAC.

IS: 13947: 1993 Degree of protection

1.8 Wiring
In wiring a distribution panel it shall be insured that total load of various distribution panel and/or
consuming devices is divided evenly between the phases and number of ways as per Engineers drawing.

E 3 . C a b l e Tr e n c h
Not Applicable

E 4 . C a b l e Tr a y s
1.0 Cable Trays shall be Galvanized and factory fabricated out of MS channels, angle iron, tee,
bends, sections, flats and perforated sheet for different loads and number and size of cables as given
below :

Cable trays shall be galvanized as per Specification given elsewhere.

a. 1500 mm wide

Runners 25 x 100 x 25 x 3 mm

Rungs 20 x 40 x 20 x 3 mm 250 mm C/C

Suspenders 2 Nos. 40 x 40 x 5 mm GI angle 1200 mm C/C

b. 1200 mm wide

Runners 25 x 100 x 25 x 3 mm

Rungs 20 x 40 x 20 x 3 mm 250 mm C/C

Suspenders 2 Nos. 40 x 40 x 5 mm GI angle 1200 mm C/C

c. 1000 mm wide

Runners 25 x 100 x 25 x 3 mm

Rungs 20 x 40 x 20 x 3 mm 250 mm C/C

Suspenders 2 Nos. 40 x 40 x 5 mm GI angle 1200 mm C/C

d. 750 mm wide

Runners 25 x 100 x 25 x 3 mm

Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C

E- 25
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Suspenders 2 Nos. 32 x 32 x 5 mm GI angle 1200 mm C/C

e. 600 mm wide

Runners 25 x 100 x 25 x 3 mm

Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C

Suspenders 2 Nos. 32 x 32 x 5 mm GI angle 1500 mm C/C

f. 450 mm wide

Runners 25 x 100 x 25 x 3 mm

Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C

Suspenders 2 Nos. 25 x 25 x 4 mm GI angle 1500 mm C/C

g. Supply and fixing of perforated type cable trays of the following sizes of pre-galvanized iron.

600 x 100 x 100 x 2 mm thick

450 x 100 x 100 x 2 mm thick

300 x 100 x 100 x 2 mm thick

150 x 100 x 100 x 2 mm thick

Note: Suitable length of 8 mm dia. GI rod suspenders at 1200 mm intervals shall be included in the item
for perforated type cable tray.

2.0 Specification for hot dip galvanizing process for mild steel used for earthing, cable trays or
junction boxes for electrical installation

1.2 General Requirements 

I. Quality Of Zinc

Zinc to be used shall conform to minimum Zn 98 grade as per requirement of IS: 209-1992.

Ii Coating Requirement

Minimum weight of zinc coating for mild steel flats with thickness up to 6 mm in accordance with IS:6745-
1972 shall be 400 g/sqm.

The weight of coating expressed in grams per square metre shall be calculated by dividing the total
weight of Zinc by total area (both sides) of the coated surface.

The Zinc coating shall be uniform, smooth and free from imperfections as flux, ash and dross inclusions,
bare patches black spots, pimples, lumpiness, runs, rust stains bulky white deposits, blisters.

Mild steel flats / wires shall undergo a process of degreasing pickling in acid, cold rinsing and then
galvanizing.
E- 26
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E 5 . M e d i u m Vo l t a g e C a b l e s

1.1 Scope
This section shall cover supply of medium voltage cables.

1.2 Standards
The following standards and rules shall be applicable:

IS: 1554 PVC insulated electric cables (heavy duty).

IS: 1753 Aluminium conductors for insulated cables.

IS: 3961 Recommended current ratings for cables.

IS: 8130 Aluminium conductors for insulated cables

Indian Electricity Act and Rules.

1.3 Measurements
The cables will be measured in meters. The unit rate shall include cutting the cable into required lengths,
packing, loading, unloading, insurance, transportation, delivery to stores/site as per work order, stocking
in stores, testing of cables at stores etc. of medium voltage cable.

1.4 General
The medium voltage cables shall be supplied, laid, connected, tested and commissioned in accordance
with the drawings, specifications, relevant Indian Standards specifications, manufacturer’s instructions.
The cables shall be delivered at site in original drums with manufacturer’s name, size, and type, clearly
written on the drums.

1.5 Material
The MV cables shall be cross linked polyethylene (XLPE) insulated PVC sheathed of 1100 volts grade
aluminium or copper conductor, armoured and unarmoured heavy duty, conforming to IS : 7098 Part I IS
: 1988 Part I. as asked for in the schedule of quantities.

1.5.1. All XLPE Aluminium/Copper Power cables shall be 1100 Volts grade, multi core constructed as
per IS : 7098 Part-I of 1988 as follows :

a. Stranded Aluminium /Copper conductor of high conductivity up to 4 mm.² size, the conductor
shall be solid and above 4 mm.², conductors shall be concentrically stranded as per IEC:
228.

b. Cores laid up

E- 27
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


c. The inner sheath should be bonded over with thermo-plastic material for protection against
mechanical and electrical damage.

d. Armoring should be provided over the inner sheath to guard against mechanical damage.
Armouring should be Galvanized steel wires or galvanized steel strips. (In single core cables
used in A.C. system armouring should be non-magnetic hard aluminium Wires/Strips. Round
steel wires should be used where diameter over the inner sheath does not exceed 13 mm;
above 13 mm flat steel armour should be used. Round wire of different sizes should be
provided against specific request.)

e. The outer sheath should be specially formulated heat resistant black PVC compound
conforming to the requirement of type ST2 of IS: 5831-1984 extruded to form the outer
sheath.

1.5.2. Conductor shall be of electrolytic Aluminium/Copper conforming to IS : 8130 and are compact
circular or compact shaped.

1.5.3. Insulation shall be of XLPE type as per latest IS general purpose insulation for maximum
rated conductor temperature 70 degree centigrade.

1.5.4. In Inner sheath laid up cores shall be bonded over with thermoplastic material for protection
against mechanical and electrical damage.

1.5.5. Insulation, inner sheath and outer sheath shall be applied by extrusion and lapping up process
only.

1.5.6. Armouring shall be of galvanized steel wire/flat.

Galvanized steel flat strip / round wires applied helically in single layers complete with covering
the assembly of cores.

For cable size up to 25 Sq. mm: Armour of 1.4 mm dia. G.I. round wire

For cable size above 25 Sq. mm: Armour of 4 mm wide 0.8 mm thick G.I. strip

1.5.7. Repaired cables shall not be used.

1.5.8. Current ratings of the cables shall be as per IS: 3961.

1.5.9. The XLPE insulated cables shall conform to latest revision IS read along with this
specifications. The Conductor shall be stranded Aluminium/Copper circular/ sector shaped and
compacted. In multi core cables the core shall be identified by red, yellow, blue and black coloring
of insulation as following.

Core identification:

Two cores : Red and Black

Three cores : Red, Yellow and Blue

Four core : Red, Yellow, Blue and Black

Single core : Green, Yellow for earthing

E- 28
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Black shall always be used for neutral.

1.5.10. The XLPE insulated 1100 Volts grade power cables shall conform to latest IS and shall be
suitable for a steady conductor temperature of 70 degree centigrade. The conductor shall be
stranded Aluminium/Copper as called for in the Schedule of quantities. The outer sheath shall be
as per the requirement of type ST-2 of IS: 5831 of 1984.

1.5.11. The cables shall be suitable for laying in racks, ducts, trenches, conduits and underground buried
installation with uncontrolled back fill and chances of flooding by water.

1.5.12. Progressive automatic in line sequential marking of the length of cables in meters at every one
meter shall be provided on the outer sheath of all cables.

1.5.13. Cables shall be supplied in non returnable wooden drums as per IS: 10418.

Both ends of the cables shall be properly sealed with PVC/Rubber caps so as to eliminate
ingress of water during transportation, storage and erection.

1.5.14. The product should be coded as per IS: - 7098 Part-I as follows:-

Aluminium Conductor A

XLPE Insulation 2X

Steel round wire armour W

Steel strip armour F

Steel Double round wire armour WW

Steel Double strip armour FF

Non-magnetic (Al.) round wire armour Wa

Non-magnetic (Al.) strip armour Fa

PVC outer sheath Y

1.6 General
All cables shall be adequately protected against any risk of mechanical damage to which they may be
liable in normal conditions of handling during transportation, loading, unloading etc.

The cable shall be supplied in single length i.e. without any intermediate joint or cut unless specifically
approved by the Engineer.

The cable ends shall be suitably sealed against entry of moisture, dust, water etc. with cable compound
as per standard practice.

E- 29
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.7 Testing

1.1.1 Finished Cable Tests At Manufacturer’s Works

The finished cables shall be tested at manufacturer’s works. Following routine tests for each and every
length of cable and copy of test results shall be furnished for each length of cable along with supply. If
specified, the cables shall be tested in presence of Engineers' representative.

a. Voltage test

Each core of cable shall be tested at room temperature at 3 KV A.C. R.M.S. for duration of 5 minutes.

b. Conductor resistance test

The D.C. Resistance of each conductor shall be measured at room temperature and the results shall be
corrected to 20° c. to check the compliance with the values specified in IS 8130 - 1976.

Prior to dispatching cables and at the time of delivering the cables at stores, following tests shall be
carried out:-

Insulation Resistance test between phases and phase to Neutral and phase to earth

Continuity test of all the phases, neutral and earth continuity conductor

Sheathing continuity test

Earth resistance test of all the phases and neutral

All tests shall be carried out in accordance with relevant Indian Standard Code of practice and Indian
Electricity Rules. The Vendor shall provide necessary instruments, equipments and labour for conducting
the above test and shall bear all expenses in connection with such tests. All tests shall be carried out in
the presence of the Engineers’ and results shall be recorded in the prescribed forms.

1.8 Cable Marking


Embossing On Outer Sheath

The outer sheath shall be legibly embossed with following legend:

ELECTRIC CABLE: 1100 V, SIZE: 3.5 C x ----- mm ².

Manufacturer’s Name & year of manufacturing.

1.9 Sealing, Drumming & Packing


After tests at the manufacturer’s works, both ends of the cable shall be sealed to prevent the ingress of
moisture during transportation and storage.

Cable shall supply in length of 500 ± 10% meters on packed non-returnable drums of sufficiently sturdy
construction.

E- 30
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Cables of length more than 250 meters shall also be supplied on non-returnable drums.

The spindle hole shall be 110 mm minimum diameter.

Each drum shall bear on the outside flange, legibly and indelibly in the English literature, a distinguishing
number, the manufacturer’s name and particulars of the cable i.e. voltage grade, length, conductor size,
cable type, insulation type and gross weight shall also be clearly visible. The direction for rolling shall be
indicated by an arrow. The drum flange shall also be marked with manufacturer’s name and year of
manufacturing etc.

E- 31
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E 6 . C a b l e Te r m i n a t i o n
Not Applicable

E 7 . M e d i u m Vo l t a g e P a n e l B o a r d / M v S w i t c h G e a r

1.1 Scope
This scope shall cover design, manufacture, check test, and supply, installation, testing (Scope to assist
the Ele. Contractor for installation, all the sections of panels & Internal Control wiring should be done by
panel vendor on site ), testing and commissioning of various medium voltage Panel Board as described in
Bills of quantities and drawings. The Panel manufacturer should have a design validated by CPRI / ERDA
for breaking capacity of at least 100 KA for 1 Sec.

Medium voltage Panel Board will be installed indoor and is connected through the cables.

1.2 Service Conditions At Site


Ambient Temperature : Max. / Min. = 45° C. / 6° C.

Design temperature : 50 Degree C.

Relative humidity : 95% max.

Voltage : 415+/- 10%, TPN

Frequency : 50 Hz. + 3% to -6%

Neutral : Solidly / earthed neutral.

Fault level : 15KA, Symmetrical at 415V solidly earthed.

1.3 Documentation
1.3.1. Vendor shall furnish drawings

‚ General arrangement drawing indicating accessories and dimensions.

‚ Foundation plan and loading.

‚ Termination arrangement with dimensions.

‚ Three phase wiring diagrams

‚ SLD’s and control schemes

‚ Terminal plans

‚ Bill of quantity for each panel.

E- 32
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.3.2. Documents to be submitted after placement of order, before starting of the Fabrication of the
Panels

‚ As per above for comments and approval for manufacture.

‚ Schematic and sectional drawing.

1.3.3. Final documents - data and manuals in six sets along with equipment supplied.

‚ As built drawings with RTP (Reproducible Tracing Paper).

‚ Instruction and maintenance manual - Six copies.

‚ Test certificates - Six copies.

1.4 General Specifications


All the Panels shall be metal clad, totally enclosed, rigid, floor / wall mounting, air insulated, cubicle type
suitable for operation on three phase / single phase, 415 V / 230 V / 240 V, 50 Hz., neutral effectively
grounded at transformer and short circuit level as mentioned in the drawings.

Degree of protection for following type of distribution panel enclosure shall be as per IS: 13947-1993.

a. IP 52 for indoor panels.

b. IP 54 for kitchen and laundry panels.

c. IP 55 for outdoor panels.

The painting of all the metal part shall be with seven tank process followed by powder coating as per the
standard.

The Panels shall be designed to withstand the heaviest condition at site, with maximum expected
ambient temperature of 50° c., 95% humidity.

1.5 Standards And Codes:


The Panels shall comply with the latest edition of relevant Indian Standards and Indian Electricity
Rules and Regulations. The following Indian standards shall be complied with:

Standard no. Particular

IS : 4237 General requirements for switchgear and control gear for


voltages not exceeding 1000 V A.C. or 1200 V D.C.

IS : 5578 Guide for marking of insulated conductors.

IS : 11353 Guide for uniform system of marking and identification of


conductors and apparatus Terminals.

IS : 13947 Low voltage switchgear and control gear.

E- 33
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Standard no. Particular

IS : 8197 Terminal marking for electrical measuring instrument and their


accessories.

IS : 2551 Danger notice plates

IS : 10118 Code of Practice for selection, installation and maintenance of


switchgear and control gear.

IS : 8623 Specification for factory built assemblies of switchgear and


control gear for voltage up to and including 1000 V A.C. and
1200 V D.C.

IS : 8828 Miniature circuit breakers.

IS : 9224 HRC fuse links

IS : 2705 Current transformer

IS : 3156 Voltage transformer

IS : 3231 Electrical relay for protection

IS : 1248 Indicating instrument

IS : 722 Integrating instrument

IS : 6875 Control switches and push buttons

IS : 1822 A.C. motor starters of voltage not exceeding 1000 V

Indian Electricity Act and Rules (as amended up to date) and approval of FIA of India.

The Panels also require approval of the Engineer at various stage of their manufacture such as
design, selection, construction, testing, shipping etc.

1.6 Construction
1.6.1 Cubical Type Panels

A. Structure

The Panels shall be of compartmentalized design so that circuit arc / flash products do not create
secondary faults and be fabricated out of high quality CRCA sheet, suitable for indoor installation having
dead front operated and floor / wall mounting type. The type of construction shall be 4b.

All CRCA sheet steel used in the construction of Panels shall be 2 mm. thick and shall be folded and
braced as necessary to provide a rigid support for all components. Joints of any kind in sheet steel shall
be seam welded, all welding slag grounded off and welding pits wiped smooth with plumber metal.

E- 34
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The Panels shall be totally enclosed, completely dust and vermin proof and degree of protection being
not less than IP: 51 to IS: 2147. Gaskets between all adjacent units and beneath all covers shall be
provided to render the joints dust proof. All doors and covers shall be fully gasketed with foam rubber and
/or rubber strips and shall be lockable.

All panels and covers shall be properly fitted and screwed with the frame and holds in the panel correctly
positioned. Fixing screws shall enter into holes, taped into an adequate thickness of metal or provided
with bolts and nuts. Self threading screws shall not be used in the construction of Panels.

A base channel of 75 mm. x 40 mm. x 6 mm. thick shall be provided at the bottom. A clearance of 300
mm. between the floor of the Panels and the bottom of the lower most units shall be provided.

Panels shall be preferably arranged in multi-tier formation. The Panels shall be of adequate size with a
provision of 20% spare space to accommodate possible future additional switchgear. The size of the
Panels shall be designed in such a way that the internal space is sufficient for hot air movement and the
electrical component does not attain temperature more than 50°c. If necessary, openings shall be
provided for natural ventilation, but the said openings shall be screened with fine weld mesh. The entire
electrical component shall be derated for 50°c.

Knock out holes of appropriate size and number shall be provided in the Panels in conformity with the
number, and the size of incoming and outgoing conduits / cables.

Alternately, the Panels shall be provided with removable sheet steel plates at top and bottom to drill holes
for cable / conduit entry at site.

The Panels shall be designed to facilitate easy inspection, maintenance and repair.

The Panels shall be sufficiently rigid to support the equipment without distortion under normal and under
short circuit condition. They shall be suitably braced for short circuit duty.

B. Protection Class

All the indoor Panels shall have protection class of IP : 51

C. Painting

The painting shall be seven tank process followed by powder coating.

D. Circuit Compartments

Each circuit breaker and switch fuse unit shall be housed in separate compartments and shall be
enclosed on all sides. Sheet steel hinged lockable door shall be duly interlocked with the breaker in `ON’
and `OFF’ position.

The door shall not form an integral part of draw out position of the circuit breaker. All instruments and
indicating lamp shall be mounted on the compartment door. Sheet steel barriers shall be provided
between the tiers in a vertical section.

E. Instrument Compartments

Separate adequate compartment shall be provided for accommodating instruments, indicating lamps,
control contactors / relays and control fuses etc. These components shall be accessible for testing and

E- 35
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


maintenance without any danger of accidental contact with live parts of the switchgear / control gear,
busbar and connections.

F. Busbars

The busbar shall be air insulated and made of high quality, high conductivity, and high strength
Aluminium / Copper.

The busbar shall be of 3 phases and neutral system with separate neutral and earth bar. The size of
neutral busbar in all main panels or lighting panels and feeders for LDB shall be equal to phase busbar.
The busbar and interconnection between busbars and various components shall be of high conductivity
Aluminium / Copper. The busbar shall be of rectangular cross-section designed to withstand full load
current for phase busbars and half rated current for neutral busbars in case of APFCR panels only and
shall be extensible on either side. The busbar size shall be as per drawing. The busbar shall have
uniform cross-section throughout the length.

The busbars and interconnections shall be insulated with epoxy coated bus sleeves. The busbar shall be
supported on bus insulators of SMC/DMC type at sufficiently close intervals to prevent busbars sag and
shall effectively withstand electromagnetic stresses in the event of short circuit capacity of 15 KA RMS
symmetrical for 1 sec.

The busbar shall be housed in a separate compartment. The busbar shall be isolated with 3 mm. thick
Bakelite sheet to avoid any accidental contact. The busbar shall be arranged such that minimum
clearance between the busbar is maintained as below:

Between phases : 27 mm. minimum

Between phases and neutral : 27 mm.

Between phases and earth : 27 mm.

Between neutral and earth : 20 mm. minimum

All busbar connections shall be done by drilling holes in busbars and connecting by chromium plated or
tinned plated brass bolts and nuts. Additional cross-section of busbar shall be provided in all Panels to
cover up the holes drilled in the busbar. Spring and flat washers shall be used for tightening the bolts.

All connections between busbars and circuit breakers / switches and cable terminals shall be through
aluminium / Copper strips of proper size to carry full rated current. These strips shall be insulated with
insulating tapes.

Panel to panel entry of bus bar shall be effectively sealed by electrical and thermal insulation barriers so
that products of flashover do not travel from one panel to another panel creating multiple faults.

Busbar shall be calculated on 50 deg. C. ambient temp. and 85 deg. C. for continuous and short time
rating. Busbar surrounding air temp. shall be considered 70 deg. C. for busbar calculation

All joint shall have non-flammable insulation shrouds for secondary insulation purpose

E- 36
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


G. Electrical Power And Control Wiring Connection:

Terminal for both incoming and outgoing cable connections shall be suitable for 1100 V grade, aluminium
/ copper conductor PVC insulated and PVC sheathed, armoured cable and shall be suitable for
connections of solderless sockets for the cable size as indicated on the appended drawings for the
Panels.

Power connections for incoming feeders of the main Panels shall be suitable for 1100 V grade aluminium
conductor (PVC) cables.

Both control and power wiring shall be brought out in cable alley for ease of external connections,
operation and maintenance.

Both control and power terminals shall be properly shrouded.

Clip on type terminals shall be provided up to 10 sq.mm conductor and above 10 sq.mm bolt type
terminals shall be used.

10% spare terminals shall be provided on each terminal block. Sufficient terminals shall be provided on
each terminal block, so that not more than one outgoing wire is connected per terminal.

Terminal strips for power and control shall preferably be separated from each other by suitable barriers of
enclosures.

Wiring inside the modules for power, control, protection and instruments etc. shall be done with use of
660 / 1100 V grade; PVC insulated copper conductor wires conforming to IS: 694 & 8130 Power wiring
inside the starter module shall be rated for full current raring of respective contactor, but not less than 4.0
sq.mm. cross-section area. For current transformer circuits, 2.5 sq.mm. copper conductor wire shall be
used. Other control wiring shall be done with 1.5 sq.mm. copper conductor wires. Wires for connections
to the door shall be flexible. All conductors shall be crimped with solderless sockets at the ends before
connections are made to the terminals.

Control power supply to modules through the control transformer only. Control power wiring shall have
MCB for circuit protection. All indicating lamps shall be protected by MCB.

Particular care shall be taken to ensure that the layout of wiring is neat and orderly. Identification ferrules
shall be fitted to all the wire termination for ease of identification and to facilitate checking and testing.

Spring type washers shall be used for all copper and aluminium connections.

Final wiring diagram of the Panels power and control circuit with ferrules numbers shall be submitted
along with the Panels as one of the documents against the contract.

H. Terminals

The outgoing terminals and neutral link shall be brought out to a cable alley suitably located and
accessible from the panel front. The current transformers for instruments metering shall be mounted on
the disconnecting type terminal blocks. No direct connection of incoming or outgoing cables to internal
components of the distribution board is permitted and only one conductor may be connected in one
terminal.  

E- 37
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


I. Wireways

A horizontal / vertical metal / Al. wire way with screwed covers shall be provided at the top to take
interconnecting control wiring between different vertical sections.

J. Cable Compartments

Cable compartments of minimum 300 mm size shall be provided in the Panels for easy termination of all
incoming and outgoing cables entering from bottom or top. Adequate supports shall be provided in the
cable compartments to support cables. All outgoing and incoming feeder terminals shall be brought out to
terminal blocks in the cable compartment.

K. Earthing

Copper earth bars of 25 mm × 6 mm shall be provided in the Panels for the entire length of the panel.
The frame work of the Panels shall be connected to this earth bar. Provisions shall be made for
connection from this earth bar to the main earthing bar coming from the earth pit on both sides of the
Panels.

The earth continuity conductor of each incoming and outgoing feeder shall be connected to this earth bar.
The armour shall be properly connected with earthing clamp, and the clamp shall be made for connection
from this earth pit on both sides of the Panels.

The earth continuity conductor of each incoming and outgoing feeder shall be connected to this earth bar.
The armour shall be properly connected with earthing clamp, and the clamp shall be ultimately bonded
with the earth bar.

L. Labels

Engraved PVC labels shall be provided on all incoming and outgoing feeders. Single line circuit diagram
showing the arrangements of circuit inside the distribution board shall be pasted on inside of the panel
door and covered with transparent laminated plastic sheet.

M. Name Plate

A name plate with the Panel's designation in bold letters shall be fixed at top of the central panel. A
separate name plate giving feeder details shall be provided for each feeder module door.

Inside the feeder compartments, the electrical components, equipments, accessories like switchgear,
control gear, lamps, relays etc. shall suitably be identified by providing stickers.

Name plate shall be engraved in Gujarati language be of 3 ply, (Red-White-Red or Black-White-Black)


lamicold sheet. However, black engraved perpex sheet name plates shall also be acceptable. Engraving
shall be done with square groove cutters.

Name plate shall be fastened by counter send screws and not by adhesives.

N. Danger Notice Plates

The danger notice plate shall be affixed in a permanent manner on operating side of the Panels.

E- 38
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The danger notice plate shall indicate danger notice both in Hindi and English and with a sign of skull and
bones.

The danger notice plate, in general, meets the requirements of local inspecting authorities.

Overall dimensions of the danger notice plate shall be 200 mm. wide x 150 mm. high.

The danger notice plate shall be made from minimum 1.6 mm. thick mild steel sheet and after due pre-
treatment to the plate, the same shall be painted white with vitreous enamel paint on both front and rear
surface of the plate.

The letters, the figures, the conventional skull and bones etc. shall be positioned on plate as per
recommendation of IS: 2551-1982.

The said letters, the figures and the sign of skull and bones shall be painted in signal red colour as per IS:
5-1978.

The danger plate shall have rounded corners. Location of fixing holes for the plate shall be decided to suit
design of the Panels.

The danger notice plate, if possible, is of ISI certification mark.

O. Internal Components:

The Panels shall be equipped complete with all types of required number of MCCB’s, contactors, relays,
fuses, meters, instruments, indicating lamps, push buttons, fittings, busbars, cable connectors etc. and all
the necessary internal connections / wiring as required and as indicated on relevant drawings.
Components necessary for the proper and complete functioning of the Panels but not indicated on the
drawings shall be supplied and installed on the Panels.

All parts of the Panels carrying current including the components, connections, joints and instruments
shall be capable of carrying their specified rated current continuously, without temperature rise exceeding
the acceptable values of the relevant specifications at the part of the Panels.

All units of the same rating and specifications shall be fully interchangeable.

1.7 Components

1.7.1 General

The type, size and rating of the components shall be as indicated on the relevant drawings.

While selection of the capacity of the components resulting from the prevailing conditions like ambient
temperature shall be allowed for the thermal and magnetic trip rating shall be compensated for the
ambient temperature.

The rating indicated on the drawing is ratings anticipated at prevailing site conditions.

E- 39
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.7.2 Air Circuit Breaker 

A. Construction

The ACBs shall have following features:

‚ Motorized with 230 V A.C. motor.

‚ 230 V A.C closing and shunt trip coil

‚ Drawout type with "service", "test", "isolated" and "maintenance" position.

‚ Safety shutter of Fibre glass / polycarbonate sheet of 2mm thickess shall be provided

‚ Mechanically trip free plus antipumping feature is to be provided.

‚ Electrical trip free plus anti pumping shall be provided with relay ONLY and not by contactors.

‚ Electrical/Mechanical operation counter shall be provided.

‚ Door interlock with defeat features to be provided.

‚ ACB shall be lockable in isolation position.

B. Release

‚ Microprocessor based release shall be direct acting type, tripping ACB mechanically.

‚ Short circuit, overload and earth fault protection shall be provided.

‚ Vendor to suggest release type for feeders of supply range characteristic and accuracy.

C. Acb Performance

‚ ACB performance inside panels at ambient 50 Degree.

‚ The Symmetrical breaking, 50KA

‚ Making capacity peak 87.5 KA

‚ Short time rating , 1sec. 50KA

D. Incomer Acbs

All incomer ACBs shall have following additional protections other than mentioned above.

‚ Under and over voltage

‚ Under and over frequency

‚ Restricted Earth Fault protection

‚ Trip Circuit supervision with PS class CT’s.

E- 40
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Undercurrent, ( DG set only)

‚ Reverse power ( DG set only)

‚ Phase sequence reversal ( DG set only)

‚ Load shedding and reconnection thru programmable contacts.

‚ Release should display the Contact wear indication.

The release should provide local indication of actual %age loading at any instant. The release should be
able to communicate on MODBUS RTU protocol using inbuilt RS485 port and shall be integral part of
supply with trip unit.Parameters of the Protection Release should be changeable from Release as well as
thru communication network. Release should have graphical LCD for display of power parameters. The
release should provide comprehensive metering with the following parameters

‚ Phase currents (running, avg & max) – All parameters in single window.

‚ Release should be able to capture short circuit current on which ACB has tripped.The last ten
trips and alarms shall be stored in memory with the date & time stamping along with type of fault
and alarm. The sensing CT Should be Rogowsky type with measurement precision of 1%.

‚ Release should be self powered .

‚ Release should have facility to select different type of IDMTL protection(DT,SIT,VIT,EIT,HVF) for
better co-ordination with HT Breaker/Fuse.

‚ Phase voltages (running, avg & max)

‚ Energy & power parameters (active, reactive and apparent)

‚ PF

‚ Frequency

‚ Maximum Demand ( KVA & KW)

‚ Total Harmonics distortion

E. O/G Acbs

All O/G ACBs shall have following functions.

Protection

‚ The ACB control unit shall offer the following protection functions as standard:

‚ Long-time (LT) protection with an adjustable current setting and time delay;

‚ Short-time (ST) protection with an adjustable pick-up and time delay;

‚ Instantaneous (INST) protection with an adjustable pick-up and an OFF

‚ Position.
E- 41
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Current and time delay setting shall be indicated in amperes and seconds respectively

‚ On a digital display.

‚ Earth-fault protection with an adjustable pick-up and time delay shall be provided if indicated on
the appended single-line diagram.

Measurements

‚ An ammeter with a digital display shall indicate the true rms values of the currents for each
phase. Release shall acknowledge the current & time delay settings done by user on the LCD
display.

‚ A LED bargraph shall simultaneously display the load level on the three phases.

‚ A maxi meter shall store in memory and display the maximum current value observed since the
last reset. The data shall continue to be stored and displayed even after opening of the circuit
breaker.

Safety Features

i. The safety shutter shall prevent inadvertent contact with isolating contacts when breaker is
withdrawn from the Cradle.

ii. It shall not be possible to interchange two circuit breakers of two different thermal ratings. For Draw-
out breakers, an arrangement shall be provided to prevent rating mismatch between breaker and
cradle.

iii. There shall be provision of positive earth connection between fixed and moving portion of the ACB
either thru connector plug or sliding solid earth mechanism. Earthing bolts shall be provided on the
cradle or body of fixed ACB.

iv. The incoming panel accommodating ACB shall be provided with indicating lamps for ON-OFF
positions, digital voltmeter and ammeter of size not less than 96 mm x 96 mm, selector switches,
MCB for protection circuit and measuring instrument circuits.

v. It shall be possible to bolt the draw out frame not only in connected position but also in TEST and
DISCONNECTED position to prevent dislocation due to vibration and shocks.

vi. Draw out breakers should not close unless in distinct Service/Test/Isolated positions.

vii. The insulation material used shall conform to Glow wire test as per IEC60695.

viii. The ACB shall provide in built electrical and mechanical anti-pumping.

ix. All EDO ACB`s Shall have Ready to Close Contact to ensure that the ACB gets a command only
when it is ready to close for applications of Remote Control, AMF, Synchronization and Auto Source
Change Over Systems.

1.7.3 Moulded Case Circuit Breaker

The moulded case circuit breaker (MCCB) shall be air break type and having quick make - quick break
with trip free operating mechanism.
E- 42
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Housing of the MCCB shall be of heat resistant and flame retardant insulating material.

Operating handle of the MCCB shall be in front and clearly indicate ON/OFF/TRIP positions.

The electrical contacts of the circuit breaker shall be of high conducting non deteriorating silver alloy
contacts.

The MCCB shall be provided with thermal / magnetic type bi-metal overload release and electromagnetic
short circuit protection device. All the releases shall operate on common trip busbar so that in case of
operation of any one of the releases in any of the three phases, it will cut off all the three phases and
thereby single phasing of the system is avoided.

The MCCB wherever called for in the appended drawings shall provide an earth fault relay.

The MCCB shall provide two sets of extra auxiliary contacts with connections for additional controls at
future date.

The electrical parameters of the MCCB shall be as per the description given in the appended drawings.

Draw out type MCCB shall be provided for the feeder indicated in the single line diagram. The MCCB
shall be provided with 230 V A.C motor for closing and tripping / switching off for the feeders if indicated
in single line diagram.

MCCB should be with following:

i. Free Alarming for O/L, Healthiness check of the Breaker, Fault Differentiation on front of the MCB
from Display / LED.

ii. All MCCB should be Communicable & have all kind of communication accessories with in built
metering should support open / Modbus protocol.

iii. MCCB should provide switch board display unit for panel cutout.

1.7.4 Fuse

Fuses shall be of high rupturing capacity (HRC) fuse links and shall be in accordance with IS: 2000-1962
and having high rupturing capacity of not less than 15KA at 415 V. The back-up fuse rating for each
motor / equipment shall be so chosen that the fuse does not operate on starting of motors / equipment.
HRC fuses shall be of the make as specified in Make of Material.

1.7.5 Miniature Circuit Breakers

Miniature Circuit breakers shall be current limiting type conformed with British standard BS: 3871 (Part I)
1965 and IS: 8828. The housing of MCBs shall be heat resistant and having high impact strength. The
fault current of MCBs shall not be less than 10KA at 230 V. The MCBs shall be flush mounted and shall
be provided with trip free manual operating mechanism with mechanical `ON’ and `OFF’ indications.

The circuit breaker dollies shall be of the trip free pattern to prevent closing the breaker on a faulty circuit.

The MCB contacts shall be silver nickel and silver graphite alloy and tip coated with silver. Proper arc
chutes shall be provided to quench the arc immediately. MCBs shall be provided with magnetic fluid
plunger release for over current and short circuit protection. The overload or short circuit device shall

E- 43
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


have a common trip bar in the case of DP and TPN miniature circuit breakers. All the MCBs shall be
tested and certified as per Indian Standards, prior to installation.

1.7.6 Contactors

The contactors shall meet with the requirements of IS: 13947 and BS: 771.

The contactors shall have minimum making and breaking capacity in accordance with utilization category
AC3 and shall be suitable for minimum Class II intermittent duty.

If the contactor forms part of a distribution board then a separate enclosure is not required, but the
installation of the contactor shall be such that it is not possible to make an accidental contact with live
parts.

1.7.7 Voltmeter

Voltmeter shall be digital. The dial of the meter shall be square in shape of 96 x 96 mm.

The voltmeter selector switch shall be arranged to provide line to line voltage reading and line neutral
voltage.

1.7.8 Ammeter

Ammeter shall be digital. The dial of the ammeter shall be square in 96 x 96 mm. Separate current
transformer shall be provided for all ammeters.

1.7.9 Current Transformer

Where ammeters are called for C.T.s shall be provided for current measuring. Each phase shall be
provided with separate current transformer of accuracy Class I and suitable VA burden for operation of
associated metering and controls. Current transformer shall be in accordance with IS: 2705 - 1992 as
amended up to date.

1.7.10 Push Buttons

The push button unit shall comprise of the contact element, a fixing holder, and a push button actuator.
The push button shall be momentary contact type. The contacts shall be of silver alloy and rated at 10
Amps. Continuous current rating. The actuator shall of standard type and colour as per its usage for ON,
OFF and TRIP. Wiring for Remote ON, OFF push button is to be required.

1.7.11 Indicating Lamps

Indicating lamps assembly shall be screw type with built in resistor having non fading color lens. LED type
lamps are required. Wiring for Remote ON, OFF, TRIP indicating lamp is required.

Colour shade for the indicating lamps shall be as below:

ON indicating lamp : Red

OFF indicating lamp : Green

TRIP indicating lamp : Amber

E- 44
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


PHASE indicating lamp : Red, Yellow, and Blue

TRIP circuit healthy lamp : Milky

E- 45
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

B. Power Factor Correction System With Detuned


Filter

1.1 Scope
Design, manufacture, supply, erection, testing and commissioning of Indoor type power correction
capacitor banks for power factor improvement as per specification given below:

1.2 Standard
Unless otherwise stated below, the capacitor shall comply with the following standards (and their latest
amendments): IS 13340-1993, IS 13341-1992, IEC 60831-1+2

1.3 Rating
50 KVAR (or less) capacitor units as specified in the BOQ shall be used to form a bank of capacitors of
desired capacity.

1.4 Enclosure
The panel shall be indoor type, free standing, and floor mounting with IP42 degree of protection. It shall
be completely made of CRCA sheet steel. The enclosure shall have sturdy support structure with angle
supports as necessary and shall be finished with powder coating in the approved colour shade/s to match
the colour of the other panels. The thickness of powder coating should be minimum 60-80 microns.

Suitable provisions shall be made in the panel for proper heat dissipation. Air aspiration louvers for heat
dissipation shall be provided as a necessary.

The front portion shall house the switchgear and the rear portion shall house capacitors and series
reactors. The enclosure is to be suitably sized to accommodate all the components, providing necessary
air clearance between live and non-live parts, providing necessary working clearance.

1.5 Apfc Relay / Controller


Microprocessor based IPFC relay (Intelligent VAr controller) shall sense the PF in the system and
automatically switch ON / OFF the capacitor unit or stage to achieve the preset target PF. The controller
shall have the following features:

‚ Digital settings from all the 3 phases for parameters like PF, Switching time delay, Step limit etc.

‚ Indication of PF, preset parameters.

‚ Minimum threshold setting of 1% of CT current.

‚ No-volt release.

‚ Protective shut down in case of harmonic overload.

E- 46
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

‚ Indication for Failure to achieve the target PF, Harmonic overloading, Step failure etc.

1.6 Construction
Each basic unit of mixed dielectric extra low loss / All Poly Propylene (APP) / GAS Filled capacitor shall
be built with a number of elements. These elements shall be combination of capacitor tissue paper and
biaxially oriented polypropylene film impregnated with non PCB bio-degradable impregnant or Film Foil
capacitor manufactured using Poly propylene film placed between 2 layers of metal foil and winding. The
elements shall be connected to the external bus bars through these leads in a series parallel connection
to form a three phase unit.

The capacitor units shall be floor mounting type using minimum floor space. The container of capacitors
shall be made out of 2 mm thick M S sheet steel of polyester paint coated finish. Each standard unit shall
be provided with internal fuses (operation co-ordinate with case-rupture characteristics to avoid rusting).

Total Harmonic Distortion (THD) of up to 5% on voltage and current waveforms shall not affect the life of
capacitors. 660±10% variation in line voltage shall not affect the life of the capacitors.

1.7 Capacitors
‚ General specifications: 3 phase, delta connected, 50 Hz.

‚ Voltage: Must be designed to withstand system over voltage, increased voltage due to series
reactor and harmonics.

‚ Capacitor type: Super heavy duty with double side metalized capacitor tissue paper. Gas Filled
and self-healing type with bi-axially oriented polypropylene film shall be fitted with pressure
sensitive disconnector in each individual capacitor cell.

‚ Over voltage +10% (12h / 24h), + 15% (30m / 24h), + 20% (5m), +30% (1m) as per Clause 6.1 of
IS 13340-1993.

‚ Over current : 2.5 x In

‚ Peak Inrush current withstand : 350 x In

‚ Total watt-losses including discharge resistors: < 0.45 W / k V Ar.

‚ Temperature category: -25 deg. C to 70 deg. C.

‚ Capacitor shall be self-heating type and oil impregnated for longer life. The impregnant shall be
non-PCB, biodegradable type, must be properly treated and de-gasified, so as not to have any
degeneration properties and shall be non-oxidizing.

‚ The design shall be modular for simple mechanical assembly, no extra accessories / metal parts
to be required. Unit must be free standing with an IP 41 protection level.

E- 47
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.8 Discharge Resistance


Capacitors shall be provided with permanently connected discharge resistors so that residual voltage of
capacitors is reduced to 50 volts or less within one minute after the capacitors are disconnected from the
source of supply.

1.9 Terminals
Each capacitor bank shall be provided with a terminal chamber and cable glands suitable for PVC
insulated aluminum conductor armoured cables as specified.

1.10 Earthing
Two separate earthing terminals shall be provided for earth connection of each bank.

1.11 Low Voltage Filter Reactor


Filter reactor shall be series type having a three phase, iron core construction suitable for indoor use.
The reactor shall be air cooled and the layout shall be in accordance with IEC 76. The complete unit
shall be impregnated under vacuum and over-pressure in impregnation resin and shall be suitable for
temperature class H operation. The reactor coils shall be wound with high grade aluminum / copper and
termination shall be provided with suitably designed copper bars.

1.12 Testing
The reactor shall be tested `using a separate source voltage test of 3 KV (coil to core) for one minute as
per IEC 76/3. The reactor shall be fitted with a temperature sensitive micro-switch in the centre coil
(normally open) for connection to trip circuit in case of high operating temperature.

1.13 Series Reactor


Application

LV Harmonic Filters shall be used with harmonic filter duty power capacitors to mitigate harmonics,
improve power factor and avoid electrical resonance in LV electrical networks.

Construction, Testing & Protection

The low voltage filter reactor shall be series type having a three phase, iron core construction suitable for
indoor use (IP 00). The reactor shall be air cooled and the layout shall be in accordance with IEC 60076.

The complete unit shall be impregnated under vacuum and over-pressure in impregnation resin and shall
be suitable for temperature Class H (T60/H) operation.

The reactor shall be tested using a separate source voltage test of 3.0kV (coil to core) for 1 minute as per
IEC 60076/3.

The permitted tolerance of inductance shall be + 3% of rated inductance value.

E- 48
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Reactor tuning factor shall be 13% and the current rating of the reactor shall include the effects of
harmonics and other possible over-currents.

The limit of linearity of inductance of the filter reactor shall be as follows 1.2• ∑Ιη with L = 0.95 LN

The reactor shall be fitted with a temperature sensitive micro-switch in the centre coil (normally open) for
connection to trip circuits in case of high operating temperatures.

1.14 Switchgear & Protection


Incomer switchgear shall be TP&N breaker appropriate rating. Suitable contactor for each step shall be
used and must be capable of capacitor switching duty at each step for short circuit protection.

Busbars shall be suitably colour coded and must be mounted on appropriate insulator supports.

Power cables used shall have superior mechanical, electrical and thermal properties, and shall have the
capability to continuously operate at very high temperatures up to 125 deg.C.

Internal wiring between main bus-bars, breaker, contactor and capacitors shall be made with 1100 V
grade, PVC insulated, copper conductor cable of appropriate size, by using suitable copper crimping
terminal ends etc.

Suitable bus links for input supply cable termination shall be provided.

1.15 Control Circuit & General Protection


The control circuit shall be duly protected by using suitable rating MCB.

An emergency stop push button shall be provided to trip the entire system (22.5 mm dia., mushroom
type, press to stop and turn to reset).

Wiring of the control circuit shall be done by using 1.5 sq.mm, 1100 V grade, PVC insulated, multi-
stranded copper control wire.

Inspection terminal strip, number ferruling, labeling etc. shall be provided.

440 V caution board on the panel shall be provided.

1.16 Testing
The capacitor bank shall be subject to tests as specified in relevant Indian Standards at the factory and
the test certificates shall be furnished in quadruplicate.

1.17 Installation
Capacitors banks shall be installed as per installation manual of supplier and shall conform to
relevant Indian Standards.

E- 49
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


All interconnections in the control panel shall be checked before commissioning.

Cable end boxes shall be sealed after cable connections to prevent absorption of moisture.

15 mm thick rubber matting of an approved make over a 100 mm high Timber platform shall be provided
in front of the full length of the capacitor bank and control panel.

1.18 Testing And Commissioning


i. Insulation resistance shall be tested with a 1000 volts megger between phases and phase to
earth.

ii. Residual voltage shall be measured after switching of the capacitors and the same shall not be
more than 50 volts after one minute.

iii. Each discharge resistor shall be tested for its working.

C Lightning And Surge Voltage Protection

1.1 Scope
The work required under this section shall include all material, labour and auxiliaries required to furnish
and install complete Surge Protection Devices at main LT Panel incoming feeders (Stage I / Class B) &
Distribution Boards (Stage II / Class C) for the protection of Building electrical and Electronics system
from the effect of Lightning discharges, line induced transient surge voltage or switching surges as per
the details.

1.2 Codes & Standards


The following standards & publications as referred in the various parts of this Specification shall apply.

‚ IEC-61643-11, IEC-61643-12

‚ IEC 60 364 – 5 – 5 53

‚ IEC 62 305 - 4

1.3 Product Specifications


1.3.1 Surge Protector At Stage I / Class B (L T Panel
Protector)

The Surge Protection Device (SPD) manufacturer shall offer a complete line of Surge Protection Devices
to support the requirements for Main LT Panel Incoming feeders. The surge protector at this stage shall
be provided to protect the downstream electrical and electronics against any lightning discharges surges
that may enter into the system through Mains panel.

E- 50
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The Protection unit shall be based on single arc spark gap technology and shall be able to withstand
10/350 microsecond surge currents associated with external lightning discharges.

1.3.2 Protection Network Configuration

The work required under this section consists of furnishing, installing and connecting SPD device as
specified and as asked for in BOQ. The SPD device shall be installed in a NETWORK configuration,
consisting of one set of SPD panel device at the service entrance of switchboard. All SPD devices in this
network configuration shall be of same manufacturer. All SPD devices shall be modular, mountable on
35 mm DIN rail.

Unit status indicator shall be provided to indicate the status of complete Protection unit.

Protection shall be manufactured for the specific type and voltage of the electrical Service and shall
provide clamping for both normal (L-N) and common (N-G) mode operation.

Protection shall be manufactured to withstand a maximum continuous operating voltage of not less than
115% of normal RMS Line voltage of 240 V.

The Protection shall be provided with safety MCB’s to be connected in series between Line/s to neutral &
neutral to earth as per the TNS configuration of wiring. It shall be testable on line for routine
maintenance, module failure and in order to prevent catastrophic failure modes.

Protection shall be a fail-safe type device, shall have a follow through current quenching capacity up to 25
KA r.m.s., shall have repeated surge capability state, shall be self restoring and be fully automatic in all
mode of operation.

Protection shall comply with IEC 61643 and shall be approved for the location in which they are listed.

Protection shall have an operating temperature ranges from -20oC to 60oC.

1.3.3 Protection Criteria

‚ The maximum continuous operating voltage (Rated Voltage) for SPD devices connected to phase-
neutral shall not be less than the values shown in table:

Nominal Voltage Rating per phase Maximum Continuous Operating


Voltage

(Vrms) (Vrms)

240 320

‚ Listing

‚ The surge protective device and associated hardware must comply with IEC 61643-11.

‚ The Protection voltage of the complete rail mount surge protective device shall be type test to the
figures as indicated in table below, which must not exceed the values shown.

Service Voltage / per phase Protection Voltage @ In (Nominal


discharge current) / Protection Level

E- 51
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

240 V < 2.5 k V (between Line to Neutral)

1.5 kV (between Neutral to Earth)

‚ Surge protective device application at Low Voltage AC main LT Panel incoming feeder surge
impulse current withstanding capacity as shown in table below.

Application Panel Location Max. Single Withstand Surge Current

(of 10/350 μs Impulse)

Service Entrance (Main LT Panel) 25 KA, 10/350μs (between Line to


Neutral 100 KA, 10/350 (between
neutral to Earth)

‚ Compliance to this specification must be provided in the form of a certificate from an independent
testing laboratory.

‚ Response time of stage-I class –B arrester should not be < 100 ns.

1.3.4 Surge Protector At Stage II / Class C (Final


Distribution Board Protector)

‚ The surge Protection manufacturer shall offer a complete line of surge Protection product to
support the requirements for the Distribution Board. The surge protector at this stage shall be
provided to protect the downstream electrical and electronics against any induced switching
surges that may be passed on to the downstream electrical & electronic system.

‚ The Protection unit shall be based on Single High Capacity Metal Oxide Varistors (MOV),
capable of handling 8/20 μs surges and shall be able to give an indication in the event module
failure and be pluggable to facilitate the in-service replacement without distributing the lines. One
extra set of replacement module shall be furnished to the job site.

‚ Protection Network Configuration - The work required under this section consists of furnishing,
installing and connecting SPD device as specified and as shown in the drawings. The SPD
device shall be installed in a NETWORK configuration, consist of one set of SPD panel device at
the service entrance of switchboard. All SPD devices in this network configuration shall be of
same manufacturer. All SPD devices shall be modular, mountable on 35 mm DIN rail and be
field replaceable without interruption of electrical distribution circuit.

‚ Unit status indicator shall be provided to indicate the status of complete Protection unit on the
product as well as provision for remote indication must be provided.

‚ Protection shall be manufactured for the specific type and voltage of the electrical Service and
shall provide clamping for both normal (L-N) and common (N-G) mode operation.

‚ Protection shall be manufactured to withstand a maximum continuous operating voltage of not


less than 115% of normal RMS Line voltage of 240 VAC.

‚ The Protection shall be provided with internal safety fusing if required, to be connected in parallel
between Line/s to neutral & neutral to earth as per the TNS configuration of wiring. It shall be

E- 52
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


testable on line for routine maintenance, module failure and in order to prevent catastrophic
failure modes.

‚ Protection shall be a fail-safe type device, shall have no follow through current shall have
repeated surge capability, shall be solid state, shall be self restoring and be fully automatic in all
mode of operation. It shall have thermal disconnection and indication against overloading of the
device.

Protection shall comply with IEC 61643 standards.

Protection shall have an operating temperature ranges from -20oC to + 60oC.

Protection Criteria

The maximum continuous operating voltage (Rated voltage) for SPD devices connected to phase-neutral
shall not be less than the values as shown in table below:

Nominal Voltage Rating per phase Maximum Continuous Operating


Voltage

(Vrms) (Vrms)

120 150

240 320

350 440

480 600

Listing

The surge protective device and associated hardware must comply with IEC 61643-11.

The Protection voltage of the complete rail mount surge protective device shall be type test to the figures
as indicated in table below, which must not exceed the values shown.

Service Voltage / per phase Protection Voltage @ In (Nominal


discharge current) / Protection Level

240 V 1500 V

Nominal Withstand Surge Current.

Surge Protective device (including all fusing and over current protection) for application at sub-
Distribution Panels shall have a Nominal surge current withstand capacity as shown in table below. The
failure or operation of any fuse / over – current device during the test is not permissible.

Application Panel Location Max. Single Withstand Surge Current

Of 8/20 µs Impulse)

E- 53
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Sub-Distribution Panel 10KA for 8 / 20 μs (between Line to Neutral)

Final Distribution Board 25 KA for 10/350 μs (between Neutral to


Earth)

Compliance to this specification must be provided in the form of a certificate from an independent testing
laboratory.

Response time of Class C arrestor should not be <25 ns.

1.8 Shop Drawings


Prior to fabrication of the Panels the supplier / contractor shall submit for Engineer’s approval the shop /
vendor drawing consisting of G.A. drawing, sectional elevation, single line diagram, bill of material etc.
and design calculations indicating type, size, short circuiting rating of all the electrical components used,
busbar size, internal wiring size, Panels dimension, colour, mounting details etc. in 6 sets.. The contractor
shall also submit manufacturer’s catalogues of the electrical components installed in the Panels along
with the drawing.

The following shall be furnished as part of the Tender:

a) General arrangement showing plan, elevation and typical sectional views.

b) Technical literature on the various equipments.

c) The following shall be furnished after award of contract for Purchaser's approval :

i. General arrangement showing plan, elevation and typical section views.

ii. Foundation plan showing location of fixing channels, floor opening etc.,

iii. Schematic wiring drawings for each feeder.

1.9 Inspection
At all reasonable times during production and prior to transport of the Panels to site, the supplier /
contractor shall arrange and provide all the facilities at their plant for inspection.

1.10 Test Certificates


Testing of Panels shall be carried out at factory and at site as specified in Indian standards in the
presence of Engineer. The test results shall be recorded on a prescribed form. The test certificate for the
test carried out at factory and at site shall be submitted in duplicate to the Engineer for approval.

E- 54
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E8. Lighting Fixtures & Accessories


The light fixtures and fittings shall be assembled and installed in position complete and ready for service,
in accordance with details, drawings, manufacturer's instructions and to the satisfaction of the Project
Manager.

1.1 Scope
Scope of work under this section shall include inspection at suppliers/manufacturer’s premises at site,
receiving at site, safe storage, transportation from point of storage to point of erection, erection and
commissioning of light fittings, fixtures and accessories including all necessary supports, brackets, down
rods and painting etc as required.

1.2 Standards
The lighting and their associated accessories such as lamps, reflectors, housings, ballasts etc., shall
comply with the latest applicable standards, more specifically the following:

General and safety requirements for Luminaires :

‚ Part-1 Tubular flourescent lamps - IS – 1913 (Part-1)

‚ Industrial lighting fittings with metal reflectors - IS - 1777

‚ Decorative lighting outfits - IS - 5077

‚ Bayonet lamp holders - IS - 1258

‚ Bi-pin lamp holders for tubular fluorescent lamps - IS - 3323

‚ Electronic Ballasts for fluorescent lamps –

‚ General & Safety requirement - IS – 13021 (Part-1)

‚ Electronic Ballasts for fluorescent lamps –

‚ Performance requirement - IS – 13021 (Part-2)

‚ Ballast for HP MV lamps - IS - 6616

‚ Tubular Fluorescent lamps - IS - 2418 (Part-1 to 4)

‚ Luminaries – General requirement - IS – 10322 (Part-1)

‚ Luminaries – Constructional requirement - IS – 10322 (Part-2)

‚ Luminaries – Screw and Screwless termination - IS – 10322 (Part-3)

‚ Luminaries – Methods of Tests - IS – 10322 (Part-4)

E- 55
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Particular requirement – General purpose Luminaries - IS–10322 (Part-5/Sec-
1)

‚ Particular requirement – Recessed Luminaries - IS–10322 (Part-5/Sec-


2)

‚ Particular requirement – Luminaries for Road and

Street lighting - IS–10322 (Part-5/Sec-3)

‚ Particular requirement – Portable General purpose Luminaries - IS–10322 (Part-5/Sec-


4)

‚ Particular requirement – Flood Lighting - IS–0322 (Part-5/Sec-5)

‚ High pressure mercury vapour lamps - IS–9900 (Part-1)

‚ Tungsten filament general electric lamps - IS - 418

1.3 Light Fittings-General Requirements:


a) Fittings shall be designed for continuous trouble free operation under atmospheric conditions
without reduction in lamp life or without deterioration of materials and internal wiring. Degree of
protection of enclosure shall be IP-65 for outdoor fittings except bulkhead fitting. Bulkhead fitting
shall be provided with IP-54 protection.

b) Fittings shall be so designed as to facilitate easy maintenance including cleaning, replacement of


lamps/ ballasts.

c) All fittings shall be supplied complete with lamps. All mercury vapour and sodium vapour lamp
fittings shall be complete with accessories like ballasts, power factor improvement capacitors,
starters, etc. Outdoor type fittings shall be provided with weather proof junction boxes (IP-55)
and IP-54 Control gear boxes.

d) Each fitting shall have a terminal block suitable for loop-out connection by 1100 V PVC insulated
copper conductor wires up to 4 sq.mm. the internal wiring should be completed by the
manufacturer by means of standard copper wire and terminated on the terminal block.

e) All hardware used in the fitting shall be suitably plated or anodized and passivated.

f) Earthing: Each lighting fitting shall be provided with an earthing terminal. All metal or metal
enclosed parts of the housing shall be bonded and connected to the earthing terminal so as to
ensure satisfactory earthing continuity throughout the fixture.

g) Painting/Finish: All surfaces of the fittings shall be thoroughly cleaned and degreased and the
fittings shall be free from scale, rust, sharp-edges, and burns.

h) The housing shall be powder coated/stove-enameled or anodized as required. The surface shall
be scratch resistant and shall show no sign of cracking or flaking when bent through 90 deg.
over 12 mm dia. mandrel.

E- 56
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


i) Metal used in BODY of lighting fixtures shall be not less than 22 SWG or heavier if so required to
comply with specification of standards. Sheet steel reflectors shall have a thickness of not less
than 20 SWG. The metal parts of the fixtures shall be completely free from burns and tool marks.
Solder shall not be used as mechanical fastening device on any part of the fixture.

1.4. Light Fittings – Special Requirements


Assymetric Distribution Flood Light Fittings ( For Table
Tennis Area Lighting )

Flood light fitting shall be provided with Housing made of die-cast aluminium with powder-coated finish for
sturdiness and excellent corrosion resistance. The lamp compartment comprises of electrochemically
brightened, high purity, pre-anodized aluminium reflector for long life and superior reflectivity. Outstanding
glare suppression is secured by high grade asymmetric optics that achieve maximum intensity at around
60 deg with accurate beam control and uniform light distribution. There should be no direct light above
the horizontal plane through the luminaire - As per the ICAO specs. Necessary supporting vertical grid
calculations to be provided. Heat-resistant toughened front glass fixed to the housing with the help of
specially designed stainless steel toggles with specially designed hinging mechanism for quick and easy
lamp replacement, with no, sky Pollution. Hot dip Galvanized MS mounting bracket with calibrated disk
for ease of mounting and aiming. Heat-resistant long life EPDM/Silicon gasket renders the luminaire dust
tight and jet proof with ingress protection classification of IP 65. The twin lamp version offers switching
facilities that permits tailoring to the user’s needs while allowing energy savings. Rugged all weather
construction designed for easy aiming, simple cleaning and speedy maintenance Horizontal mounting for
optimum light distribution is recommended with maximum rotational adjustment of 12 from the horizontal.

Symmetric Distribution Flood Light Fittings (For Spectators


Area Lighting)

Extremely high efficiency due to the ‘small’ lamp in combination with the patented coated reflector
system: to provide up to 35 % higher energy (W/m2) than other solutions. Excellent uniform light
distribution with an asymmetric beam (A-) or a bi-directional beam (-BD) to create outstanding
illuminances on vertically oriented objects. The CDM-TD 150 W with colour temperature 4200 K, in
combination with the colour rendering of 96, creates a daylight impression. Safety and minimum glare are
assured, as the observer's eyes are shielded from the burner by a patented louver system. More sparkle,
because the bright, compact burner is reflected on cars or glossy merchandise. Silicone gasket bonded
to the housing renders the luminaire. Should be dustproof and jet proof to IP65. Galvanised white-coated
steel mounting frame, for firm recessed fixing in cladding. Housing consists of an injection-moulded base
plate, to which deep-drawn aluminium hood in connected. Thermally hardened glass, enclosed by an
IP65 silicone-rubber sealing gasket. Finishing in white (WH)

Ballasts Specifications:

Impregnated electromagnetic ballasts of copper – iron construction for use in combination with external
ignitor with watt loss not more than 42 watts (400 watts) & not more than 21 watts (150 watts) and should
with stand a maximum winding temperature of 130 Degree. The Power factor should be >0.85 with mains
current not more than 2.15 A at stabilization. Ortho cyclic winding process for limited ballast coil volume
and reduced weight with minimum ballast losses. Compact size reduces space requirement within the
luminaire. Earthing-while-mounting facility. Ballast equipped with screw terminal blocks. Compliance with

E- 57
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


IEC 922 (safety), IEC 923 (performance) standards. Semi – parallel ignition system in combination with
SN 58 ignitor ensures longer life for control gear components.

Box Channel Type Industrial Fittings

Box type slim line channel must be in screw less construction manufactured from M.S. CRCA sheet steel
powder coated with MS CRCA cover, powder coated white. Light reflection surface in Box/Channel type
fittings shall be in a POLYESTER PRECOATED STEEL having a reflection factor of not less than 80%.
SCREWLESS DESIGN & CONSTRUCTION Light fixtures shall be preferred due to their ease of
maintenance, especially for box/channel for box/channel type fixtures.

Moisture Proof Industrial Fittings

Surface mounted totally enclosed moisture proof fixtures must be in polycarbonate body and diffuser with
transparent prismatic interior and smooth exterior and frosted end. Fixture must be completely sealed
with polyerethane double gasket to achieve IP 65 protection. Fixture is complete with CRCA steel white
powder coated / enamelled finish reflector.

18 W / 36 W Fluorescent And 36 W CFL Low Glare Light


Fittings

Recessed mounted, modular fluorescent lighting fixture made of CRCA Sheet steel powder coated
(white) housing, electro chemically brightened and anodised reflector, three dimensional cross louvers
with concave contours, Fresnel top at louver saddle to increase efficiency. The luminance of <200 cd/M2
at 63 degree viewing angle in all directions so as to confirm Cat-2 classification of CIBSELG3

Highbay Industrial Fittings

Industrial Highbay luminaries shall be provided with pressure die cast housing along with all accessories,
orthocyclically woundopien construction ballast, and capacitor & semi parallel ignitor connected to
terminal block and mounted on the gear plate. The gear shall have side entry for ease in maintenance.
The spun aluminium reflector is suitable for narrows well as wide beam distribution. The luminaire will be
suitable for metal halide lamp HPI BU + 250 W which has 25500 lumens and 2.5 min restrike time (when
operate with son gear).

1.5 Accessories For Light Fittings Reflectors


The reflectors shall be made of CRCA sheet steel/aluminium /Silvered glass/Chromium plated sheet
copper as required. The thickness of reflectors shall be as per relevant standards. Reflectors made of
steel shall have stove enamelled/ vitreous enamelled/epoxy coating finish. Aluminium used for reflectors
shall be anodized/epoxy stove enamelled /mirror polished. The finish for the reflector shall be as
specified. The reflectors shall be free from scratches / blisters and shall have a smooth and glossy
surface having optimum light reflecting coefficient. Reflectors shall be readily removable from the
housing for cleaning and maintenance without use of tools.

E- 58
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.6 Lamps

1.6.1 Tld

Lamp shall be environment friendly low pressure mercury discharge lamp with mercury content less than
or equal to 5 mg. The lamp shall have minimum lumen maintenance of 85 and CRI of 85. The lamp must
comply with ROSH (Restriction of Hazardous substances) and covered by WEEE. Lamp should be fully
re-cyclable. The lamp should be low on maintenance with life of 40 K hours in case of electromagnetic
ballast and 65 K hours in case of HF ballast up to 10% failure. The discharge glass shall be lead free.

TLD Lamps shall be minimum tri-phosphor type and have bi-pin bases. Colour spectrum of light shall be
equivalent to “PHILIPS colour 84 or colour 86 colour 82 or “OSRAM colour 21 or colour 11 or colour 41
(as required at site)”.

The fluorescent Tubes (TLD) should have cool daylight colour designation. But Engineer’s reserve the
right to prescribe either Cool Daylight or Bright White or Incandescent Colour Designations for TLD. NO
extra payment will be made over the quoted rate of bidder for this. The 36 W fluorescent tubes will have
Nominal Luminous Flux of not less than 3350 lumens whether so mentioned in the Schedule of Quantities
or not.

T 5 – High efficiency eco-friendly lamps

T-5 lamp shall be environment friendly low pressure mercury discharge lamp with mercury content less
than or equal to 3 mg. lamp should have lowest CO2 emission compared to any other comparable light
source (40% less than a TL-D standard lamp, 26% less than TL-D / 80). T-5 lamp shall be 100% lead
free. T-5 lamp shall be designed for operation with electronic gear and well suited for dimming.
Maximum lumen output to be reached at approx 35oC in free burning position. T-5 lamp can be ignited
from -15oC to + 50oC. Lamp should be fully recyclable and must comply with ROSH (Restriction of
Hazardous substances) and shall be covered by WEEE. T-5 shall have 16 mm in diameter service life of
TL-5 lamp should be 10% more than TL-D lamps. T-5 lamp shall have lumen efficacy of up to 104 Lux /
W and shall have excellent colour rendering to En 12464 (Ra 80 to 89).

1.6.2 Compact fluorescent lamp shall have same luminous flux and power consumption as fluorescent
tubes but less than half the length and more compact than U-shaped and circulator lamps. CFL shall be
suitable for use with conventional control gear & standers and for HF electronic control gear. CFL lamp
shall be non integral type of OSRAM / GE / PHILIPS/ Havells Sylvania only.

1.6.3 150 W CDM-TD Lamp

‚ Warm or cool white colour impression

‚ Colour rendering good to excellent > 96.

‚ Retrofit in double-ended luminaries for quartz metal halide lamps (MHN/W-TD), thereby allowing
to reduce operating costs and improve colour quality

‚ Burning position horizontal +/-45°

‚ Initial Lumen Output not less than 13250 Lumens.

‚ Luminous efficacy should not be less than 84.

E- 59
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.6.4 Lamp Specifications: 400W SON-T

Sont Pia Plus 400w

‚ High pressure sodium vapour lamp with a specially designed integrated antenna to improve
lumen output and luminous efficacy for the source.

‚ Initial lumen output should not be less than 56500 lumens

‚ Initial luminous efficacy should not be less than 130 lumen per watt

‚ The lumen maintenance at 5000 burning hours should be greater than 94% and at 10,000
burning hours should not be less than 90%

‚ The rated average life at 50% failure should not be less than 20,000 burning hours.

1.7 High Frequency Electronic Ballast


High frequency electronic ballast shall be used with fluorescent / Compact Fluorescent Lamps wherever
specified in the schedule of quantities. High frequency electronic ballast shall comply with the following:

‚ IEC 927, IEC 928 for ≤10% total harmonic distortion.

‚ EMI / RFI – Confirming to FCC / VDE Class A/B.

‚ Line Transient as per IEEE C62.41.

‚ Ballast Crest Factor C1.7%.

‚ No Stroboscopic Effect

‚ Constant Wattage / Light output between 240 V ± 10%.

‚ Circuit protection for surge current and inrush current.

‚ Short circuits, open lamp protection

‚ PF > 70 for fluorescent / T5 lamp and CFL.

‚ Deactivated lamp protection

‚ Suitable for use with single and twin lamps

‚ RFI < 30 MHz EN 55015

‚ Total Harmonic Distortion (THD) ≤10%

‚ Immunity to interference EN 61547

‚ Safety EN 60928 / IEC 928 / IS 13021 (Part I)

‚ Performance EN 60929 / IEC 929 / IS 13021 (Part II)

E- 60
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Vibrations & Bump tests IEC 68-2-6 FC

‚ IEC 9001

‚ Quality Standard ISO 9001

‚ Environmental Standard ISO 14001

‚ DC Operation EN 60924

‚ Emergency Lighting Operation VDE 0108

Total System consumption (lamps + ballast) for

1 x 36 W TLD, shall not exceed 40 W

1 x 28 W T-5, shall not exceed 32 W

1 x 35 W T-5, shall not exceed 40 W

1 x 14 W T-5, shall not exceed 16 W

1 x 18 W CFL, shall not exceed 20 W

1 x 36 W CFL, shall not exceed 40 W

E- 61
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E9. Earthing

1.1 Earthing
The system shall be TNS with four wire supply system (R, Y, B, N and 2 Nos. E) brought from the main L
T Panel. All the non-current carrying metal parts of electrical installation and all metal conduits trunking,
cable sheaths, switchgear, distribution panels, light fittings and all other parts made of metal shall be
bonded together and connected by means of specified earthing conductors to an efficient earthing
system. All metal work such as pipe lines, ducts, cable trays, stair case railing etc shall be bonded to
earth.

All earthing shall be in conformity with IS: 3043 1987, and the basic system of earthing shall be TNS.

1.2 Earthing Conductors


Earthing conductors shall be of copper / GI as mentioned in schedule of quantities and shall be
protected against mechanical injury and corrosion.

1.3 Sizing Of Earthing Conductors


The cross sectional area of earthing conductor shall not be smaller than half of the largest current
carrying conductor subject to an upper limit of 80 Sq.mm. If the area of the largest current carrying
conductor or bus bar exceeds 160 sq.mm then two or more earthing conductors shall be used in
parallel, to provide at least half the cross sectional area of the current carrying conductor or bus bars.
All fixtures, outlet boxes, junction boxes and power circuits up to 15 amps shall be earthed with PVC
insulated copper wire.

All 3 phase switches and distribution panels up to 60 amps rating shall be earthed with 2 Nos. distinct
and independent 4 mm dia. copper / GI wires. All 3 phase switches and distribution panels upto 100
amps rating shall be earthed with 2 Nos. distinct and independent 6 mm dia. copper / GI wires. All
switches, bus bar, ducts and distribution panels of rating 200 amps and above shall be earthed with
minimum of 2 nos. separate and independent 25 mm x 3 mm copper / GI tape.

1.4 Connection Of Earthing Conductors


Main earthing conductors shall be taken from the earth connections at the main L T panel to an earth
electrode with which the connection is to be made. All joints in tapes shall be with four rivets and shall
be brazed in case of copper and by welding bolting in case of GI, wires shall be connected with crimping
lugs, all bolts shall have spring washers. Sub- mains earthing conductors shall run from the main
distribution panel to the sub distribution panel. Final distribution panel earthing conductors shall run from
sub-distribution panel.

Circuit earthing conductor shall run from the exposed metal of equipment and shall be connected to any
point on the main earthing conductor, or its distribution panel. Metal conduits, cable sheathing and
armouring shall be earthed at the ends adjacent to distribution panel at which they originate, or
otherwise at the commencement of the run by an earthing conductor in effective electrical contact
with cable sheathing. Where equipment is connected by flexible cord, all exposed metal parts of the

E- 62
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


equipment shall be earthed by means of an earthing conductor enclosed with the current carrying
conductors within the flexible cord. Switches, accessories, lighting fitting etc. which are rigidly secured in
effective electrical contact with a run of metallic conduit shall not be considered as a part of the
earthing conductor for earthing purposes, even though the run of metallic conduit is earthed.

The plate/pipe electrode, as far as practicable, shall be buried below permanent moisture level but in any
case not less than 2.5 M below finished ground level.

The plate/pipe electrode shall be kept clear of the building foundation and in no case, it shall be nearer
by less than 2 M from outer face of the respective building wall / column.

The plate electrode shall be installed vertically and shall be surrounded with 150 mm. thick layers of
Charcoal dust and Salt mixture.

19 mm. dia. G.I. pipes for watering shall run from top edge of the plate / pipe electrode to the mid level of
block masonry chamber.

Top of the pipe shall be provided with G.I. funnel and screen for watering the earth / ground through the
pipe.

The funnel with screen over the G.I. pipe for watering to the earth shall be housed in a block masonry
chamber as shown in the drawing.

The masonry chamber shall be provided with a Cast Iron hinged cover resting over the Cast Iron frame
which shall be embedded in the block masonry.

Construction of the earthing station shall in general be as shown in the drawing and shall conform to the
requirement on earth electrodes mentioned in the latest edition of Indian Standard IS: 3043, Code of
Practice for Earthing Installation.

The earth conductors (Strips / Wires copper / hot dip G.I.) inside the building shall properly be clamped /
supported on the wall with Galvanised Iron clamps and Mild Steel Zinc Passivated screws / bolts. The
conductors outside the building shall be laid at least 600 mm. below the finished ground level.

The earth conductors shall either terminate on earthing socket provided on the equipment or shall be
fastened to the foundation bolt and / or on frames of the equipment. The earthing connection to
equipment body shall be done after removing paint and other oily substances from the body and then
properly be finished.

Over lapping of earth conductors during straight through in joints, where required, shall be of minimum
75mm. long.

The earth conductors shall be in one length between the earthing grid and the equipment to be earthed.

Earth Leads And Connections

Earth lead shall be bare copper or Galvanised steel as specified with sizes shown on drawings. Copper
lead shall have a phosphor content of not over 0.15 %. G.I strips buried in the ground shall be protected
with bitumen and hessian wrap or polythene faced hessian and bitumen coating. At road crossing
necessary Hume pipes shall be laid. Earth lead run on surface of wall or ceiling shall be fixed on saddles
so that strip is at least 8 mm away from the wall surface.

E- 63
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The complete earthing system shall be mechanically and electrically bonded to provide an independent
return path to the earth source.

1.5 Prohibited Connections


Neutral conductor, sprinkler pipes, or pipes conveying gas, water or inflammable liquid, structural
steel work, metallic enclosures, metallic conduits and lightning protection system conductors shall not
be used as a means of earthing an installation or even as a link in an earthing system. The electrical
resistance measured between earth connection at the main L T panel and any other point on the
completed installation shall be low enough to permit the passage of current necessary to operate or
circuit breakers, and shall not exceed 1 ohm. All switches carrying medium voltage shall be connected
with earth by two separate and distinct connections. The earthling conductors inside the building
wherever exposed shall be properly protected from mechanical injury by running the same in G I pipe of
adequate size. The overlapping in strips at joints where required shall be minimum 75 mm. The joints
shall be riveted and brazed in case of copper and by welding / bolting in case of GI in an approved
manner. Sweated lugs of adequate capacity and size shall be used for termination of all conductor wires
above 6 sq.mm size. Lugs shall be bolted to the equipment body to be earthed after the metal body is
cleaned of paint and other oily substances and properly tinned. Equipotential bonding of all metallic
structures shall be done.

1.6. Earthing
The following must always be ensured in earthing system.

‚ All earths must be interconnected at the earth pits. This includes generator neutrals, transformer
neutrals, transformer body, lightning protection system earths, UPS earths etc.

‚ Extraneous conductive parts such as gas pipes, other service pipes and ducting risers and pipes
of fire protection equipment and exposed metallic parts of the building structure.

The Contractor shall get the soil resistivity test done at his own cost of the area where earthing pits are to
be located before starting the installation.

1.8 Resistance To Earth


The resistance of earthing system shall not exceed 1 ohm.

1.9 Specification For Hot Dip Galvanizing


Process For Mild Steel Used For Earthing For
Electrical Installation

General Requirements

I. Quality Of Zinc

Zinc to be used shall conform to minimum Zn 98 grade as per requirement of IS: 209-1992.

E- 64
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Ii. Coating Requirement

Minimum weight of zinc coating for mild steel flats with thickness up to 6 mm in accordance with IS:6745-
1972 shall be 400 g/sqm.

The weight of coating expressed in grams per square metre shall be calculated by dividing the total
weight of Zinc by total area (both sides) of the coated surface.

The Zinc coating shall be uniform, smooth and free from imperfections as flux, ash and dross inclusions,
bare patches black spots, pimples, lumpiness, runs, rust stains bulky white deposits, blisters.

Mild steel flats / wires shall undergo a process of degreasing pickling in acid, cold rinsing and then
galvanizing. Jointing of earthing tape shall be by welding. All joints and cut ends shall be properly painted
with aluminium paint.

1.10 Test
The entire earthing installation shall be tested as per requirements of Indian Standard Specification IS:
3043.

The following earth resistance values shall be measured with an approved earth megger and recorded.

1) Each earthing station

2) earthing system as a whole

3) Earth continuity conductors

4) Earth conductor resistance for each earthed equipment shall be measured which shall not
exceed 5 ohm in each case.

Measurements of earth resistance 450 shall be carried out before earth connections are
made between the earth and the object to be earthed.
100
All tests shall be carried out in presence of the Engineer’s representative.

Brick Work Chamber


with Cover
2000 / 3000 m m

Inner Pipe

Back Fill Compound


C.C.M.
Grade 'A' / Grade 'B'
Outer Pipe

E- 65

S.E.E. T - 39, Dia. 80 mm.

SCALE: NOT TO SCALE


Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E10. Te l e p h o n e & D a t a D i s t r i b u t i o n

1.1 Scope
This document defines the cabling system and subsystem components to include cable, termination
hardware, supporting hardware, and miscellany required to furnish, and to install a complete cabling
infrastructure supporting voice and video. The intent of this section is to provide pertinent information to
allow the vendor to bid the labour, supervision, tooling, materials, and miscellaneous mounting hardware
and consumables to install a complete system. However, it is the responsibility of the vendor to propose
any, and, all items required for a complete system whether or not it is identified in the specification,
drawings and bill of materials attached to this specification.

1.2 Applicable Documents:


The cabling system described in this specification is derived in part from the recommendations made in
industry standard documents. The list of documents below (or the latest revisions) has bearing on the
desired cabling infrastructure are incorporated into this specification by reference:

1) This Technical Specification and Associated Drawings

2) ANSI/TIA/EIA 568-B Commercial Building Telecommunications Cabling Standard – March 2001

3) ANSI/EIA/TIA-569-A Commercial Building Standard for Telecommunications Pathways and


Spaces - February, 1998

4) ANSI/EIA/TIA-606 Administration Standard for the Telecommunications Infrastructure of


Commercial Buildings - February, 1993

5) ANSI/TIA/EIA-607 Commercial Building Grounding and Bonding Requirements for


Telecommunications - August, 1994

2.0 Conduits:
Conduits shall be as given below:

Indoor: medium gauge Rigid PVC conduit.

The conduit shall generally be as specified under section `CONDUIT WIRING'.

3.0 Cables And Wires:


3.1. The type of cables and the services shall be as follows:

‚ Indoor Multi pair, PVC insulated sheathed armoured and sheathed.

‚ Inside Twin core PVC insulated with conduit twisted cores.

3.2. All multi core cables and wires shall be of tinned copper conductor of not less than 0.5 mm dia. and
shall be colour coded twisted pairs with rip cord.
E- 66
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

3.3. The conductor resistance shall be less than 150 ohms per KM and the insulation resistance between
the conductor's not less than 50 mega ohms and the nominal capacitance of about 0.1 micro farad
per kilometre.

3.4. Cables lay underground or locations subject to dampness and flooding shall be filled with
polyethylene compound and shall have sufficient protection against moisture and water ingress.

3.5. All armouring shall be of galvanized steel wires and protected against corrosion by an outer sheath of
PVC in the case of indoor cables and polyethylene in the case of outdoor cables. Outer sheathing
must be fire retarding and anti-termite.

3.6. All unarmoured single core cables and inner sheath of armored cables shall be provided with rip cord.

3.7. All single pair cables for final extension to the telephone outlet box shall be unarmoured tinned
copper conductors of not less than 0.6 mm. diameter and shall be drawn in conduits. All telephone
outlets shall consist of 2 A 2 pair polythene connector in G.I box with 6 mm perspex cover with
bevelled edges and chromium plated brass hardware.

4.0 Tag Blocks


4.1. The telephone tag blocks shall be suitable for the multi core telephone cables and shall have two
terminal blocks, cross connect type. All incoming and outgoing cables shall be terminated on
separate terminal blocks and termination shall be silver soldered. The cross connecting jumpers shall
be insulated wires of same diameter and screw connected.

4.2. The tag blocks shall be mounted inside fabricated sheet steel boxes with removable hinged covers
and shall be fully accessible. The enclosure shall be painted with 2 coats of red oxide and stove
enamelled.

5.0 Installation
5.1. The installation of conduits shall generally be as specified under section `CONDUIT WIRING'.

5.2. All cables shall be on cable racks and neatly stitched together.

5.3. The connection at the tag blocks shall be silver soldered so as to achieve minimum contact
resistance.

5.4. The final branch connections with single pair cables in conduits and the maximum number of cables
in each conduit shall be as follows:

Conduit diameter Max. No. of cables

inch mm.

3/4" 20 2 Nos. single pair

E- 67
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1" 25 6 Nos. single pair

1¼" 32 12 Nos. single pair

1½" 40 18 Nos. single pair

6.0 Mode Of Measurement


6.1. The main telephone cables shall include supply and laying of multi pair cables on ceiling/wall/on
cable trays/racks including all supports and shall be measured and paid on running length basis.
Cable trays/racks shall be paid for separately.

6.2. The multi pair tag blocks shall consist of two telephone connector's strips, jumpered interconnections
silver soldered enclosure etc. and shall be measured and paid as one unit.

6.3. The conduit wiring for telephone shall include single pair 0.6 diameter cable in heavy duty rigid, PVC
conduits and shall include junction boxes, pull boxes, 2 pair 2 A connector in GI box, Perspex cover
etc. and shall from one point.

7.0 Cabling For Tv System


7.1. The Co-axial cable shall be of wideband type with operation capability up to 500 MHz

7.2. The ageing resistance of the co-axial cable shall comply with DIN 47252, Part 2, i.e. max. 5%
increase in attenuation at 200 MHz measured by artificial ageing (14 days at 80 deg. C)

7.3. Cables shall meet or exceed the following specifications.

Construction RG-6 MATV Type RG-11 MATV Type

a Centre Conductor 18 AWG tinned copper 14 AWG tinned copper

b. Dielectric Foam Polyethylene Foam Polyethylene

Nom. dia. 0.180 Nom. dia. 0.280

c. Shield Foil - 0.003 AI. Tape Foil - 0.003 AI. Tape

Braid - 34 AWG 4 end Braid - 34 AWG 6 end

AL. 60% coverage dia. 0.212 AL.60%coverage dia. 0.314.

E- 68
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

d. Jacket Black PVC flame-retardant Black PVC flame retardant dia.

dia. over jacket 0.272 + overjacket0.405+0.010

0.008 Min. spot 0.023 Min. spot 0.032.

Electrical Properties

a. Dielectric Strength Conductor to shield Conductor to shield

2000 VDC 1500 VDC

b. Capacitance 16.2 PF / FT, Nom 16.2 PF / FT. Nom

c. Impedance 75.0 + 3.0 ohms 75.0 + 3.0 ohms.

d. Attenuation DB/100 ft. DB/100 ft.

0.65 DB @ 5 MHZ 0.35 DB @ 5 MHZ

0.76 DB @ 10 MHZ 0.94 DB @ 50 MHZ

0.96 DB @ 20 MHZ 1.28 DB @ 100 MHZ

1.98 DB @ 100 MHZ 1.78 DB @ 200 MHZ

4.21 DB @ 450 MHZ 2.20 DB @ 300 MHZ

4.80 DB @ 550 MHZ 2.75 DB @ 450 MHZ

6.49 DB @ 1000 MHZ 4.30 DB @ 1000 MHZ

e. Velocity of

Propagation 82.0% Nom 82.0% Nom

f. DCR 35.47 ohms / 1000 ft. 14.29 ohms / 10000 ft.

E- 69
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


g. SRL 30 DB (10 MHz to 300 MHz) 20 DB (5 to 450 MHz)

7.4. DIRECTIONAL COUPLERS

These shall be of Ultra Wideband type and of hybrid circuit design.

These shall have a near flat frequency response over the entire operating range.

These shall have aluminium cast housing for high frequency radiation resistance.

These shall have ‘F’ sockets for all input, output and branch ports.

The Tapoffs shall be available in one way, two way and four way configurations.

The splitters shall be available in two way, three way and four way configurations.

The Tapoffs shall be available in different tap values ranging from 11 dB, 15 dB, 20 dB, 25 dB and 30 dB.

These shall meet or exceed the following specifications

Tap off Splitters

a. Tap Loss 11-30 dB --

b. Through Loss 0.5-4 dB 4..0 - 8.0 dB

c. Isolation > 22 dB > 22 dB

d. Screening factor > 50 dB > 50 db

E- 70
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E11. Street Lighting Poles:


The street light poles shall be fabricated from heavy duty cold-rolled steel tubes conforming to IS: 1239
and hot dip galvanized or painted as specified.

The street light pole shall be fabricated as per the details and dimensions shown in the drawing.

The street light poles shall have base plate, a Junction Box, and necessary fixture mounting bracket at
top.

The Junction box shall provide easy access to a multiway connector and MCB, to be mounted inside the
pole. The access shall be specially fabricated with adequate reinforcement and weather protection gasket
to prevent ingress of moisture and vandal proofed.

Poles shall have large diameter entries for incoming and outgoing cables and two earth studs & Spiral
earthing.

The poles fabricated shall conform to the drawings and where such drawing is not available, the
contractor shall make such drawing and have it approved before fabricated.

The pole shall house a multi way Wohner type terminal block and MCB as shown on the drawings. Poles
shall have concrete coping.

E- 71
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E12. Ht God & Ht Work

12.1 11 Kv Switchyard
1.1 Two Pole Structure

The scope of work includes fabrication, supply, erection, painting as per the drawing and IS, and getting
the two pole as well as four pole structure approved from I.M & E department. The pole structure
comprising of following items.

All M.S. elements of channels, angles and flat shall be painted with two coats of primer and further
painted with two coats of Aluminium paint. All nut & bolts, washer etc. used shall be hot dip galvanized.

1.1.1. Vertical pole of minimum ISMB - 175 (175 mm x 90 mm) size of approximately 9.0 / 10.0 mtr. length
as indicated in the drawing, with 400 x 400 x 8 mm size base plate welded to one end of both the
joists.

1.1.2. Cross member of minimum ISMC - 100 (100 mm x 50 mm) size channels approximately 3.5 mtr.
each Length wherever required as indicated in the drawing.

1.1.3. Cross bracing angle of minimum ISA - 50 (50 mm x 50 mm x 6 mm) size of 4.5 mtr. each Length
wherever required as indicated in the drawing.

1.1.4. Side clamps, stay clamps, cleats, patties, etc. Fabricated from minimum 50 mm x 6 mm size M.S
flats as per actual requirement.

1.1.5. All nuts, bolts, washers etc. shall be of minimum 15 mm size.

1.1.6. Erection of poles and fixing of all structural members as per drawing and instruction of Site
engineer. The structure shall be erected in plumb, line level, properly facing the incoming and
outgoing lines. Cross member shall be firmly tightened.

1.1.7. All members shall be fabricated to suit the mounting / fixing of GOD, L.A, DOF, DISC/PIN/POST
insulators, cable end termination kit / box etc. as per the drawing.

1.1.8. All necessary hardware, nut-bolts, extra members, sundry items are included in the scope of
work.

1.1.9. All M.S parts shall be painted with primer and aluminium paint.

1.1.10. Earthing terminal shall be provided by welding 12 mm size bolt / cleat of 50 x 6 mm size M.S flat
shall be fixed to each joist with a hole of 15 mm size and cadmium coated nuts, bolts, washers
shall be provided as earthing terminals. Fixing or joining of any members is allowed by nut and
bolt only welding is strictly not allowed.

1.1.11. Suitable M.S. flat supports and cleats shall be fixed to ISMB poles for supporting / fixing the
earthing protection strip in the manner approved by the Engineer.

1.1.12. All drawing shall be prepared and submitted to Industry Mines & energy Dept. for approval.
Obtain the approval from I.M. & E. Dept.

E- 72
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.1.13. Vitreous enamelled caution boards or any other requirements shall be provided.

1.1.14. C.T.P.T. mounting channels, clamps, bracing angles, nut-bolts, hardware, etc. shall be supplied
and erected.

1.2 Air Break Switch

The air break switch should be constructed as per IS: 9920 / 1985. are provided with test certificate.

The A.B. switch should be triple pole type with movable centre pole. All the poles should be opened /
closed simultaneously by a lockable operating mechanism.

The porcelain insulator shall be sound free from defects, thoroughly vitrified and smoothly glassed.
Insulators shall have compressing type glassed with a good lustre and of uniform brown color.

The air break switch should be provided with 1 year guarantee and the test report.

The A.B. switch should be manually operated and shall be able to:

‚ Carry rated current without excessive temperature rise.

‚ Withstand the short circuit forces developed during fault.

‚ Carry the inrush current of transformer.

‚ Interrupt small inductive / capacitive current.

The contacts shall be of silver faced copper ensuring sufficient contact pressure. The male & female
contacts should be of self aligning type to ensure trouble free operation during opening and closing. Mild
steel arcing horn capable of breaking the magnetizing current shall be provided.

1.3 Drop Out Fuse

The D.O. Fuse assembly should be suitable for 33 KV supply and in accordance with IS 9385 / 1985 and
provided with a test certificate

The assembly shall be mounted on double pole structure complete with 3 fuse elements of required
ampere rating. The fuse link shall consist of iron channel base, stack insulator per phase, fuse carrier
bakelite tube, non-ferrous metal parts and spring loaded phosphor-bronze contacts. The insulator shall
comply with impulse voltage test in accordance with IS 3106.

1.4 Lightning Arrestor

1.4.1 Type And Rating:

Lightning arrestor shall be station class, heavy duty, and non-linear resistance type with rating as 33 KV.

The arrestor shall have adequate thermal discharge capacity for severe switching surges, long duration
surges and multiple strokes.

E- 73
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.4.2 Constructional Features

The arrestor shall be single pole and hermetically sealed off. It shall be of robust construction with
excellent electrical and mechanical characteristics.

Insulators must be non-hygroscopic and shall be wet process porcelain, brown glazed and free from
imperfection. All metal parts and hardware shall be hot dip galvanized.

Creepage distance shall correspond to heavily polluted atmosphere. Grading ring if required shall be
provided to maintain voltage gradient within permissible limit.

The arrestor shall be provided with pressure relief device if applicable to prevent shattering of approach in
case excessive gas pressure builds up.

1.4.3 Accessories

Lightning arrestor shall be furnished complete with insulating base, surge counter and anchoring
hardware for mounting on steel structure.

A surge counter shall be mounted at a convenient height for reading counter Terminals shall be such as
to permit connections with minimum bends.

A leakage current detector shall be furnished with the counter as an integrate part. This is for monitoring
the leakage to indicate any possible breakdown.

A suitable sized bypass shunt along with necessary terminals shall be furnished for bypassing the
discharge counter if required.

1.4.4 Terminals

All connection terminals shall be of corrosion resistant material and shall be provided with complete
connection hardware.

High voltage line terminal connector suitable for ACSR conductor.

1.5 Related Civil Work

Foundation require for two pole structure in switch yard area shall be carried out by vendor with
respective civil material as required to complete the job successfully as mentioned in our drawing.

12.2 H. T. VCB
1.1 Vcb

Scope

Manufacturing, testing and supplying of integrated cubicle type metal clad, form 3 a, floor mounted and
draw out type free standing, front operated indoor type 33 KV switchgear as per specifications given
below:

System

E- 74
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The switchgear enclosure shall conform to degree of protection IP 4 X.

The switchgear shall be made from MS sheet steel 2 mm thick (CRGO) and shall be folded and braced
as necessary to provide a rigid support for all components.

The switchgear assembly shall form a continuous dead front line up of free standing vertical cubicles.
Each cubicle shall have a lockable front hinged door and a removable bolted back cover. All covers and
doors shall be provided with neoprene gaskets. Suitable arrangement for lifting of each cubicle shall be
provided. Design and construction of the switchgear shall be such as to permit extension at either end.

Vacuum Circuit breaker shall be provided with surge arresting device for protection against lightning and
switching over voltage. Two separate and distinct connections to earth shall be provided for each surge
arrestor.

1.1.2 Breaker Compartment

Vacuum Circuit Breaker shall be mounted in draw out truck with front plate which covers the cubicle when
the breaker is in service position. This front plate shall be provided with view glass to facilitate
observation of mechanical ON/OFF indication of Circuit breaker, spring charged / discharged indication
and operation counter. Necessary orifice shall be provided for manual charging of the springs. ON/OFF
push button for opening and closing of the circuit breaker shall also be provided.

All draw out circuit breaker trucks/trolley of the same rating for all outgoing breakers shall be identically
wired / equipped for complete interchange ability at site. `Service', `Test', `Draw Out' positions of the draw
out carriage of the switchboard shall be provided. Automatic safety shutters shall be provided to ensure
the inaccessibility of all live parts after the breaker is drawn out.

Dummy panels required for rear extensions for cable terminations or to mount the components shall be
included in the offer and details of each type of such panels shall be furnished along with offer.

1.1.3 Bus Bar Compartment

Bus bars of rectangular cross section of copper conductor supported by cast epoxy insulator to withstand
full short circuit currents up to 26.3 KA for one second for 33 KV systems shall be provided at the rear.
Bus bar chamber shall be provided with inter panel barriers with epoxy cast seal off bushings.

1.1.4 Ct And Cable Compartments

At the rear of the panel sufficient space shall be available to accommodate three numbers epoxy CT’s of
double core and two numbers three core cable termination. The cable entry shall be from the top /
bottom.

1.1.5 Separate Compartments

Circuit breakers, instrument transformer, bus bars, cable etc shall be housed in a district different
compartments as required for form 3 a, compartmentalization. All relays, switches, lamps, etc.
comprising the control, indication and protective devices shall be housed in a separate compartment on
the front of the cubicle.

E- 75
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.1.6 Technical Particulars Of Vcb Circuit Breaker

S.NO. DESCRIPTION 6.6 KV 11 KV 22 KV 33 KV

a Rated Current 400 A 400 A 630 A 630 A

b Rated Voltage 7.2 KV 12 KV 24 KV 36 KV

c Rated Frequency 50Hz 50 Hz 50Hz 50Hz

18.4 KA 18.4 KA 26.3 KA 26.3 KA


d Rated Short Circuit breaking Current for 1 for 1 for 1 for 1
sec. sec. sec sec

Rated short circuit making current


e 50 KA 50 KA 66 KA 66 KA
(KAP)

20 KV / 28KV / 50 KV / 70 KV /
f Insulation level (KV rms/KVP)
60 KV 75 KV 125 KV 170 KV

1.1.7 Earthing Switch

Cable earthing switch shall be provided in the cable chamber and shall be operated from the front of the
panel. The ON/OFF position of switch shall be indicated by mechanical indicator. The earthing switch
shall be suitably interlocked with the breaker, so that it can be operated only when the breaker is in OFF
position.

Earthing switch shall also be provided on bus bar side. The ON/OFF Switch shall be indicated by
mechanical indicator. The earthing switch shall be suitably interlocked with the breaker, so that it can be
operated only when the breaker is in OFF position.

1.1.8 Isolating Contacts

The breaker isolating contacts shall consist of two parallel flat silver plated copper bars with ball point
contacts to give a vertical tolerance of ±10 mm.

1.1.9 Low Voltage Plug And Socket Connector

A twenty pin plug and socket connection along with flexible leads shall be provided to connect control
instrumentation and interlock circuits on the breaker truck and in the panel. The plug and socket
assembly shall be suitably interlocked with the truck positions like service and test/isolated position

1.1.10 Interlocks And Safety Devices

The following interlocks shall be provided:

a. The truck cannot be moved from either test to service position or vice versa, when the circuit
breaker is ‘ON’.

b. The circuit breaker cannot be switched ‘ON’ when the truck is in any position between test and
service position.

E- 76
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


c. Front part of the truck cannot be removed when the breaker in ‘ON’ position.

d. The low voltage plug and socket cannot be disconnected in any position except test/isolated
position.

e. The truck cannot be moved inside the panel, when the LT plug and socket is disconnected.

f. Earthing switch cannot be switched ‘ON’ when the truck is inside the panel.

g. The truck cannot be inserted when the earthing switch is ‘ON’.

1.1.11 Safety Devices

The following Safety devices shall be provided for the safety of the operating personnel:

a. Individual explosion vents shall be provided for breaker/bus bar/cable chambers on the top of the
panel to let out the gases under pressure generated in case of fault inside the panel.

b. Cubicle with front plate to withstand the pressure for internal arc fault as per PEHLA
recommendation.

c. Circuit breaker and sheet metal enclosure shall be fully earthed.

d. Self locking shutters shall be provided which shall close automatically when the truck is
withdrawn to ‘Test position’ and no separate padlocking of the shutter shall be required.

1.1.12 Protective Earthing

The earthing connection between the truck and the cubicle shall be by means of sliding contacts so that
the truck is earthed in the isolated position when inserted and remains earthed when the truck is pushed
further into the connected position or when the truck is being withdrawn until the truck has moved part the
isolated position.

1.1.13 Current Transformer

I. GENERAL REQUIREMENTS

Accommodation shall be provided in the circuit breaker panel, to mount one set of duel ratio CT. Access
to the CTS for cleaning, testing or changing shall be from the front, back or top of the panel.

II. RATING

Duel ratio CTS of suitable burden (but each not less than 15 VA) shall be preferred with 5 amps
secondaries.

Instrument Security Factor (ISF) of each CT shall not be more than 5.

The CTs shall conform to relevant Indian Standards. The design and construction shall be dry type,
epoxy resin cast robust to withstand thermal and dynamic stresses during short circuits. CT terminals
shall be shorting type. Current & voltage circuits shall be laid in separate wire ways. Secondary terminals
of CTS shall be brought out to a suitable terminal block which will be easily accessible for terminal
connections. Test terminal block shall be provided in the front side of the panel for testing purpose.

E- 77
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


CT’S shall have 2 Nos. of cores for following application:

Core -1 for metering

Core -2 for over current & earth fault protection.

Class of accuracy of each winding

Metering class 1

Protection class 5P10

1.1.14 Potential Transformers

The potential transformers shall be confirming to IS 3156/ IEC 60185.The primary windings of the
potential transformers shall be insulated and shall be of the cast rest in type.

Potential transformer (PT’S) shall be mounted on a draw out trolley and housed in separate metal
compartment and shall have control fuses on the H.V. side and a miniature circuit breaker on the L.V.
side of the windings.HT HRC Control fuses shall be confirming to IS – 9385/ IEC –60282.Miniature Circuit
breaker shall comply with IS – 8828/ IEC – 60898.

Padlocking facilities shall be provided for both service and isolated position.

The potential transformer shall be as specified below:

Ratio : 33000 V3/ 110/ V3/ 110 V

V A Burdan : 100 V A for 100/V3 and 110 V winding

Class : CL –1 for both the windings.

Basic Insulation level : Same as mentioned for VCB in clause -6.

Over voltage factor : 1.2 Continuous

Single phase PT’S shall be used and shall be connected in Star/ Star.

1.1.15 Protection And Tripping Arrangement & Devices

PROTECTION

All protection relay shall be numeric type of approved make.

The protection and tripping arrangement of circuit breaker shall be:

1) Numeric type instantaneous short circuit protection Device No.50 Range 500 – 2000% shall be
provided on all phases.

2) Numeric type back up over current protection for Phase faults Device No.51 Range 50 – 200%
shall be provided on all phases.

3) Numeric type ground fault protection Device No.50G. CT’s. Range 20 – 80% shall be provided.

E- 78
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


4) Lockout and trip supervisory relays etc shall be provided with manual reset facility.

5) Auxiliary relay for transformer fault like OT & WT.

6) Surge Arrestor

BREAKER TRIPPING & CLOSING DEVICE

Breaker tripping and closing devices shall be operated on D.C. supply. The rated D.C. voltage shall 110 V
D.C. through power pack with storage facility for one tripping and one closing. The supply for breaker
opening, closing and indication devices shall be provided as under:

‚ One D.C. feeder shall be provided for each bus section. The Bus coupler panel may be fed from
any of the two supplies.

‚ One separate 240 V AC supply shall be provided for space heater, motor auxiliary supply etc.

Mechanical indication for breaker positions such as ON, OFF, spring charged, test position/Service
position shall be provided. Various Electrical indications with colours are indicated below shall be
provided.

a) Breaker `ON' - Red lamp

b) Breaker `OFF' - Green Lamp

c) Breaker `Auto Trip' - White lamp

d) Trip circuit healthy - White lamp

e) DC fail - Blue lamp.

f) Red phase ON - Red

g) Yellow phase ON - Yellow

h) Blue phase ON - Blue

1.1.16 Control Wiring

The control wiring shall be carried out with minimum 2.5 sq. mm. PVC insulated copper conductor cables.
The wiring shall be securely fixed and neatly arranged to enable easy tracing of wires. Identification PVC
ferrules shall be fitted to all wire terminals to render easy identification and facilitate checking in
accordance with IS 5578 and 11353.

1.1.17 Metering Instrument Panel Accessories

i. METERING

Digital type Trivector meter of approved make (Smart demand controller) shall be provided on the
incomer feeder. Specification of the meter shall be as follows:

E- 79
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Accuracy : Class 0.5, compliant to revenue class certification.

: Real time measurement per phase & average

V, I, PF, KW, KVAR, KVA

: Peak demand, sliding window. Protected.

: V & I unbalance Phase reversal

: Time of Use (TOU)

Power Quality Measurement: Total Harmonics

Logging & recording for all measurements:

: Interval or event-based, 32 channel measurement


. & recording

: Event logging

: “Bust” data recording

: Min/ Max recording

Alarming : Over & under measurement detection by 24 set point

Functions.

Multi port

Communication : One each of RS 485 and RS 232 ports.

ii. INSTRUMENT PANELS

The instrument panel shall be part of the housing. Relays, meters and instruments shall be mounted as
per general arrangement drawings to be submitted by the vendors. They shall be of flush mounting type.

iii. INSTRUMENTATIONS

a. Digital type Voltmeter of class 1.0 accuracy and Suitable in size as per IS-1248 shall be provided
at incomer panel, with selector switch. The instrument shall be calibrated for the ranges specified.

E- 80
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


b. Digital type Power factor meter of class of 1.0 accuracy conforming to IS: 1248 shall be provided
at incomer panel.

c. Digital type Ammeter with Inbuilt Selector Switch of specified range to class 1.0 accuracy and
Suitable in size as per IS - 1248 shall be provided at both incomer and outgoing panels along
with necessary selector switches.

d. Digital type frequency meter class of 1.0 accuracy conforming to IS: 1248 shall be provided at
incomer panel.

e. Digital Type Load Manager of Schneider makes PM 210 with RS 485 port.

iv. The following minimum indication lamps shall be provided in the front of cubicle - Breaker open /
closed / tripped, spring charged trip circuit healthy and control supply healthy. Lamps shall be
clustered LED type and trip circuit supervision scheme shall be of continuous supervision type.

v. After meeting all necessary control and indication requirements 2 nos. NO and 2 nos. NC auxiliary of
the breaker shall be made available for the Employer, wired up to terminal block.

vi. Separate MCB’s shall be provided for lamps, heaters and other instrumentation etc. on each panel.

vii. Anti-condensation space heaters suitable for operation on 240 V single phases, 50 Hz A.C. for each
cubicle and with thermostat control one incandescent lamp with switch and 3 pin 5 amps plug socket.

viii. Earthing Conductor of 30 x 6 mm should be provided in continuous length of the panel.

1.1.18. Drawings/Documents Required For Review/Approval

Following drawings documents shall be submitted by the manufacturer for approval.

1) General arrangement (GA) of equipment layout.

2) Equipment list.

3) Relay and metering system schematics.

4) Supply and erection schedule.

5) Catalogue and specification sheets.

1.1.19. Inspection And Testing

After manufacturing of switchgear panels tests shall be carried out on the equipment as per relevant IS
and Electricity Regulations.

1.1.20. Quality Assurance

Vendor shall submit in substantial detail a quality assurance plan indicating all activities step by step at
various manufacturing/fabrication stages to meet the requirement of this specification and various
standards/regulations/practices to enable comprehensive assessment of its merits and reliability.

E- 81
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1. Technical Data For Switchgear Cubicle Type With


VCB Breaker
Tenderer must fill in the following technical data

Vcb breaker

1.1 Switchgear cubicle

i. Make

ii. Type

iii. Reference Standard

iv. Voltage (System/Rated)

v. Phase/Frequency

vi. Short Circuit Rating

a. Interrupting Symmetrical

b. Short time for 1/3 sec.

1.2 Construction

i. Draw out feature for Circuit Breaker with Service

Test & Disconnected

ii. Minimum clear space required at:

a. Front for breaker withdrawal

b. Rear

iii. Overall dimension & Operating weight

1.3 BUS BAR

i. Material & grade (Cu. Only)

ii. Reference standard

iii. Cross sectional area size

iv. Continuous current at 40 deg C

v. Max temp rise over for 40 deg C

vi. Short time current for 1/3 sec.

E- 82
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


vii. Min clearance of bare bus bar & connection

a. Phase to phase

b. Phase to ground

1.4 Circuit breaker

i. Make

ii. Type

iii. Rated voltage

iv. Rated frequency

v. No. of poles

vi. Rated current

a. Continuous at 40 deg C & within cubicle

b. Short time current for 1 sec/3 sec

1.5 Max. temp rise over 40 deg C ambient

1.6 Rated operating duty

1.7 Interrupting capacity at rated voltage and operating duty

a. Symmetrical

1.8 Rated making current

1.9 No. of breaker operations permissible

Without requiring inspection for refilling

SF6 gas replacement of contacts & other main parts Not Applicable

a. At 100% rated current

b. At 100% rated short circuit current

1.10 Type of contacts

a. Main

b. Arcing

1.11 Min clearance in air

a. Between poles

E- 83
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


b. Between live parts & ground

1.12 Operating mechanism

a. Type

b. No. of breaker operations stored

c. Trip free or fixed trip?

d. Antipumping features provided

1.13 Closing Coil

a. Voltage

b. Permissible voltage variation

c. Power required at rated voltage

1.14 Breaker/breaker cubicle provided with the

following:

a. Mech. safety interlocks

b. Automatic safety shutter

c. Emergency manual trip

d. Mech. ON/OFF indicator

e. Operation counter

f. Spring charge/discharge indications

g. Manual spring charging facility

h. Mechanical Antipumping

1.15 Net weight of the breaker

1.16 Impact load for foundation design

1.17 Overall dimensions in mm

E- 84
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

12.3 Oil Type Transformers With Off Load Tap


Changer

1.1 Scope

Design, manufacture, testing, supplying and commissioning of 33 KV/433 volts step down,
transformer complete with all the accessories and fittings for efficient and trouble free operation.

1.2 CODES And STANDARD

Transformer shall Conform to Indian Standard IS: 2026-1977 (Part I to IV), IS: 11171 - 1985 IEC 60726,
ECBC-2007.

1.3 Rating

Transformer shall be suitable for continuous operation and maximum rating shall be as given in the
schedule of quantities.

1.4 Connections And Vector Group

Delta on High Voltage side and star on low voltage side with neutral terminal brought out for solid
earthing corresponding to the Vector Symbol Dyn - 11.

1.5 System Of Supply

3 phase, 50 Cycles, 33 KV earthed system.

1.6 Tappings

Off load tap changing on HV side. The tapings to be provided for variation on HV side from +7.5% to -
7.5% in steps of 2.5 % each.

1.7 Temperature Rise

Continuously rated for full load, temperature rise not exceeding 90o C corresponding to Class “H".

1.8 Type

Outdoor type.

1.9 Terminals

The cable box with glands on H T side shall be suitable for 3 core XLPE cable of specified capacity.
Flanges with cable box / bus duct on LT side shall be suitable for aluminium conductor armoured cables /
LT bus duct of size mentioned in BOQ. All cable glands shall be earthed.

1.10 Cooling

ONAN Cooled

E- 85
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.11 Insulation

Glass fibre reinforced epoxy and class `H'.

1.12 Earthing

Two earthing terminals shall be provided at the bottom on both sides.

1.13 Fittings And Accessories

The following fittings and accessories shall be provided.

a. Transformer shall be provided with 4 Nos. bi-directional rollers fitted on cross channels to
facilitate the movement of the transformer in both direction.

b. Lifting lugs

c. Diagram and rating plate shall be provided indicating the details of transformer, connection
diagram, Vector group, tap changing diagram etc.

d. Thermistors for Alarm and Trip.

e. HV Cable terminating facility for XLPE cable.

f. LV Cable terminating facility /bus duct termination flange.

g. Winding Temperature Relay unit.

h. Winding Temperature indicator.

i. Disconnecting chamber shall be provided for cable termination.

1.14 Iron Core

The core shall consist of grain oriented laminations which shall be insulated on both sides for low losses.

1.15 Winding

High Voltage and Low Voltage windings shall be made of copper and insulation shall be of class F.
High voltage and low voltage windings, shall be completely impregnated and cast under vacuum into
moulds. This process shall form the insulation system of uniform glass fibre epoxy laminate of
highest electrical and mechanical quality, into which windings shall be voidlessly embedded.

Both the high voltage and low voltage windings of each phase shall be separately cast as one rigid
tubular coil.

1.16 Enclosure

The transformer shall be housed in 2 mm thick CRCA sheet steel enclosure mounted on bi-directional
rollers. Enclosure shall be provided with metal screen at top and bottom for ventilation. Degree of
protection of enclosure shall be IP-43.

E- 86
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.17 Drawings And Leaflets

Three copies of manual giving complete instructions for the installation, operation and maintenance with
circuit diagram, foundation and trenching details shall be provided with the transformer. 

1.18 Maximum Allowable Power Transformer


Losses
Maximum allowable losses for Oil type distribution transformers with highest voltage for equipment up to
50 KV, at 50 % and 100 % of the load.

MAXIMUM ALLOWABLE MAXIMUM ALLOWABLE


TRANSFORMER
LOSSES AT 50% KVA OR LOSSES AT FULL LOAD /
CAPACITY KVA
LOAD (%) RATED KVA (%)

100 1.88 2.44

160 1.61 2.07

200 1.50 1.90

250 1.36 1.73

400 1.19 1.51

500 1.12 1.45

630 1.06 1.40

1000 0.90 1.20

1600 0.79 1.05

2000 0.75 1.00

Measurement And Reporting Of Transformer Losses

Tests

‚ All routine tests as per IS2026-1977 / IS: 11171-1985 which is applicable shall be carried out at
the factory and copies of test reports shall be submitted for approval and records.

‚ Heat Run Test shall be carried out at an approved test lab as per IS: 2026-1977 at no extra cost.

‚ Impulse test shall be carried out at an approved test lab as per IS:2026-1977

‚ Measurement of winding resistance.

‚ Ratio polarity and phase relationship.

E- 87
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Impedance voltage.

‚ Load Losses.

‚ No-Load losses and no-load current.

‚ Insulation resistance.

‚ Induced over voltage with-stand.

‚ Temperature rise.

1.19 Testing
The transformer shall be subject to the following tests at the factory before dispatching the same and test
certificates shall be furnished.

a. Measurement of winding resistance.

b. Ratio polarity and phase relationship.

c. Impedance voltage.

d. Load losses.

e. No-load losses and no-load current.

f. Insulation resistance.

g. Induced over voltage withstand.

h. Separate - source voltage withstand.

i. Temperature rise.

1.20 Drawings/Documents Required For


Review/Approval
Following drawings documents shall be submitted by the manufacturer for approval.

a. General arrangement (GA) of equipment layout.

b. Equipment list.

c. WTI schematics.

d. Supply and erection schedule.

e. Catalogue and specification sheets.

E- 88
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.21 Inspection And Testing


After manufacturing of switchgear panels tests shall be carried out on the equipment as per relevant IS
and Electricity Regulations.

1.22 Quality Assurance


Vendor shall submit in substantial detail a quality assurance plan indicating all activities step by step at
various manufacturing/fabrication stages to meet the requirement of this specification and various
standards/regulations/practices to enable comprehensive assessment of its merits and reliability.

1.23 Technical Data For Transformer


Tenderer must fill in the following technical data

S. No. Technical Parameters Oil Type

Transformer

1. Type and class of insulation

2. Output in KVA (Continuously rated)

3. Rated Voltage

a. HV (Volts)

b. LV (Volts)

4. Rated Current

a. HV (amps)

b. LV (amps)

5. No. of phase

6. Type of cooling

7. Frequency

8. Winding Connection

9. Tapings

10. Vector Group

11. Ref. Ambient temperature

Temperature rise winding

E- 89
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Class of insulation

12. Physical Dimensions

a. Length (in mm)

b. Width (in mm)

c. Height (in mm)

13. % Impedance

S. No. Technical Parameters Oil Type

14. X/R ratio

15. Iron losses at normal voltage ratio

16. Copper loses at normal voltage ratio

at full load

17. Efficiency at unity power factor

a. Full load

b. 75% load

c. 50% load

18. Regulation at unit power factor

19. Regulation at 0.8 power factor

20. Approximate weight

a. Core & winding (Kgs.)

b. Total Weight (Kgs.)

12.4 Ht Cable

33 / 33 Kv Grade Xlpe

1.1 General

Cables shall be aluminium conductor, cross linked polyurethane construction and shall be
supplied, inspected, laid, tested and commissioned in accordance with drawings, specifications, relevant
Standard Specifications and cable manufacturer's instructions.

E- 90
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.2 Material

a. Conductor

The Conductor shall be made from electrical purity aluminium stranded wires compacted
together.

b. Conductor Screen

The conductor screen shall consists of an extruded layer of thermosetting semi-conducting


compound which shall be extruded simultaneously with the core insulation

c. Insulation

High quality TROPOTHEN - X (XLPE) unfilled insulating compound of natural colour shall be
used for insulation. Insulation shall be applied by extrusion process and shall be chemically cross
linked in continuous vulcanization process.

d. Shielding

Cables shall be provided with conductor shielding as well as insulation shielding and shall consist
of extruded semi-conducting compound, additionally insulation shield shall be provided with semi-
conducting and metallic tape shield over the extruded insulation shield. XLPE insulation and
outer core shielding shall be extruded in one operation.

e. Armouring

Armouring shall be applied over the inner sheath and shall comprise of flat steel wires (strips).

f. Outer Sheath

Tough outer sheath of heat resisting PVC compound shall be extruded over the armouring in
case of armoured cables or over extruded over the armouring in case of armoured cables or over inner
sheath in the case of unarmoured cables.

g. Cable Marking

Embossing of outer sheath:

The PVC outer sheath shall be legibly embossed with the legend: "ELECTRIC CABLE
3300/33000 VOLT"

The letter and figures shall be raised and shall consist of upright block characters. The maximum size of
the characters shall be 13 mm and the minimum size 15 % of the cable circumference or 3 mm whichever
be the greater. The gap between the end of one set of embossed characters as above and the beginning
of the next shall not exceed 150 mm.

‚ Identification of Manufacturer & year of manufacture

An identification of the manufacturer and indication of the year of manufacture shall be embossed at
regular intervals on the PVC outer sheath. This shall not affect the spacing between repetitions of the
legend as given above.

E- 91
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.3 Tests

Cables shall be type tested and routine tested in accordance with IS: 7098 (Part II).

a. Conductor resistance test.

b. Partial discharge test.

c. High Voltage test.

The following tests shall be carried out at site for insulation between phases and between phase and
earth before and after cable laying.

a. Insulation Resistance Test.

b. Continuity resistance test.

c. Sheathing continuity test.

d. Earth test.

e. High Voltage test.

Cables shall be laid with a clearance of at least 75 mm between two cables.

1.4 End Termination Of Ht Cable

Pre-moulded cable terminations for XLPE cable shall be used as per manufacturer’s instructions. The
steel cone of Push-On shall consist of highly track resistant insulating section vulcanized to a semi-
conducting section. The pad material shall have cold-flow properties and shall be flame retardant.

Each end terminal shall undergo Hi Pot Test.

1.5 Laying Of Ht Cables

Direct In Ground

The work shall involve excavation of trench and laying of cable(s) as indicated in drawing and Schedule
of Quantities.

The depth of the excavation shall not be less than 900 mm for 6.6 / 11 KV and 1050 mm for 22 / 33 KV
plus radius of cable, from the upper surface of ground. Where more than one multi core cable is laid in
the same trench, a horizontal inter spacing of 250 mm shall be left in order or reduce mutual heating and
also to ensure that fault occurring on one cable will not damage the adjacent cable.

Cable shall be laid in cement pipes encased in concrete or hume pipes at all road crossing. Cables shall
be laid in trenches over rollers placed inside the trenches. After the cable has been properly laid and
straightened, it shall be covered with 80 mm thick layer of sand. Cable shall then be lifted and placed
over this sand cushion. Again, the cable shall be covered with an 80 mm layer of sand. Over the sand
a layer of cable protection tiles shall be placed by overlapping 50 mm on either side. Trenches shall then
be back-filled with earth and shall be consolidated. Suitable cable markers made of cast iron with
aluminium paint indicating the voltage grade and direction of run of the cables shall be installed at regular
intervals.

E- 92
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

12.5 Compact Sub Station / Unitise Sub Station


1.1 SCOPE

This scope shall cover design, manufacture, check test, and supply, installation, testing
and commissioning of Compact Package Substation as described in Bills of quantities
and drawings.

1.2 CODE & STANDARDS:

All equipment and material shall be designed manufactured and tested in accordance
with the latest applicable Indian Standard / IEC standard.

Equipment and material confirming to any other standard which ensures equal or better
quality may be accepted. In such case copies of English version of the standard adopted
shall be submitted.

The electrical installation shall met the requirement of Indian Electricity Rules as
amended up to date relevant IS code of practice and Indian electricity act.

The Compact Secondary Sub-station offered shall in general comply with the latest
issues including amendments of the following standards but not restricted to it.
Title Indian
Standards
High Voltage Low Voltage Pre-Fabricated Substation IEC:1330

33 / 33 kV Switchgear cubicles IS:13118,


IS:3427, IEC:694.
IEC:298

Ring main unit 33 / 33 kV grade IS:9920, IEC:265

Code of practice for selection, installation and maintenance of IS:10118


Switchgear
Distribution Transformer IS: 2026

Dry Type Power Transformer IS:11171

Colour for ready mix paints IS:5

Enamel synthetic, exterior a)Undercoating b) finishing IS:2932

Indian Electricity Rules 1956

Indian Electricity Act 1910

1.3 DESIGN CRITERIA

Compact Secondary Sub-station consisting of 33kV Non-Ext Compact SF6 RMU(1no. SF6 circuit
Breaker) + Transformer + L.T. Switchgear with all connection accessories, fitting & auxiliary equipment
E- 93
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


in an Enclosure to supply Low-voltage energy from high-voltage system as detailed in this specification.
The complete unit shall be installed on a substation plinth (base) as Outdoor substation located at very
congested places. The HT Circuit Breaker shall be used to control and isolate the 11kV/433V Distribution
transformer. The transformer L.T. side shall be connected to L.T. switchgear. The connection cables to
Feeder Pillars shall be taken out from the L.T. switchgear.

The prefabricated-Compact Secondary substation shall be designed for a) Compactness, b) fast


installation, c) maintenance free operation, d) safety for worker/operator & public.

The Switchgear and component thereof shall be capable of withstanding the mechanical and thermal
stresses of short circuit listed in ratings and requirements clause without any damage or deterioration of
the materials.

For continues operation at specified ratings temperature rise of the various switchgear components shall
be limited to permissible values stipulated in the relevant standard and / or this specification.

1.4 Service Conditions:

The equipment offered shall be suitable for continuous satisfactory operation in tropical area of
Installation.

1.5 Enclosure:
The Enclosure, High Voltage switchgear-control gear, Low Voltage switchgear-control gear &
Transformer of the Compact Secondary substation shall be designed to be used under normal outdoor
service condition as mentioned. The enclosure should take minimum space for the installation including
the space required for approaching various doors & equipment inside. The enclosure construction shall
be such that it fully protects ingress of rain water &rusting .For this purpose, construction without welded
joint is preferred.

1.6 SPECIFIC REQUIREMENT

The main components of a prefabricated-Compact Secondary substation are Transformer, High-voltage


switchgear-control gear, Low-voltage switchgear-control gear, corresponding interconnections (cable,
flexible, bus bars) & auxiliary equipment. The components shall be enclosed, by either common
enclosure or by an assembly of enclosure. All the components shall comply with their relevant IS/IEC
standards.

1.7 Ratings:
Description
Value

Rated Voltage/ Operating Voltage


33 kV rms

E- 94
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Rated frequency & Number of phas 50Hz & 3nos.


Rated maximum power of sub-statio As given in B.O.Q.
Rated Ingress protection class of EnIP-23D for substation enclosure and
IP:54 for LT Switchgear & HT
Switchgear enclosure
HV Insulation Level
Rated withstand voltage at power 50 kV rms
frequency of 50 Hz
Rated Impulse withstand Voltage 125 kV peak
HV Network & Busbar
Rated current 400 Amp
Bus Bar current density (Cu) 1 Amps/sq. mm
Rated short time withstand 26.3 kA rms/1sec
current
Making capacity for switch- 52.5 kA peak
disconnector & earthing switches
Breaking capacity of Isolators 400 A
(rated full load)
Tap off Breaker 400 A
LT Network 1 No. 800 A (Max.), 4P, 50kA ACB
with micro-processor based release
as incomer with Communicable
Accessories with 1 no. of 160 Amp.
TP MCCB with Capacitor duty
Contactor with time delay relay with
50 KVAR Gas Field Capacitor &
Metering as shown in SLD

1.8 Outdoor enclosure:

The enclosure shall be made of Galvanized Iron tropicalised to Indian whether conditions.

The metal base shall ensure rigidity for easy transport & installation.

The structure of the substation shall be capable of supporting the gross weight of all the equipment & the
roof of the substation compartment shall be designed to support adequate loads.

The protection degree of the Enclosure shall be IP54 for LT & HT switchgear compartment & IP23D
for Transformer compartment. Proper / adequate ventilation aperture shall be provided for natural
ventilation by way of Louvers etc.

The doors shall be provided with proper interlocking arrangement for safety of operator.

The H.V. & L.V. outgoing of the transformer are to be connected to HT Breaker & incomer of the L.V.

E- 95
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.9 Internal Fault :
Failure within the Compact Secondary substation due either to a defect, an exceptional service condition
or mal-operation may initiate an internal arc. Such an event may lead to the risk of injury, if persons are
present. It is desirable that the highest practicable degree of protection to persons shall be provided.

1.10 Covers & Doors :


Covers & doors are part of the enclosure. When they are closed, they shall provide the degree of
protection specified for the enclosure. Ventilation openings shall be so arranged or shielded that same
degree of protection as specified for enclosure is obtained. Additional wire mesh may be used with proper
Danger board for safety of the operator. All covers, doors or roof shall be provided with locking facility or
it shall not be possible to open or remove them before doors used for normal operation have been
opened. The doors shall open outward at an angle of at least 90° & be equipped with a device able to
maintain them in an open position.

1.11 Earthing :
All metallic components shall be earthed to a common earthing point. It shall be terminated by an
adequate terminal intended for connection to the earth system of the installation, by way of flexible
jumpers/strips & Lug arrangement. The continuity of the earth system shall be ensured taking into
account the thermal & mechanical stresses caused by the current it may have to carry. The components
to be connected to the earth system shall include:
a) The enclosure of Compact Secondary / prefabricated substation,
b) The enclosure of High voltage switchgear & control gear from the terminal provided for
the purpose,
c) The metal screen & the high voltage cable earth conductor,
d) The transformer tank or metal frame of transformer,
e) The frame &/or enclosure of low voltage switchgear,
There shall be arrangement for internal lighting activated by associated switch for HV,
Transformer & LT compartments separately.

1.12 Labels :
Labels for warning, manufacturer’s operating instructions etc. & those according to local standards &
regulations shall be durable & clearly legible.

1.13 Cleaning & Painting :

i) The paints shall be carefully selected to withstand tropical heat rain. The paint shall not scale off or
crinkle or be removed by abrasion due to normal handling.

ii) Special care shall be taken by the manufacturer to ensure against rusting of nuts, bolts and fittings
during operation. All bushings and current carrying parts shall be cleaned properly after final painting.

1.14 33kV Non-Ext RMU: ( Refer HT VCB Spects Also )

E- 96
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The requirement of 33kV Switchgear is as under.

SF6 Gas filled Non-extensible Units with HT Circuit Breaker comprising of panel as indicated below:

SF 6 Breaker (Feeding to transformer) complete with operating mechanism, protection system and
One Number of cable box accessible from the front suitable for terminating of suitable size XLPE cables
(Details to be frozen while detailed engineering)

The above Breaker , Busbars should be mounted inside a robotically welded sealed for life , stainless
steel tank of 3 mm thick sheet metal. The tank should be filled with SF6 gas at adequate pressure. The
degree of protection for gas tank should be IP67.

The VCB is required to control 33 kV/433 volts distribution Transformer of suitable rating and relay
settings shall be selected accordingly.

1.14.1 General Finish: Totally enclosed, metal clad, vermin and dust proof suitable for tropical climate
use as detailed in the specification.

1.14.2 Ratings: The busbars shall have continuous rating of 630 Amps. The isolator shall have a
continuous rating of 630 Amps VCB Breaker shall have a continuous rating of 400 Amps. in accordance
with relevant IS / IEC standard

1.14.3 Breaking & Making Capacity : The VCB, Breaker shall be capable of having rupturing capacity
of 26.3kA symmetrical at 11000 volts three phase.

1.14.4 Busbar: Switchgear shall be complete with all connection, bus-bars etc. Copper busbars
continuous rating shall be 630 Amps. The busbars should be fully encapsulated by SF6 gas inside the
steel tank.

1.14.5 Remote Operation: Provision of remote operation of the RMU’s Isolators & Breaker CB shall be
possible using Motors fitted to the operating mechanism. It shall be possible to fit the motors either
directly in manufacturing plant or on site as & when required. Installation on site shall be possible
(optional – all required provisions to be made)

1.14.6 Switchgear :

The SF6 RMU shall be Sealed for life, the enclosure shall meet the “sealed pressure system” criteria in
accordance with IEC:298 (a system for which no handling of gas is required through out service life of
approximate 25 years.) There shall be no requirement to ‘top up’ the SF6 gas. In addition, manufacturer
shall confirm that maximum leakage rate is lower than 0.1% per year. It shall provide full insulation,
making the switchgear insensitive to the environment. Thus assembled, the active parts of the switchgear
unit shall be maintenance free.

E- 97
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The switchgear & switchboard shall be designed so that the position of different devices is visible to the
operator on the front of the switchboard & operation are visible as well. The switchboard shall be
designed so as to prevent access to all live parts during operation without the use of tools.

RMU should be tested for internal arc fault test.

1.14.7 Isolator :

The Isolators offered shall conform to IEC60129. The isolator shall be triple pole, spring assisted, hand
operated, non-automatic type with quick break contacts. The operating handle shall have three positions
‘ON’, ‘OFF’ and ‘EARTH’ which shall be clearly marked with suitable arrangement to padlock in any
position. A safety arrangement for locking shall be provided by which the isolator operation shall be
prevented from ‘ON’ position to ‘EARTH’ position or vice versa in a single operation.

1.14.8 VCB:

The Unit shall consist 400 A Tee-off spring assisted, three pole VCB circuit Breaker, with integral fault
making / dead breaking earth switch. The function shall be naturally interlocked to prevent the main &
earth switch from being switched ‘ON’ at the same time & the CB not allowed to trip in ‘Earth On’ position.
The selection of the main/earth switch lever on the panel, which is allowed to move only if the main or
earth switches in the off position. The lever shall be able to pad locked in either the main or earth
position.

The manual operation of the circuit breaker shall not have an effect on the trip spring. This should only be
discharged under a fault (electrical) trip condition, the following manual reset operation should recharge
the trip spring & reset the CB mechanism in ‘main off’ position.

1.14.9 Protection :

Protection Relays: The CB shall be fitted with microprocessor based self powered relay inside the front
cover to avoid any tampering.

1.14.10 Cable Box :

Every isolator / VCB shall be provided with suitable and identical cable boxes for connecting 3 core, 11kV
cable from vertically below. The cable boxes shall be so located at convenient height to facilitate easy
cable jointing work. The Cable termination shall be done by Heat shrinkable Termination method
so adequate clearances shall be maintained between phases for Termination. Access to all the cables
should be possible form the front of RMU.

1.14.11 Locking Arrangement : Suitable padlocking arrangements shall be provided as stated below…
a) CB manual operating handle in the “OFF” position.
b) Each feeder Panel operating handle in ‘Closed’ ‘Open” or ‘Earth’ position.
c) Each isolator operating handle in ‘Closed’, ‘ Open’, or ‘Earth’ position.

E- 98
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.14.12 Ratings :
Non-Extensible switchgear with VCB

Switchgear Data
a) Service Outdoor but inside Enclosure
b) Type Metal clad
c) Number of phases 3
d) Voltage 33 KV
e) Rated Frequency 50 Hz
f) Rated Current 400 Amp
g) Short Circuit rating
i) Breaking 28.3 kA rms for Breaker
ii) Short time withstand for 3 28.3 kA rms
Sec.
iii) Rated S/c making 52.5 kA peak for Breaker
h) Short duration power frequency 50 kV
i) Insulation Level 125 kV peak
j) System earthing Solidly earthed at substation

Breaker
a) Type VCB in SF6 tank
b) Rated voltage 33 KV
c) Breaking current
i) Load breaking 28.3 kA rms.
d) Making current 52.5 kA peak
e) Rated current 400 Amps.
f) No. of poles 3
g) Operating mechanism. Trip free & free handle type with mechanically
operated indication & pad locking.
Busbars ( If any)
a) Material Copper
b) Type SF6 insulated
c) Rated Current 400 Amps

1.14.13 Tests For Breaker: Each type of 33 / 33kV Switchgear shall be completely assembled,
wired, adjusted and tested at the factory as per the relevant standards i.e. IS : 9920, IS :
3427, IS : 13118, IEC : 265, IEC : 298 and during manufacturing and on completion

Routine Tests : The tests shall include but not necessarily limited to the following -
a) Operation under simulated service condition to ensure accuracy of wiring, correctness
of control scheme and proper functioning of the equipment.
b) All wiring and current carrying part shall be given appropriate High Voltage test.

1.15 DISTRIBUTION TRANSFORMER

ONAN Type Transformer :

E- 99
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.15.1 Requirement: 33 / 0.433 KV ONAN Type , ( KVA as per B.O.Q.) KVA, AN cooled suitable for
installation at outdoor in Enclosure for ground mounting.

1.15.2 Voltage Ratio : No load voltage 33000/433 volt within tolerance as stipulated in IS.

1.15.3 Rating : The transformer shall have a continuous rating as specified at any of the specified
tapping position and with the maximum temperature rise specified.

1.15.4 Magnetic Core : The Core will be made from Laminations of grain oriented silicon steel,
insulated with mineral oxide and will be protected against corrosion with coat of varnish.

The choice and grade of steel and the cutting pattern and method of assembly minimizes the loss level
and the no load current with the effect of a very low noise level.

1.15.5 Fittings / Accessories


1) 2 nos. earthing terminals
2) Rating and diagram plate
3) 1 no. Winding temperature indicator
4) Off circuit tapping links +/- 10 % in 2.5% step
5) 4 nos. flat bi-directional rollers
6) Lifting lugs
7) Cooling fans
8) Marshalling box

Technical Particulars of Transformer

Description Unit Value

1 Service Outdoor
2 Type ONAN Type
3 Rating kVA As per B.O.Q
4 Rated frequency Hz 50
5 Number of Phase
HV Side 3 phase 3 wire
LT Side 3 phase 4 wire
6 Rated Voltage
HV Side kV 33
LT Side kV 0.433
Vector Group DYN-11
8 Type of Cooling AN
9 Class of Insulations CLASS H
10 Insulation Level
kV
a) Power Frequency withstand 50KV
rms
kV
Impulse Withstand Pea 125KV
k
11 Method of earthing-LT INDIAN TNS
12 Duty Continuous
13 Taps
a) range % +10% to -10%

E- 100
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


b) No. of Steps 9
c) In steps of % 2.5% each
d) Tapping provided on HV Side Yes
14 Tap Changer Type OFF Load
15 Impedance Voltage at 75°C
a) At Principal tapping % As per IS Code ±10%
Temperature Rise above 50°C
16 ambient
a) Winding by Resistance °C 65°C for Class H
17 Terminals
a) HV Side Cable Box
b) LT Side Flexible Copper connection
Losses (at 75°C and principle
18 Tapping) (IS Tol.)
a) No Load at rated Voltage and Should be less than allowed in ECBC-
KW
Frequency 2007.
Should be less than allowed in ECBC-
b) Load loss at Rated Current KW
2007.
c) Total Loss at maximum Rated Should be less than allowed in ECBC-
KW
Power 2007.
19 Efficiency at 75°C and unity P.F.
a) At Full Load % Should be better than allowed in ECBC.
b) At 75% Load % Should be better than allowed in ECBC.
c) At 50% of Load % Should be better than allowed in ECBC.
Hot spot temperature of winding
°C 90°C for Class F/ 115°C for Class H
20 limited to
IS-2026, IS-11171, IEC 60726, ECBC-
Reference Standards
21 2007

1.16 ISOLATOR PANEL :

System:- Declared voltage :– 3 Phase,415V (±10%) 50 Hz,


Neutral :– Solidly earthed at substation.
1.16.1 General finish :- Tropical, totally enclosed, metal-clad, weather-proof, vermin and dust proof.

1.16.2 Enclosure :- Type of enclosure shall be able to provide the degree of protection IP : 4X .

1.16.3 Circuit Ways for kVA ( as per B.O.Q.) CSS :

Incoming of 1 No. 800 A (Max.), 4P, 50kA ACB with micro-processor based release as incomer with
Communicable Accessories with 1 no. of 160 Amp. TP MCCB with Capacitor duty Contactor with time
delay relay with 50 KVAR Gas Field Capacitor & Metering as shown in SLD. Cable connection box should
be at least 750 mm above from Gland Plate with necessary space to terminate 4 nos. of 400 Sq. mm. x
3.5 C Cables.

1.16.4 Construction :

The terminals shall be of sufficient mechanical strength and shall provide adequate electrical contact for
the appropriate size of cable used. They shall be capable of receiving appropriate size of Aluminum

E- 101
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


conductors / Bus Duct. They shall be provided with stainless steel nut bolts, plane washers and spring
washers for cable connection.

The enclosure of LT Shall be constructed using 2mm CRCA sheet steel.

No contact pressure shall be transmitted through insulating material & the gripping of the conductor shall
take place between metal faces.

1.16.5 Earthing :

Earthing arrangement shall be provided for earthing each cable / Bus Duct, PVC cable gland, neutral
busbar, chassis and frame work of the cubicle with separate earthing terminals at two ends. The main
earthing terminals shall be suitably marked .The earthing terminals shall be of adequate size, protected
against corrosion, and readily accessible. These shall be identified by means of sign marked in a legible
manner on or adjacent to terminals.

Neutral bus bar strip shall be connected to Earthing terminal with help of copper strip of suitable capacity
& nut-bolt arrangement.

1.16.6 Accessories: The following accessories shall be supplied duly mounted.

One incandescent lamp (with necessary fuse) to illuminate the fuse board internally.

1.16.7 Metering : As per BOQ & SLD

1.17 SHOP DRAWINGS

Prior to fabrication of the Panels the supplier / contractor shall submit for Engineer’s approval the shop /
vendor drawing consisting of G.A. drawing, sectional elevation, single line diagram, bill of material etc.
and design calculations indicating type, size, short circuiting rating of all the electrical components used,
busbar size, internal wiring size, Panels dimension, colour, mounting details etc. in 6 sets.. The contractor
shall also submit manufacturer’s catalogues of the electrical components installed in the Panels along
with the drawing.

The following shall be furnished as part of the Tender :

(a) General arrangement showing plan, elevation and typical sectional views.

(b) Technical literature on the various equipments.

(c) The following shall be furnished after award of contract for Purchaser's approval :

i. General arrangement showing plan, elevation and typical section views.

ii. Foundation plan showing location of fixing channels, floor opening etc.,

E- 102
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


iii. Schematic wiring drawings for each feeder.

1.18 TYPE / ROUTINE TEST ON COMPACT SECONDARY SUBSTATION :

Type Tests:

The offered Compact Secondary substation should be fully type tested as per the IEC-1330

Routine Tests :

The routine tests shall be made on each complete prefabricated substation.


a) Voltage tests on auxiliary circuit.
b) Functional test.
c) Verification of complete wiring.

Test Witness:

Routine test shall be performed in presence of Employer’s representative if so desired by the


Employer. The Contractor shall give at least fifteen (15) days advance notice of the date when
the tests are to be carried out.

1.19 Test Certificates:

Test report for the test mentioned under Type tests clause shall be submitted along with offer.

Certified reports of all the tests carried out at the works shall be furnished in three (3) copies for
approval of the Employer.

E- 103
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E13. Public Address System

Audio Amplifiers
The audio amplifiers will provide audio power @ 25 volts RMS or 70 volts RMS for distribution to
the speaker circuit.

Multiple audio amplifiers may be mounted in the main Fire Alarm Control panel either to supply
incremental audio power or to function as an automatically switched back amplifier.

The audio amplifier shall include an integral power supply, and shall provide the following controls
and Indicators.

1) Normal audio level LED.

2) Brown out LED

3) Battery LED

4) Amplifier LED

5) Audio Amplifier Gain Adjust.

Adjustment of correct audio level for the amplifier shall not require any special tools or test
equipment.

Include audio input and amplified output supervision, back-up input and automatic switchover
function.

Audio Message Generator (Pre-Recorded Voice)


Each initiating zone or intelligent device shall interface with an emergency voice communication
system capable of transmitting a pre-recorded voice message and/or programmable tone / message
sequence to all speakers in the building.

Activation of any alarm-initiating device shall cause a pre-recorded message to sound over the
speakers. The tone /message shall be repeated four times.

A built-in microphone shall be provided to allow paging through speaker circuits/

The message generator shall provide a system paging capabilities from telephone circuits.

The Audio Message Generator shall have the following controls and indicators to allow for proper

operator understanding and control.

‚ All-Call LED

‚ Online LED

‚ All-call switch
E- 104
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Local Speaker volume control.

‚ Local (test) Speaker

The Audio message Generator shall monitor the digitized tone/message generators and will
generate a 200 Hz default tone if the generators or microphone become disabled for any reason.

Speaker Circuit Control


The speaker circuit control switches /indicators shall include visual indication of active and trouble
status for each speaker circuit in the system.

The Speaker circuit control panel shall include switches to manually activate or deactivate each
speaker circuit in the system.

Emergency Two Way Telephone Control Switches /


Indicators
The emergency telephone circuit control panel shall include visual indication of active and trouble
status for each telephone circuit in the system.

The telephone circuit control panel shall include switches to manually activate or deactivate each
telephone circuit in the system.

E- 105
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E14. Proximity Card Access Control System

1. General Overview
This particular specification covers the design, supply installation, testing, setting to work, commissioning
and support services of a Card Access and Alarm Control System.

The system shall be designed for ultimate reliability and maximum operating efficiency using only the
highest quality, fully field proven products.

System must also contain provision for Smart Cards (1K, 16K, etc) for modern day ACS Systems. It is
essential that the ACS shall be seamlessly integrated with the CCTV and IBMS system for PTZ
positioning, Alarm points Integration and other associated control / monitoring functions. Typical features
include recording triggers, pre and post alarm recordings, live video pop-up’s etc.

The hardware and software must be designed and manufactured by organisations accredited under ISO
9000 series quality procedures.

2. References
Design and operation of the system shall conform to the following referenced codes, regulations, and
standards as applicable:

1) National Electrical Code (NEC)

2) UL 294 and LIL 1076 as required where applicable

3) FCC Rules and Regulations

a. Part 15 Class A or B as applicable

1) National Electrical Manufacturers Association (NEMA)


a. Section 250 Enclosures for Electrical Equipment

Applicable Federal, State, and Local laws, regulations, and codes.

CE mark as and where applicable

3. General System Description


The monitoring, control and reporting facilities of the system shall be powerful enough to enable security
managers to manage their site's overall security.

a. The Access Control System (ACS) shall be capable of integrating multiple building
functions including access control, alarm management, intrusion detection, video imaging
and badging, database partitioning, and external system database sharing of employee
personal information (MIS interface).

E- 106
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


b. The system shall be at the time of bid, if required, listed by Underwriters Laboratories
listed for UL 294 Access Control Systems, and UL 1076 Proprietary Burglar Alarm
Systems. PC's and all panels furnished on the job shall carry the UL 294 and UL 1076
labels as required. Bidders shall also provide copies of their UL listing cards or other
proof of compliance before the award of a contract.

c. The system shall be modular in nature, and shall permit expansion of both capacity and
functionality through the addition of control panels, card readers, and sensors.

d. The system shall incorporate the necessary hardware, software, and firmware to collect,
transmit, and process alarm, tamper and trouble conditions, access requests, and
advisories in accordance with the security procedures of the facility. The system shall
control the flow of authorized personnel traffic through the secured areas of the facility.

e. The user Interface at the host computer (server) and at the OWT (operator workstation
terminal computers) shall be a mouse driven graphical user interface (GUI) allowing the
user to open and work on multiple windows simultaneously.

4. Submittals
Contractor shall submit all items in accordance with the requirements of Division 1, Submittals and shall
include but not be limited to the following:

Model numbers off all components furnished on the job. Manufacturers catalogue data sheets for all
components. Input power requirements for all ACS components. Complete engineered drawings
indicating:

1) Manufacturer model numbers and specifications. Dimensions, layouts, installation details.

2) Point-to-point wiring diagrams for all ACS devices. Termination details for all ACS devices.

3) Single-line system architecture drawings

4) Interfaces with all sub-systems.

There shall be an Employer acceptance form with a check box associated with each card reader and
input point to indicate that each point was checked off as properly installed and reporting back to the
control panel and the host computer prior to Employer acceptance of the system.

5. Abbreviations
The following abbreviations are used in this document:

1. ABA American Banking Association


2. ANSI American National Standards Institute
3. ASCII American Standard Code for
4. AWG American Wire Gauge
5. BPS Bits Per Second
6. CPU Central Processing Unit

E- 107
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

7. FCC Federal Communications


8. ID Identification
9. IEEE Institute of Electrical and Electronics
10. I/O Input/output

11. NEC National Electrical Code


12. NEMA National Electrical Manufacturers
13. OWT Operator Workstation Terminal
14. PIN Personal Identification Number
15. ACS Access Control System
16. UL Underwriters Laboratories

6. Operational Requirements

1. System Capabilities

The ACS shall be Employer Server architecture. All ACS software and firmware required to provide the
following system functions shall exist and fully tested ACS application software. Custom
software including "ladder logic programming" and other custom application programming
intended to provide the following sequences of operation are unacceptable.

Access decisions shall be made at each card reader, based on access criteria downloaded from the site
controller. No reference shall be made to the site neither controller nor central management
system during the access control attempt.

Access criteria changes shall be downloaded from the controller automatically, according to a pre-
programmed schedule.

All card readers shall unlock the controlled door within 0.2 seconds of the completion of the access
attempt. The completion of the access attempt is defined as the end of the card shown for card
only entry. This time delay shall never be exceeded, regardless of system loading.

Each access attempt shall be converted into a message and transmitted to the site controller and central
management system. The following fields shall be transmitted:

1) Time or entry or exit

2) Point of entry or exit

3) Access granted or denied

4) Card number

5) Cardholder's name

Each card reader shall be capable of automatically switching the current access criteria at a door at
different times of the day, based on access control data received from the site controller.

E- 108
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The following access criteria modes are required:

Free access - door is unlocked, no card entry is required

Secure access - door is locked (secure). A successful card attempt is required for valid entry. Door
rescuers after access attempt.

Pending access - door is locked (secure), door switches automatically to unlocked (free) upon first
successful access attempt during pending mode period, or vice versa (see next clause).

Within pending mode, two options shall exist:

The card reader is operating in secure access mode. When the first valid entry occurs, the card reader
shall automatically set the access criteria for this reader to free (public) access.

The card reader is operating in free (public) access mode. When the first valid "access attempt"
occurs, the card reader shall automatically set the access criteria for this reader to secure (card-required)
access.

Database Management:

The system shall create and maintain a master database of all cardholder records and all system activity
for all connected points.

Audit Trail:

The ACS shall maintain an audit trail file of operator activity, and provide the ability to generate a report
by operator, time and date, and type of activity (audit code). The system shall allow the operator to
direct the audit trail report to screen, printer, or file. The audit trail feature shall record the
following system events at a minimum:

‚ Site parameters modified.

‚ System login or logout.

‚ System restart.

‚ Cardholder added, deleted, or changed.

‚ Event added, deleted, changed, or executed.

‚ Alarm message added, deleted, or changed.

‚ Communications initiated or terminated.

‚ Reid device/points added, deleted, or changed.

‚ Access privileges added, deleted, or changed.

Input Point Monitoring:

Collect and process status information from all monitored points.

E- 109
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Alarm Annunciation:

Audibly and visually annunciate all alarm, tamper and trouble conditions, and advisories.

Input Point Supervision:

The system shall electrically supervise all 2-state and 4-state input point circuits as specified or shown on
the drawings.

Reports:

The ACS shall fully integrate with a dynamic report writer module that shall have access to the ACS data
base fields to allow users to create custom reports. The dynamic report writer shall be Seagate Crystal
Report Writer 8.0 professional version and shall have the following features at a minimum:

1) Mouse driven graphical user interface with the ability to select database fields from a list
of ACS database fields.

2) User definable reports that can be saved and re-run as required without redefining the
report fields and format each time the report is run.

The predefined reports shall include the following at a minimum: Cardholder Report –

‚ Input Point Report -.

‚ Alarm Response Message Report –

‚ Alarm Instruction Text Report

‚ Output Point Report

‚ Time Zone Report -.

‚ Event Trigger Report

‚ Event Action Report

‚ Panel Report –

‚ Field Device Report

‚ Card Transaction History Report –

‚ Access Reports –

‚ Reader Group Report –

‚ Alarm History Report

Transaction History Report with the ability to filter by any one or more of the following parameters:

‚ Reader name

‚ Start date
E- 110
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Start time

‚ End date

‚ End time

‚ Transaction type:

3) On-line help system: The ACS shall provide online help, which shall be available at anytime
and from any active screen

4) Operator Menu Access: The operator password shall control which menu items that the
individual operator may access. It shall also be possible to restrict operators such that
certain specified menu commands do not appear on the screen, or are greyed-out (disabled)
for a given operator. All user passwords are fully encrypted, even while being stored and
transmitted across the network.

5) Alarm Input Point Reporting Delay: The ACS shall allow the operator to apply an input point
reporting delay period from 0-60 seconds for each input point terminal. The default setting
for each input point reporting delay shall be 0 seconds.

6) Alarm Input Point Suppression: The ACS shall provide an alarm input point suppression
facility such that the operator may define a time zone suppression period for each individual
input point. Alarm conditions for suppressed input points shall not be recorded or archived
by the system, however, trouble conditions will be recorded.

7) Alarm graphics (maps): The alarm-graphics portion of the system shall provide dynamic colour alarm
graphic maps with the following functions:

User definable graphic maps to depict input and output point conditions, reader status, and sub-
map attachments in the ACS.

The ACS shall support the importing of most bitmap file format graphics produced with any
graphic drawing program such as TIF, BMP or JPG file format. Vector file formats are not
acceptable.

8) h. The ACS map program shall support the importing of most bitmap file format graphics to
produce custom icons for all map attachments (input, output, reader, etc.).

9) The map display window shall have Home, Previous and Up level buttons for rapid movement
among map levels. It shall also provide map selection and size adjustment lists,

10) The ACS software shall be capable of storing a number of graphic maps. The quantity shall be
limited by available hard disk storage space only,

11) The ACS shall provide a palette that includes six categories of pre-defined alarm map icons:

‚ Input: representing a user-defined alarm input point located anywhere in the system.
The input point icon shall flash, change colour, and the computer's internal sounder shall beep
when an alarm condition exits. It shall be possible to click on the icon to respond to the alarm
condition or move directly to the alarm queue window to respond to the alarm. Each alarm-input

E- 111
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


icon shall have a pop-up box that indicates the point's current state (open, short, alarm/active,
secure).

‚ Output: representing a user defined output point located anywhere in the ACS. It shall be
possible to dick on the icon to set or reset the output point. In addition, it can display the set or
reset status of point.

‚ Map layer: representing that lower level maps associated with the top layer map exist in the
system. It shall be possible to navigate through the map layers by clicking on the map layer (up
and down) icons.

‚ Reader Terminals: reader icons shall have the capability of displaying: held open, forced
open, locked, unlocked, unknown, override, up and down.

‚ Panels: representing a system panel controlled by the ACS. Panel icons shall have the
capability of displaying the up or down status of the panel.

‚ I/O Terminals: I/O terminal icons shall have the capability of displaying the up or down
status.

‚ Alarm handling: The alarm handling portion of the system, which consists of the point
contacts, and the Alarm monitoring Window shall provide the following functions:

‚ The Alarm Monitoring Window shall be capable of being sorted by any column. It shall also
have displayed the total number of alarms in the queue and the number that are pending.

‚ The Alarm Monitoring Window shall have the capability to bring up the map to the input,
which is highlighted in the window.

12) User definable alarm message/instructions description. The system shall provide the ability to
assign an alarm message/instructions to each state of an input point (‘Open', 'Short',
'Alarm/Active', and 'Secure’.)

13) Alarm message "pick list": all alarm message names and associated descriptions shall appear in
the form of a pick list from which the operator may select an appropriate alarm name and message
from all alarm messages defined in the database by the operator.

14) Event processing:

‚ Panel card events: the ACS shall provide the capability for the user to define a panel card
event, which may be executed by a cardholder at a reader equipped with a keypad. For
each 'card event’ the following data may be defined by the User:

Alphanumeric event name

Access code to control the triggering of the event (card activated event)

Event triggers type (card only, card + PIN, card + PIN + code, card + code, void card)

o Event Privilege level (0-7)

o Duration of the event execution (0-1440 minutes)

E- 112
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


o input point group to be suppressed or not

o Output point group to be activated or not

o Door strike operation enabled/disable

o Reset panel alarm relay

‚ Host events - Triggers: the ACS shall provide the operator with a scrolling list of
the following event sequence triggers as a minimum that may be combined with the event
sequence logical operators listed below to program a custom sequence of events. The ACS
shall be delivered with this entire list functional whether or
not these features are implemented by the User upon initial installation.

o Anti-pass back timer on

o Executive Privilege grant of access

o Host computer grant of access

o Invalid In-X-It status

o Invalid badge time zone

o Invalid keypad event

o Invalid event privilege level

o Invalid issue level

o Invalid PIN code entry

o Invalid reader

o Invalid reader time zone

o Local controller grant of access

o Soft In-X-It violation

o Card event activated

o Card event de-activated

o Timed override disabled /enabled /expired

o Keypad event activated

o Keypad event deactivated

o Alarm point set/ reset/ short/ open

o Reader up/ down

E- 113
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


o Facility code error

o Timed override enabled/ disabled by host

o System restart

o Panel online

o Panel offline

o Converter tamper

o Date

o Time

o Start /end time zone period

o Event Counters (32 available)

‚ Host events - Actions: the ACS shall be provide a scrolling list of the following event
sequence actions as a minimum, and allow the user to attach one or more actions to one or
more of the event sequence triggers listed above to program a custom sequence of events.

o Enable anti-pass back

o Disable anti-pass back

o Unlock door control relay

o Lock door control relay

o Enable timed override of door control relay

o Set time zone for PIN code suppression

o Set time zone for reader Set time zone for reader

o override Enable reader

o override Disable reader

o override Enable soft In-X-It

o Disable soft In-X-It

o Enable local timed override

o Disable local timed override

o Lock all doors

o Unlock all doors

E- 114
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


o Enable history upload

o Disable history upload

o Include time zone in access decision

o Ignore time zone in access decision

o Set controller relay

o Reset controller relay

o Enable input point group

o Disable input point group

o Set output point group

o Reset output point group

o Display a user defined message in a pop-up window Print user defined


message on any printer

o System Database backup

o System Panel Download Display map

o Event Counters

Time zones: The ACS shall provide the capability for the user to define time zones with the following
identification and configuration parameters.

o Alphanumeric name,

o Alphanumeric description

o Allowance for up to eight periods, four active and four inactive, during each day
of the week and each of three different holiday types.

o Any day of the year may be designated as a holiday; each defined as one of
three holiday types.

Communications:

Pertaining To Network-Based Communications Between The Host And The Door


Controllers

Communications between the server (Host) and the door controller panels can optionally support a
redundant network path. Thus the loss of Communications on the primary network path automatically
causes Communications to be established via the other path without operator Intervention.

Should the controllers) lose communications with the Host, the controllers shall continue to control
access and monitor inputs for all connected points. Local history of all transactions shall be buffered at

E- 115
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


the sub-controller and automatically uploaded to the Host for alarm reporting and long-term historical
storage once communications is re-established.

The contractor shall be responsible for the design of a system that will compensate for all signal level
losses in the trunk wiring. This shall include any power supplies for the field devices and any signal level
converters or repeaters for the proper amplification of electrical signals.

User Defined Cardholder Database Fields

The system shall support up to an unlimited number of user defined data fields, which may be used to
store information for each cardholder. Each field may be of a type: alphanumeric text, numeric, date,
toggle (Yes/No). The ACS shall provide standard menu items, which shall allow the operator to define
these cardholder database fields at anytime. The system shall remain on-line while user defined
cardholder database fields are added or edited

Event And Transaction History

The ACS shall maintain a record of all alarm, card transaction, and system exceptions which take place,
and provide a means for a user to access this information. It shall be possible to print information in the
log in real-time or by a report.

Anti-Pass Back Control

The ACS shall provide the capability to prevent more than one person from gaining access to a controlled
area by recognizing when a cardholder who is granted access is passing back the card to another person
to use the same card to gain access. If so programmed, an alarm may be generated if the anti-pass back
rules are violated by the cardholder. It shall be possible to define on a reader by reader basis, which
readers are subject to anti-pass back rules.

Anti-Tailgate Control

The ACS shall provide the capability to prevent more than one person accessing a controlled area as a
result of a single card transaction.

In-X-It (Entry/Exit) Control

The ACS shall support the capability to control a card's entry into or exit from an area based on the
previous transaction status of the card. An alarm may be generated if the In-X-It conditions -are violated
by the cardholder.

Duress Processing

The ACS shall permit cardholders to indicate that they are requesting access to an area under some
forced or duress situation. An alarm may be generated if a duress condition occurs, and the cardholder
will be granted access.

Cardholder Definition

The ACS shall provide the capability for the user to define Cardholders with the following identification
and operating parameters.

‚ Cardholder name (first, middle, last)

E- 116
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Cardholder address

‚ Cardholder phone number and extension number

‚ Validation period using start and void dates

‚ Department and Company fields from selection list of user defined departments

‚ and companies

‚ Unlimited number of user defined cardholder fields. The ACS shall provide the capability to use
these fields in filtering reports

Badge Definition

The ACS shall provide the capability for the user to define Cardholders with the following Badge
identification and operating parameters on a per badge basis.

‚ Badge number assignment

‚ Issue level (0-7), only (1) per badge

‚ Validation period using start and void date and time

‚ Globally disable badges in all partitions

‚ Executive privilege enabled or disabled

‚ Active/Disable badge toggle button

‚ Trace enabled or disabled

‚ Override enabled or disabled

‚ PIN code (4 or 5 digits)

‚ Badge event privilege level

o Assign eight Access Groups and Time zones per Badge

Real-Time System Activity Window

A real time system activity monitor window shall be available for display on any OWT screen whenever the
ACS host is on-line. The real time window shall have the following capability:

‚ Be able to selectively display the following items at the operator's discretion: Input point alarms

‚ System Exception messages

‚ Access Grant

‚ Access Deny

‚ Access Trace

E- 117
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Entry/Exit Central Mode of operation

‚ Audit Trail

‚ Be able to toggle the display on and off

System Status Display

The ACS shall provide a dynamic system status summary display that graphically indicates the following
status information, filtered by panel or terminal. All status display information shall be summarized in a
single window.

Alarm Routing

The ACS shall provide the ability for the user to define which input points or groups of input points are
displayed on each ACS Operator Workstation Terminal (OWT) computer. The system shall provide a
report showing which input points are routed to each OWT.

Control Points

The ACS shall provide the ability to define input points as control points to be used in input/output linking
and event processing sequences of operation. Control points shall not enter the alarm queue and shall
not require that an operator acknowledge them when they change state. The control point activity will
however, be automatically logged to the history file.

Real Time Printer

The ACS shall be capable of printing to a network accessible printer as well as printing from an LPT port.
The ACS shall be capable of printing with the following parameters:

‚ Be able to specify printing of the following items, independent from each other:

o Input Point Alarms

o System Exception and Event Messages

o Access Trace

o Access Deny

o Access Grant

o Entry/Exit Central

o Audit Trail

Bms Integration

The BMS integration shall require no special hardware subset, but rather be a simple upgrade, via
software, to allow users to enhance their workstation operations by integrating communications with the
BMS server.

E- 118
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Elevator Control

The host shall accommodate the control of compatible elevators through the use of a door controller.
History of elevator activity shall be maintained in electronic or printed form.

Guard Tour Option

Guard tour option shall be provided that shall monitor security personnel by time frame and tour
definition. Selected tours shall be either randomly selected or fixed.

Mustering Option

This feature provides the capability of tracking personnel movement in the event of an emergency. During
the emergency, all personnel within a risk area are expected to evacuate and are required to badge at a
reader outside the risk area. This will allow for real-time monitoring, printed or online display, as to who
may be still in the hazard area. This information can be used to direct search and rescue operations.
Mustering provides the capability to designate one or more zones within a plant or facility as Muster
Zones.

Area Control

This feature can be used to control the number of personnel/cardholders that are allowed in a controlled
area of a facility. It will allow large facilities to manage specific areas. An area such as a controlled
substance room can be monitored and the system will report and display in real time how many people
and who is in that particular area. The area can be monitored at any time to determine the current count
or the entry and exit of personnel and/or vehicles.

Mis Interface

This option provides the capability for an external database (such as a Human Resources or MIS system)
to populate or remove employee data-base information. Such import/export sessions can occur in either a
batch or real-tine mode. Using standard ODBC protocols, employees can be enrolled in the company
database and the Cardkey P 2000 security system in one operation.

Database Partitioning

Multi-tenant building control can be supported via database partitioning. Each tenant may be provided
with their own user partition capable of controlling and monitoring their own cards, doors, alarms, etc.
Building Employers still retain overall control and can override tenant Commands if necessary. Building
Employers are free to lease workstation "seats" on the security system thereby generating additional
revenue while enhancing tenant satisfaction. In a campus environment, each building can be configured
as a separate partition with several operations per partition. Each partition appears to the user as a
separate security system without incurring an additional cost.

Software Requirements

A. The software shall have an installed capacity to accommodate the following at a minimum:

A central database on the host server able to support up to 50000 Badges maximum.
Unlimited number of access groups.

Unlimited number of password groups each with an unlimited number of operators and their passwords.
E- 119
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Up to four (4) operator workstation terminals connected to a Host server via an Ethernet TCP\IP network.

Central on-line data storage of 500,000 historical transactions, expandable as system resources allow,
with a local panel storage capability of up to 100,000 cardholders and 75,000 events. & 256 levels of
alarm priority.

A minimum of ten (10) individual badge numbers per cardholder. Each badge shall be tracked
separately.

Eight (8) issue levels per card, only one of which shall be active at any given time.

Unlimited number of user-defined cardholder fields. The system shall be capable of reporting on any or
all of the user-defined fields. Each user defined field may be defined by the user as alphanumeric,
numeric, date or logical (yes/no).

B. System Software

The Host server operating system shall be Microsoft Windows NT Server version 4.0 or Windows
2000 Server. It shall have multi-tasking and multi-user capability and support workstations with Windows
NT Workstation, Windows 98, Windows Me, or Windows 2000 Professional operating systems.

The system database shall be Windows SQL Server 2000 Enterprise Edition for Windows 2000

Server or SQL Server 7.0 for Windows NT.

The ACS software features shall be fully documented in the form of a complete User's Manual including
operation and installation sections, and a detailed description of the major ACSfunctions.

The ACS shall be capable of partitioning (segmenting) the database which must Include, at least, but not
limited to the following items:

Cardholders

Badges

Time zones

Holidays

Access Groups

Panels

Readers/Terminals

Workstations

E- 120
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Product—General

A. Manufacturers

1) All access control hardware and software shall be of a single manufacturer including Host
system, controller panels, and input and output terminal modules. (Host system shall be
purchased directly from vendor or shall meet minimum Server Requirements as outlined below
and approved by appropriate Project Manager.)

2) The following information shall be submitted.

‚ Detailed bill of material for each piece of equipment submitted as equal to that
specified.

‚ Manufacturer's catalogue cut sheet for each proposed piece of equipment. The
Specification section, paragraph and sub-section shall be typed on the front page
of the catalogue cut sheet to aid in review. The exact model number proposed
shall be highlighted if more than one version of the product is contained in the
cut sheet.

‚ Line by line type written compliance (non-compliance) statement comparing each


requirement of the Specification against verifiable performance specifications of
the proposed product(s). This compliance statement shall be signed by an
executive officer of the proposing company.

System Hardware Requirements


1) The minimum System Server requirements shall be a standard name brand personal
computer with proper capacity for the intended purpose. The Host computer shall ship
factory configured with all software pre-loaded and tested. All computer hardware
replacement components shall be available from multiple third party sources. Unless
otherwise approved by the manufacturer, the minimum configuration for the Host Server
shall be:

‚ Genuine Intel Dual core CPU with a dock speed of 2.8 GHz or greater

‚ 4 GB RAM (additional RAM required if P2000 options are included)

‚ 3.5" floppy disk drive

‚ SCSI DAT drive - 4 GB minimum

‚ 24X speed DVD-ROM / RW

‚ 320 GB SCSI hard disk, 7200 RPM

‚ video card with 1GB RAM

‚ 17" TFT colour monitor

‚ Standard 101- type keyboard and mouse

E- 121
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ 2 network interface controllers (10/100/1000 BaseT Network Controller port) or equivalent.

2) The minimum Workstation requirements shall be a standard name brand personal


computer with proper capacity for the intended purpose. The workstation shall ship
factory configured with all software pre-loaded and tested. All computer hardware
replacement components shall be available from multiple third party sources. Minimum
configuration for the workstation shall be:

‚ Genuine Intel Dual core CPU with a dock speed of 2.8 GHz or greater

‚ 4 GB RAM (additional RAM required if P2000 options are included)

‚ 3.5" floppy disk drive

‚ SCSI DAT drive - 4 GB minimum

‚ 24X speed DVD-ROM / RW

‚ 320 GB SCSI hard disk, 7200 RPM

‚ video card with 1GB RAM

‚ 17" TFT colour monitor

‚ Standard 101- type keyboard and mouse

‚ 2 network interface controllers (10/100/1000 BaseT Network Controller port) or equivalent.

3) System printers shall be dot matrix / Laser, 180 characters per second, bi-directional printers.

4) Door controllers shall be with the following functionality:

‚ The door controller shall be a fully stand-alone processor capable of making all access
control decisions without the involvement of the Host computer based on a set of parameters
passed to the door controller from the Host.

‚ The door controller panel electronics shall be housed in a locked tamper protected metal
cabinet.

‚ The door controller panels shall continue to operate in the event of main failure for not less
than 8 hours.

‚ Each door controller shall control up to 2 card readers and remote alarm panels.

‚ All communications between the door controller and card readers and remote alarm

‚ Panels shall be fully encrypted.

‚ Data shall incorporate parity checking and message acknowledgment checking, to ensure
both integrity and consistency of all data transmitted.

‚ The site controller shall provide communications ports to enable the connection of a local
operator terminal and a local printer.

E- 122
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ The operator terminal port shall communicate with the optional operator terminal via RS-232
serial communications. Memory Requirements:

o Minimum number of cards: 10,000 expandable to 100,000

o Minimum number of historical transactions: 9,000 expandable to 100,000 at full


card capacity.

‚ The controller shall require no firmware changes and shall use flash memory
modules to provide non-volatile storage of both data and operational code.

‚ The controller shall support the direct connection of a standard dot matrix printer for local
transaction and report printing. The printer shall connect to the controller via a built-in serial
(RJ45) port.

‚ Each controller shall be provided with built-in hardware to support hard-wired


communications between the controller(s) and readers of up to 4000 feet per Controller.

‚ Communications between the controller(s) and the host server shall be via Ethernet TC1P at
lOMbps. There shall be an alternate communications path to the host via a secondary IP
address such that in the unlikely even the primary IP address / network is down an alternate
communications path may be established.

‚ An alarm summary relay shall be built-in to the controller motherboard. If so programmed, the
alarm relay shall be activated whenever a connected alarm point transfers to the alarm state
and whenever soft alarms become active.

‚ A SPDT tamper switch shall be attached to the inner surface of the controller enclosure. The
tamper switch shall change state whenever the enclosure door is opened to signal the ACS
of the condition. The tamper switch input shall be user programmable to be suppressed, to
be recognized as an input point to be process by the alarm queue at the host computer, to
printout at an optional printer connected directly to the controller, and to activate the alarm
summary relay described above.

‚ The standard AC linear power supply version of the controller shall include a battery module
to back-up the controller's applications programs and database for 30 days after the failure of
the primary AC power service. The controller database, the time dock, the transaction history,
and all operator entered parameters shall be backed-up by the battery.

‚ If required elsewhere in the drawings or Specification, the controller(s) shall be furnished with
an UPS battery configuration instead of a standard AC linear power supply configuration. The
battery shall power the controller upon failure of the primary AC service for a minimum of
three hours.

‚ While on UPS service, the controller shall continue to process event activity, card
transactions, and record history transactions.

‚ The controller shall provide built-in LED to indicate whether the controller is properly
communicating with the host computer.

‚ Alarm monitoring and Output Control terminal boards with the following functionality:

E- 123
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Sixteen two-state alarm input points.

‚ Eight four-state supervised alarm input points.

E- 124
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Cards And Card Readers


A. General

All readers shall be configured with the reader electronics mounted separately, on the "secure" side of the
door such that only the reader head and pilot lights are mounted in the reader housing on the "entry" side
of the door.

B. Proximity Technology

Furnish and install the reader style as shown on the drawings or as called for in this Specification:

Standard range Proximity reader (Read range 4 in.)

‚ The reader shall be integrated and contain all reader electronics inside a single
polycarbonate enclosure.

‚ The reader shall operate when mounted on a variety of surfaces including metal.
Maximum read range degradation when mounted on a metal surface shall be 50-
percent.

‚ The reader shall contain an integral colour LED and audio tone to indicate if the
card has been successfully read.

‚ The reader shall be rated for normal operation from -5 to 150 degree F.

Card Readers

Readers must be tested to IP54 standard as a minimum.

Readers must provide a different audio and visual feedback where access is denied or accepted.

The Data must be encrypted during RF transmission between transponder and reader.

The read range between card and reader under normal installation and operating conditions must be at
least 100mm.

Any long range reader must accept the same passive proximity token and provide a read range of at least
one meter.

Each card reader shall incorporate dedicated electronic intelligence. Systems offering a number of non-
intelligent reader heads networked to one intelligent door controller are not acceptable.

The reader head and control electronics may be packaged in one integral AHUs, or mounted separately.

All perimeters access doors and high security internal doors, shall use separately mounted reader heads
and control electronics.

Each card reader shall incorporate the following subsystems:

‚ microprocessor system

E- 125
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ user information (status) panel

‚ door strike control relay

‚ integrated alarm monitoring circuits

Each card reader shall be identified at the site controller and central management systems by means of a
unique plain English description. The description shall be at least 20 characters in length.

Card reader assemblies shall be tamper protected, such that a local audible alarm is sounded when the
unit is tampered. The unit shall transmit a "tamper alarm" to the central equipment each time the card
reader assembly is tampered.

Each card reader fitted with a keypad must be capable of operating in card-only and card-plus-PIN
modes.

In addition to card and card-plus-PIN modes, each card reader fitted with a PIN pad must be capable of
operating in PIN-only mode.

Card readers shall be capable of changing between card-only, card-plus-PIN and PIN-only operation
upon automatic command.

The card reader shall contain an anti-pass back feature. The anti-pass back status of a cardholder shall
be SET when the cardholder gains access, and reset upon card presentation on departure.

Card Reader Communications Failure

Card readers must continue to operate without performance degradation should the communications link
to the central controller fail.

Should any card reader fail or stop operation for any reason, access through one only door shall be
affected. Systems offering multiple door control from one controller using multiple reader heads cannot
meet this requirement.

During periods of communications failure, the card reader shall continue making full and complete access
decisions. Systems which degrade to simply checking the facility code or some other subset of the
complete access criteria are not satisfactory.

All access attempts, valid or otherwise, and all alarm activation's that occur while the card reader is off-
line, shall be buffered internally. An activity buffer of at least 100 events is required, internal to the card
reader.

The card reader shall transfer the buffered activity events to the central management system when the
communications link is re-established.

The card reader shall preferably operate from 12 V DC supply.

Cards

The proximity card shall be encased in sealed plastic with a surface suitable to receive an adhesive
backed photo ID or shall be capable of direct printing.

E- 126
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The system shall use passive Proximity cards that conform to the ISO standard thickness and credit card
size.

The Proximity card shall incorporate the following access control information:

‚ Facility code

‚ Unique card number

The access control information shall uniquely identify the cardholder to the system.

The system must allow for at least 15 issue levels per cardholder number and must raise an alarm when
the wrong issue number is presented to the reader.

Proximity card replacements must be available in quantities as small as 5 and on a 48 hour basis.

Proximity cards must be printable through dye-sublimation process.

All access control information on the card shall be invisible to the naked eye.

It shall be impossible to determine the next card's coding data after viewing data on two consecutive cards.
Card data encoded on one card to the next should bear no relationship or resemblance to each other at all.

Card data must be immune to corruption or loss during normal day-to-day use.

Magnetic Door Locks

‚ Magnetic Door locks make 'TRIMAC.

‚ Surface mounted to have a holding pressure of 350 to 500 lbs.

Magnetic Contacts

As per your specification

Wiring

Category 5/64 pair communication cable to facilitate networking between the readers / door controllers /
main control panel.

Door Closures

As per your specification

Delivery, Storage, And Handling

1) ACS components shall be shipped to the job-site in original manufacturer's shipping


containers.

2) All shipping and handling costs shall be paid for by the Contractor at no additional cost to
the Employer.

E- 127
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


3) All equipment stored on the job site shall be secured in a locked storage area as
designated by the General Contractor or Employer.

4) The contractor may receive a progress payment for the value of the equipment stored on site if
adequate storage space is available.

Installation Requirements

1) All consoles, terminals, and controllers shall be factory wired before shipment to the job
site.

2) Cabinet doors shall open a minimum of 170 degrees to avoid blocking personnel
movement. Each door shall be equipped with a cylinder lock, a tamper switch and a
piano-type hinge with welded tamperproof pins.

3) Provisions shall be made for field wiring to enter the cabinet via standard knock-outs at
the top, bottom and sides of controller cabinets.

4) Each wire shall be identified at both ends with the wire designation corresponding to the
wire numbers shown on the wiring diagrams.

5) All exposed wiring within the cabinets, consoles, and terminals shall be formed neatly
with wires grouped in bundles using non-metallic, flame-resistant wiring deats or wire
ties.

6) All ferrous metal work shall be painted, in accordance with the manufacturer's standards.

Testing And Commissioning

1) The Contractor shall be responsible for testing and commissioning of the installation in
accordance with all applicable documents in the Contract set.

2) Testing shall be comprehensive and sufficient to demonstrate compliance with each


requirement.

3) A proposed test plan shall be submitted to the Contracting Officer or Employer's


representative for approval before commencement of final test.

4) Final tests shall be conducted in the presence of the Contracting Officer or Employer's
representative.

Training And Instruction

1) Operator training shall consist of a two day course conducted on-site by a factory trained
professional instructor. Training conducted by installers, technicians, or project
managers is unacceptable.

2) Training materials shall consist of the following:-

‚ Formal course outline and agenda

‚ Operator training student guide for each student.

E- 128
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Hands-on practice with on-line equipment

3) The training course shall be a minimum of two contiguous business day

4) Additional equipment Video Imaging training sessions shall be made available to the
Employer if necessary, at additional cost.

E- 129
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E15. Ad d r e s s a b l e F i r e D e t e c t i o n A n d A l a r m S y s t e m

1.0 System Specifications

1.1 Description
a. This section of the specifications includes the furnishing, installation, and connection of the
microprocessor controlled, intelligent reporting fire alarm equipment required to form a
complete coordinated system ready for operation. It shall include, but not be limited to,
alarm initiating devices, alarm notification appliances, control panels, auxiliary control
devices, enunciators, power supplies, and wiring as shown on the drawings and specified
herein.

b. The fire alarm system shall comply with requirements of NFPA Standard No. 72 for protected
premises signalling systems except as modified and supplemented by this specification. The
system shall be electrically supervised and monitor the integrity of all conductors.

c. The fire alarm manufacturer shall be of the highest calibre and quality. The system shall be
manufactured by an ISO 9001 certified company and meet the requirements of EN29001,
BS5750: Part 1: ANSI/ASQC Q91-1987.

1.2 Scope Of Work


a. The scope of work covers installation, commissioning and testing of a new intelligent
reporting, microprocessor controlled fire detection system in accordance with the
specifications and drawings.

The work shall cover:

‚ Fire Alarm Control Panel (FACP)

‚ 80 Character display repeater panels/ Display mimic panels

‚ Addressable Alarm initiating devices.

‚ Circuit interface modules

‚ Hooters

‚ Audio-visual annunciation devices.

‚ All wiring

‚ From alarm initiating devices

‚ From circuit interface modules to various annunciation devices.

‚ All air-conditioning and ventilation system

‚ Public address system.


E- 130
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


b. Functional operation:

When a fire alarm condition is detected and reported by one of the system initiating devices or
appliances, the following functions shall immediately occur:

1. The system alarm LED shall flash.

2. A local piezo-electric signal in the control panel shall sound.

3. The 960-character LCD display shall indicate all information associated with the fire
alarm condition, including the type of alarm point and its location within the
protected premises.

4. Printing and history storage equipment snail log the information associated each
new fire alarm control panel condition, along with time and date of occurrence.

5. All system output programs assigned via control-by-event equations to be activated


by the particular point in alarm shall be executed, and the associated system
outputs (alarm notification appliances and/or relays) shall be activated.

2.0 Submittals
2.1. General

Two copies of all submittals shall be submitted to the Engineer/Engineer for review.

System Manufacturer And Experience

All references to manufacturer's model numbers and other pertinent information herein are intended to
establish minimum standards of performance, function and quality. Equivalent equipment (compatible UL
Listed) from other manufacturers may be substituted for the specified equipment as long as the minimum
standards are met.

System Configuration And Capability Vis-A-Vis Specifications

All substitute equipment proposed as equal to the equipment specified herein, shall meet or exceed the
following standards. For equipment other than that specified, the contractor shall supply proof that such
substitute equipment equals or exceeds the features, functions, performance, and quality of the specified
equipment.

2.2. Shop Drawings

Sufficient information, clearly presented, shall be included to determine compliance with drawings and
specifications.

Include manufacturer's name(s), model numbers, ratings, power requirements, equipment layout, device
arrangement, complete wiring point-to-point diagrams, and arid conduit layouts.

Show enunciator layout and main control panel module layout, configurations and terminations.

E- 131
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

2.3 Manuals

1. Submit simultaneously with the shop drawings, complete operating and maintenance
manuals listing the manufacturer's name(s) including technical data sheets.

2. Wiring diagrams shall indicate internal wiring for each item of equipment and the interconnections
between the items of equipment.

3. Provide a dear and concise description of operation that gives, in detail, the information required to
properly operate the equipment and system.

4. Approvals will be based on complete submissions of manuals together with shop drawings.

2.4 Software Modifications:

1. Provide the services of a factory trained and authorized technician to perform all system software
modifications, upgrades or changes. Response time of the technician to the site shall not exceed
4/8/24 hours.

2. Provide all hardware, software, programming tools and documentation necessary to modify the fire
alarm system on site. Modification includes addition and deletion of devices, circuits, zones and
changes to system operation and custom label changes for devices or zones. The system structure
and software shall place no limit on the type or extent of software modifications on-site. Modification
of software shall not require power-down of the system or loss of system fire protection while
modifications are being made.

2.5 Certifications:

Together with the shop drawing submittal, submit a certification from the major equipment manufacturer
indicating that the proposed supervisor of installation and the proposed performer of contract
maintenance is an authorized representative of the major equipment manufacturer. Include names and
addresses in the certification.

2.6. Guarantee:

All work performed and all material and equipment furnished under this contract shall be free from defects
and shall remain so for a period of at least one (1) year from the date of acceptance. The full cost of
maintenance, labour and materials required to correct any defect during this one-year period shall be
included in the submittal bid.

2.7. Post Contract Maintenance:

i. Complete maintenance and repair service for the fire alarm system shall be available from a factory
trained authorized representative of the manufacturer of the major equipment for a period of five (5)
years after expiration of the guaranty.

ii. As part of the submittal, include a quote for maintenance contract to provide all maintenance, test,
and repair described below. Include also a quote of unscheduled maintenance/repair, including
hourly rates for technicians trained on this equipment, and response travel costs. Submittals that do
not identify all post contract maintenance costs will not be accepted. Rates and costs shall be valid
for the period of five (5) years after expiration of the guaranty.

E- 132
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


iii. Maintenance and testing shall be on a semi-annual basis or as required by the local authority. A
preventive maintenance schedule shall be provided by the contractor that shall describe the protocol
for preventive maintenance. The schedule shall include:

iv. Systematic examination, adjustment and cleaning of all detectors, manual fire alarm stations, control
panels, power supplies, relays, water flow switches and all accessories of the fire alarm system.

Each circuit in the fire alarm system shall be tested semi-annually.

Each smoke detector shall be tested in accordance with the requirements of NFPA 72, Chapter
7.

2.8. Approvals

1) The system must have proper listing and/or approval from the following internationally
recognized agencies:

‚ UL Underwriters Laboratories, Inc.

‚ FM Factory Mutual

‚ EN54

‚ VDS

2) Modular Labelling

The fire alarm control panel shall meet the modular listing requirements of Underwriters Laboratories Inc.
To facilitate system changes and expansions, and to ensure that all subassemblies have the proper
listing, each sub assembly of the FACP shall carry the appropriate UL modular label. This includes all
printed circuit board assemblies, power supplies, and enclosure parts.

3) Onward of the contract and before the placement of orders on sub vendors the following
particulars shall be furnished and got duly approved.

Detailed performance data of various system modules and drawings.

Detailed selection and drawings of various signal initiating devices.

Wiring drawings and details and makes of wires and conduits.

Floor plans showing locations of various devices.

Detailed mimic diagram with LED positions or monitor display in the video terminal.

3.0 Products
3.1 Equipment

All equipment and components shall be new, and the manufacturer's current model. The materials,
appliances, equipment and devices shall be tested and listed by a nationally recognized approval agency
for use as part of a protected premises protective signalling (fire alarm) system. The authorized

E- 133
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


representative of the manufacturer of the major equipment, such as control panels, shall be responsible
for the satisfactory installation of the complete system.

All equipment and components shall be installed in strict compliance with manufacturers'
recommendations. Consult the manufacturer's installation manuals for all wiring diagrams, schematics,
physical equipment sizes, etc., before beginning system installation. Refer to the Riser/Connection
diagram for all specific system installation/termination/wiring data.

All equipment shall be attached to walls and ceiling/floor assemblies and shall be held firmly in place (e.g.
detectors shall not be supported solely by suspended ceilings). Fasteners and supports shall be
adequate to support the required load.

3.2 Conduit & Cables

A. Conduit

Conduit shall be in accordance with local and state requirements.

Where concealed wiring is required, wiring shall be installed in conduit or raceway. Conduit fill shall not
exceed 40 percent of Interior cross sectional area where three or more cables are contained within a
single conduit. Cable must be separated from any open conductors of power, or class 1 circuits, and shall
not be placed in any conduit, junction box or raceway containing these conductors.

Wiring for 24 volt control, alarm notification, emergency communication and similar power-limited auxiliary
functions may be run in the same conduit as initiating and signalling line circuits. All circuits shall be
provided with transient suppression devices and the system shall be designed to permit simultaneous
operation of all circuits without interference or loss of signals.

Conduit shall not enter the fire alarm control panel or any other remotely mounted control panel
equipment or back boxes, except where conduit entry is specified by the FACP manufacturer.

Conduit shall be 1" or ¼” minimum.

B. Cables

All fire alarm system wiring must be new.

All control cables shall be 1100/650 V PVC Insulated, Armoured, Stranded, Twisted, Copper control
cables having minimum cross section of 1.5 sq. inner PE with AL Mylar tape. The cables shall be Fire
Resistant types. The cables shall be confirming to IS 1554: (Part-1) 1976.and NFPA 70.

Cabling used for the multiplex communication loop shall be twisted and shielded and installed in conduit
unless specifically accepted by the fire alarm equipment manufacturer. The system should permit use of
IDC and NAC wiring in the same conduit with the communication loop.

All field wiring shall be completely supervised. In the event of a primary power failure, disconnected
standby battery, removal of any internal modules, or any open circuits in the field wiring; a trouble signal
will be activated until the system and its associated field wiring are restored to normal condition.

The Fire Alarm Control panel shall be capable of T-Tapping Gas B (NFPA Style 4) Signalling Line
Circuits. Systems, which do not allow, have restrictions to, for example, the amount of T-Taps, length of
T-Taps etc., is not acceptable.

E- 134
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


Cables without proper ISI certification shall not be accepted. The make of cables to be used by the
contractor shall be subject to Employer / Engineer's approval.

3.3. Terminal Boxes, Junction Boxes and Cabinets:

All boxes and cabinets shall be UL listed for their use and purpose.

3.4 Initiating circuits shall be arranged to serve like categories (manual, smoke, and water flow).
Mixed category circuitry shall not be permitted except on signalling line circuits connected to
Analogue addressable reporting devices.

3.5 The fire alarm control panel shall be connected to a separate dedicated branch circuit,
maximum 20 amperes. This circuit shall be labelled at the main power distribution panel as
FIRE ALARM. Fire alarm control panel primary power wiring shall be 12 AWG. The control
panel cabinet shall be grounded securely to either a cold water pipe or grounding rod.

4.0 Fire Alarm System


4.1 The main FACP Central Console shall contain a microprocessor based Central Processing Unit
(CPU). The CPU shall communicate with and control the following types of equipment used
to make up the system: Analogue addressable detectors, addressable modules, local and remote
operator terminals, printers, enunciators, and other system controlled devices. It should be capable of
incorporating fire alarm loops as per the interior designs

4.2 Function

The main FACP shall perform the following functions:

a. Supervise and monitor all Analogue addressable detectors and monitor


modules connected to the system for normal, trouble and alarm conditions.

b. Supervise all initiating signalling and notification circuits throughout the


facility by way of connection to monitor and control modules.

c. Detect the activation of any initiating device and the location of the alarm
condition. Operate all notification appliances and auxiliary devices as
programmed.

d. Visually and audibly annunciate any trouble, supervisory or alarm condition


on operator's terminals, panel display, and enunciators.

e. Cause operation of all notification appliances and auxiliary devices as


programmed.

f. The FACP shall provide:

‚ Acceptance switch

‚ Alarm silence switch

‚ System reset switch

E- 135
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Walk test switch.

‚ Lamp test switch.

‚ Block Acknowledge

‚ Control-By-Time

‚ Drift Compensation

‚ Pre-alarm Control Panel Indication

‚ NFPA 72 Smoke Detector Sensitivity Test

‚ Multiple printers' option.

‚ Alarm Verification, by device, with tally

‚ Multiple CRT Display Interface

‚ Non-Alarm Module Reporting

‚ Periodic Detector Test

‚ Trouble Reminder

‚ Upload/Download to PC Computer

‚ Alarm Verification with Tally

‚ Smoke Detector Maintenance Alert

g. The system/FACP shall be designed for another 2 floor future expansion of loop interface boards.

4.3 The system shall provide the following facilities.

‚ To enable or disable or adjust sensitivity of any addressable device through the system keypad
or operator terminal and also to enable alarm verification of each device.

‚ To store up to 400 system operations or "events in a non-volatile memory.

‚ To generate system statuses reports and recall/print each operation at command of operator.

‚ To interrogate each detector and analyze detector response and to provide display and print
abnormal deviation without inhibiting the system performance.

‚ To provide “pre-signal alarm” signal when the detector is at 80 % of its alarm threshold.

‚ To cause the following operations upon activation of any detector, break glass unit or flow switch,
unless otherwise specified.

‚ Activate all programmed notification circuits until silenced.

‚ Activate all audio-visual annunciation devices until reset.

E- 136
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Release all magnetic door holders to adjacent zones on the fire door.

‚ Return all elevators to specified home landing.

‚ Duct detectors shut down the associated fan system in associated fan system.

‚ Activation of any pressure switch or valve tamper switch shall cause supervisory alarm.

Point Read: The system shall be able to display the following point status diagnostic functions without the
need for peripheral equipment. Each point will be enunciated for the parameters listed:

‚ Device Status.

‚ Device Type.

‚ Custom Device Label.

‚ Software Zone Label.

‚ Device Zone Assignments.

‚ Analog Detector Sensitivity- All Program Parameters.

4.4 System Capacity And General Operation


4.4.1 The Main Fire Alarm Control Panel

a. The control panel shall provide, or be capable of expansion to 127 Analogue


addressable devices per loop.

b. The Fire Alarm Control Panel shall include a full featured operator interface control and
annunciation panel that shall include a backlit, 960 character liquid crystal display, individual,
colour coded system status LED's, and an alphanumeric keypad for the Meld programming and
control of the fire alarm system.

c. All programming or editing of the existing program in the system shall be achieved without
special equipment and without interrupting the alarm monitoring functions of the fire alarm
control panel.

d. The panel shall be field programmable or from the operator Terminal with two level password
protection

‚ Status level changes

‚ Actual change in program

All changes shall be recorded with date & time stamp and authorization

The panel should have an in-built card to facilitate networking.

E- 137
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

4.4.2. Central Processing Unit

1. The Central Processing Unit shall communicate with, monitor, and control all other modules within the
control panel. Removal, disconnection or failure of any control panel module shall be detected and
reported to the system display by the Central Processing Unit.

2. The Central Processing Unit shall contain and execute all control-by-event programs for specific action
to be taken if an alarm condition is detected by the system. The control by event programs shall
provide the following logical operations on the analogue addressable devices: AND, OR, NOT,
CROSSZONE, Etc. Such control-by-event programs shall be held in non-volatile programmable
memory, and shall not be lost with system primary and secondary power failure.

3. The Central Processing Unit shall also provide a real-time dock for time annotation of all system
displays. The Time-of-Day and date shall not be lost if system primary and secondary power supplies
fail.

The CPU shall be capable of being programmed on site without requiring the use of any external
programming equipment. Systems that require the use of external programmers or change of
EPROM's are not acceptable.

The CPU and associated equipment are to be protected so that they will not be affected by voltage
surges or line transients consistent with UL standard 864. Each peripheral device connected to the
CPU shall be continuously scanned for proper operation. Data transmissions between the CPU and
peripheral devices shall be reliable and error free. The transmission scheme used shall employ dual
transmission or other equivalent error checking techniques.

4.4.3 Display

1. The system display shall provide all the controls and indicators used by the system operator and
may also be used to program all system operational parameters.

2. The display assembly shall contain, and display as required, custom alphanumeric labels for all
Analogue addressable detectors, addressable modules, and software zones.

3. The system display shall provide a 960-character backlit alphanumeric Liquid Crystal Display
(LCD). It shall also provide five Light-Emitting-Diodes (LEDs) that will indicate the status of the
following system parameters: AC POWER, SYSTEM ALARM, SYSTEM TROUBLE, DISPLAY
TROUBLE, and SIGNAL SILENCE.

4. The system display shall provide a 25-key touch keypad with control capability to command all
system functions, entry of any alphabetic or numeric information, and field programming. Two
different password levels shall be accessible through the display interface assembly to prevent
unauthorized system control or programming.

5. The system display shall include the following operator control switches: SIGNAL
SILENCE, LAMP TEST, RESET, SYSTEM TEST, and ACKNOWLEDGE.

E- 138
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

4.4.4 Signalling Line Circuit (Slc) Interface Board

1. The SLC board shall monitor and control a minimum of 127 Analogue addressable devices. This
includes analog addressable detectors (Ionization, Photoelectric, or thermal) and monitor or control
modules

2. The SLC interface board shall contain its own microprocessor, and shall be capable of operating in a
local mode (any SLC input activates all or specific SLC outputs) in the unlikely event of a failure in the
main CPU of the control panel.

3. The SLC interface board shall not require any jumper cuts or address switch settings to initialize SLC
Loop operations.

4. The SLC interface board shall provide power and communicate with all analogue addressable
detectors and modules connected to its SLC Loop on a single pair of wires. This SLC Loop shall be
capable of operation as NFPA Style 4 or Style 6.

5. The SLC interface board shall be able to drive two Class B (NFPA Style 4) circuits each up to 10,000
feet in length, for an effective loop distance of 20,000 feet

6. The SLC interface board shall receive analog information from all analogue addressable detectors and
shall process this information to determine whether normal, alarm, or trouble conditions exist for that
particular detector. The SLC interface board software shall include software to automatically maintain
the detector's desired sensitivity level by adjusting for the effects of environmental factors, including the
accumulation of dust in each detector. The analog information may also be used for automatic detector
testing and for the automatic determination of detector maintenance requirements.

4.4.5. Serial Interface Board

The Serial Interface Board shall provide EIA-232 interfaces between the fire alarm control panel and the
UL Listed Electronic Data Processing (EDP) peripherals.

The Serial Interface Board shall allow the use of multiple printers, CRT monitors, and other peripherals
connected to the EIA-232 ports.

The Serial Interface Board shall provide one EIA-485 port for the serial connection to annunciation and
control subsystem components.

The Serial Interface Board shall have LEDs that will show that it is in regular communication with the
enunciators or other EIA 485 connected peripheral device.

EIA-232 serial output circuits shall be optically isolated to assure protection from earth ground.

The FACP will send packets of 80 ASCII characters followed by a carriage return (ODH) and a line feed
(OAH). The external monitoring computer shall recognize certain combinations of characters in certain
locations within the 80 character string in order to interpolate the status of the FACP.

4.4.6 Enclosures

1. The control panels shall be housed in a UL listed cabinet suitable for surface or semi-flush mounting.
Cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer's
standard finish.

E- 139
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


2. The back box and door shall be constructed of .060 steel with provisions for electrical conduit
connections into the sides and top.

3. The door shall provide a key lock and shall include a glass or other transparent opening for viewing of
all indicators. For convenience, the door may be hinged on either the right or left side (field
selectable).

4. The control unit shall be modular in structure for ease of installation, maintenance, and future
expansion.

4.47. Power Supply

1. The Main Power Supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary power for
the FACP.

2. It shall provide 3.0 amps of usable notification appliance power, using a switching 24 VDC regulator.

3. It shall be expandable for additional notification appliance power in 3.0-ampere increments.

4. It shall provide a battery charger for 24 hours of standby using dual-rate-charging techniques for fast
battery recharge.

It shall provide a very low frequency sweep earth detect circuit, capable of detecting earth faults on
sensitive addressable modules.

5. It shall be power-limited using Positive Temperature Coefficient (PTC) resistors.

6. It shall provide meters to indicate battery voltage and charging current.

7. The power supply shall be capable of charging NICAD batteries up to 32 Amp Hours.

Operator's Terminal

Provide the following functions in addition to any other functions required for the system.

1) Acknowledge (ACK/STEP) Switch

2) Signal Silence Switch

3) System Reset Switch

4) System Test Switch

5) Lamp Test Switch

Printer

1. Printer shall be of the automatic type, printing code, time, date, location, category, and condition.

2. The printer shall provide hard-copy printout of all changes in status of the system and shall time-
stamp such printouts with the current time-of-day and date. The printer shall be standard carriage
with 80-characters per line and shall use standard pin-feed paper. The printer shall be enclosed in a
separate cabinet suitable for placement on a desktop or table. The printer shall communicate with the

E- 140
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


control
using an interface complying with Electrical Industries Association standard EIA- 232D. The printer
power shall be 230 VAC @ 50 Hz.

3. Thermal printers are not acceptable.

4. The system shall have an optional strip printer capable of being mounted directly in the system
enclosure. Alarms shall be printed in easy to read RED, other messages, such as troubles, shall be
printed in black. This printer shall receive power from the system power supply and shall operate via
battery back up in the unlikely event that AC mains are lost. The strip printer shall be UL-864 listed.

5. System programming shall be "backed" up on a floppy diskette. This system back up shall be capable
of download to a replacement FACP system should the system
be damaged due to fire or other event.

5.0 System Components

5.1. Signal Initiating Devices

i. All addressable devices shall use simple to install and shall be software addressing type / self
addressing type.

ii. Devices which use a binary address setting method, such as a DIP switch, which are difficult to
install and subject to installation error are not an allowable substitute.

5.2 Addressable Detectors

i. Detectors shall be Analogue and Addressable, and shall connect with two wires to the fire alarm
control panel signalling Line Circuits. Addressable smoke and thermal detectors shall provide dual (2)
alarm and power LED's. Both LED's shall flash under normal conditions, indicating that the detector is
operational and in regular communication with the control panel, and both LED's shall be placed into
steady illumination by the control panel, indicating that an alarm condition has been detected. If
required, the flashing mode operation of the detector LED's shall be optional through the system field
program. An output connection shall also be provided in the base to connect an external remote
alarm LED.

ii. Smoke detector sensitivity shall be set through the Fire Alarm Control Panel and shall be adjustable
in the field through the field programming of the system. Sensitivity may be automatically adjusted by
the panel on a time-of-day basis. Using software in the FACP, detectors shall automatically
compensate for dust accumulation and other slow environmental changes that may affect their
performance. The detectors shall be listed by UL as meeting the calibrated sensitivity test
requirements of NFPA Standard 72, Chapter 7.

iii. The detectors shall be ceiling-mount with sealed sensing chambers and suitable for stable operation
in an ambient temperature of 0 to 49°C and against 7.5mps air velocity. The detectors shall include a
separate twist-lock base, which includes a tamper proof feature. Wherever specified, an optional
base shall be provided with a built-in (local) sounder rated at 85 dBA minimum which will be driven by
the system power without the need for an additional supervised power.

E- 141
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


iv. The detectors shall provide a test means whereby they will simulate an alarm condition and report
that condition to the control panel. Such a test may be initiated at the detector itself (by activating a
magnetic switch) or initiated remotely on command from the control panel.

v. Detectors shall also store an internal identifying type code that the control panel shall use to identify
the type of device Ionization, Photoelectric Thermal:

Rated at 135 degrees Fahrenheit (58°C) and have a rate-of-rise element rated at 15 degrees
Fahrenheit (9.4° C) per minute. Fixed temperature detector for applications, which don't require rate-
of-rise element Duct ionization.

Addressable Pull Box (Manual Call Point)

Addressable Pull Boxes shall, on command from the control panel, send data to the panel representing
the state of the manual switch. They shall use a key operated test-reset lock, and shall be designed so
that after actual emergency operation, they cannot be restored to normal use except by the use of a key.

All operated stations shall have a positive, visual indication of operation and utilize a key type reset.

Manual Stations shall be constructed of Lexan with clearly visible operating instructions provided on the
cover. The word FIRE shall appear on the front of the stations in raised letters, 1.75 inches or larger.

Stations shall be suitable for surface mounting or semi flush mounting as shown on the plans, and shall
be installed not less than 42 inches, more than 48 inches above the finished floor.

Electronic Sounders /Speakers

i. Electronic sounders shall operate on 24 VDC nominal.

ii. Electronic sounders shall be field programmable without the use of special tools, to provide slow
whoop, continuous, or interrupted tones with an output sound level of at least 90 dBA measured at
10 feet from the device, with a frequency response of 2000-8000 Hz with a lower power rating and
shall also incorporate a suitable microphone for talk back to the control panel. Listed for fire
services and protected against temperature effects. Failure of audio amplifiers shall result in a
trouble signal.

iii. Shall be flush or surface mounted as shown on plans.

5.3 Network Elements

All network elements shall be compatible with the FACP and from standard approved manufacturers. The
network elements shall comprise of:

1. Addressable Dry Contact Monitor Module

i. Addressable Monitor Modules shall be provided to connect one supervised zone of


conventional Alarm Initiating Devices (any N.O. Dry contact device) to one of the Fire Alarm
Control Panel Signalling Line Circuit (SLC) Loops.

ii. The Monitor Module shall mount in a 4-inch square, 2-1/8" deep electrical box.

E- 142
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


iii. The conventional detector zone may be wired for Style D or Style B operation. An LED
shall be provided that shall flash under normal conditions, indicating that the Monitor Module is
operational and in regular communication with the control panel.

2. Two Wire Detector Monitor Module

i. Addressable Monitor modules shall be provided to connect one supervised zone of


conventional 2-Wire smoke detectors or alarm initiating devices (any N.O. dry contact device),

ii. The Two-Wire Monitor Module shall mount in a 4-inch square, 2-1/8" deep electrical box or with
an optional surface back box.

iii. An LED shall be provided that shall flash under normal conditions, indicating that the Monitor
module is operational and in regular communication with control panel.

3. Addressable Control Module

i. Addressable Control Modules shall be provided to supervise and control the operation of one
conventional Notification Appliance Circuit (NAQ of compatible, 24 VDC powered, polarized
Audio/Visual Notification Appliances. For fan shutdown and other auxiliary control functions, the
control module may be set to operate as a dry contract relay.

ii. The Control Module shall mount in a standard 4-inch square, 2-1/8" deep electrical box, or to a
surface mounted back box.

iii. The relay coil shall be magnetically latched to reduce wiring connection requirements, and to insure
that 100% of all auxiliary relay or NACs may be energized at the same time on the same pair of wires.

iv. Audio/visual power shall be provided by a separate supervised power loop from the main Pre
Alarm Control Panel or from a supervised, UL listed remote power supply.

v. The Control Module shall provide address-setting means using decimal switches and shall
also store an internal identifying code that the control panel shall use to identify the type of device. An
LED shall be provided that shall flash under normal conditions, indicating that the control module is
operational and is in regular communication with the control panel. A magnetic test switch shall be
provided to test the module without opening or shorting its NAC wiring.

4. Fault Isolator Module

i. Fault Isolator Modules shall be provided to automatically isolate wire-to-wire short circuits on an
SLC loop. The Fault Isolator Module shall limit the number of modules or detectors that may be
rendered inoperative by a short circuit fault on the SLC Loop. At least one fault isolator module shall
be provided for each floor or protected zone of the building. If a wire-to-wire short occurs, the Fault
Isolator Module shall automatically open-circuit (disconnect) the SLC loop. When the short circuit
condition is corrected, the Fault Isolator Module shall automatically reconnect the isolated section.

ii. The Fault Isolator Module shall not require any address setting, and its operations shall be
totally automatic. It shall not be necessary to replace or reset the Fault Isolator Module after its normal
operation.

iii. The Fault Isolator Module shall mount in a standard 4-inch deep electrical box or in a surface
mounted back box. It shall provide a single LED that shall flash to indicate that the Isolator is

E- 143
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


operational and shall illuminate steadily to indicate that a short circuit condition has been detected and
isolated.

5. Annunciation

The enunciator shall communicate to the fire alarm control panel via an EIA 485 (multi-drop) two-wire
communications loop. The system shall support two 6,000-ft. EIA-485 wire runs. Up to 32 enunciators,
each configured up to 64 points may be connected to either of the two connections, for a system capacity
of 2,048 points of annunciation.

EIA-485 repeaters shall be available to extend the EIA-485 w distance in 3,000-ft. increments. An
optional (UL 864 listed) Version shall allow the EIA-485 circuit to be transmitted over Fibre optics.

Each enunciator shall provide up to 64 RED alarm and 64 trouble indications using a long-life LED's. Up
to 64 control switches shall also be available for the control of Fire Alarm Control Panel functions. The
enunciator will also have an "ON-LINE" LED, local piezo sounder, local acknowledge and lamp test
switch, and custom zone/function identification labels.

The enunciator may be field configured to operate as a "Fan Control Enunciator". When configured as
"Fan Control", the Enunciator may be used to manually control fan or damper operation and can be set to
override automatic commands to all fans/dampers programmed to the enunciator.

Enunciator switches may be programmed for System control Such as, Global Acknowledge, Global
Signal Silence, Global System Reset, and on/off control of any control point in the system, VI. The
system shall offer an interface to a graphic style enunciator and provide each of the features listed above.

5.4. Lcd Alphanumeric Display Enunciator:

TTie alphanumeric display enunciator shall be a supervised, locally or remotely located back-lit LCD
display containing a minimum of eighty (80) characters for alarm annunciation in dear English text shall
mimic the main control panel 80 character display and shall not require special programming.

The LCD enunciator shall display all alarm and trouble conditions in the system.

Up to 32 LCD enunciators may be connected to a specific (Terminal mode) EIA 485 interface. LCD
enunciators shall not reduce the annunciation capacity of the system. Each LCD shall include vital system
wide functions such as, System Acknowledge, Silence and Reset.

6. Battery Charger
‚ Shall be completely automatic, with constant potential charger maintaining the battery fully
charged under all service conditions. Charger shall operate from a 230-volt 50-hertz source.

‚ Shall be rated for fully charging a completely discharged battery within 48 hours while
simultaneously supplying any loads connected to the battery,

‚ Shall have protection to prevent discharge through the charger,

‚ Shall have protection for overloads and short circuits on both AC and DC sides

E- 144
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

7. Execution

7.1 Installation

Installation shall be in accordance with the NFPA 72, IS2189, local and state codes, as shown on the
drawings and as recommended by the major equipment manufacturer.

All conduit, junction boxes, conduit supports and hangers shall be concealed in finished areas and may
be exposed in unfinished areas. Smoke detectors shall not be installed prior to the system programming
and test period. If construction is ongoing during this period, measures shall be taken to protect smoke
detectors from contamination and physical damage.

All fire detection and alarm system devices, control panels and remote enunciators shall be flush
mounted when located in finished areas and may be surface mounted when located in unfinished areas.

All wiring shall be carried out with 660 V grade PVC insulated FRLS Cables in galvanized steel conduit.
Cable less than 1 sq. mm. shall not be used. Power cables for 400/230 V system shall be drawn in
separate conduits. All junction boxes and conduit accessories shall be of galvanized steel.

8. Typical Operation
8.1 Actuation Of Any Manual Station

Actuation of any manual station, smoke detector heat detector or water flow switch shall cause the
following operations to occur unless otherwise specified:

1. Activate all programmed notification circuits until silenced.

2. Actuate all strobe units until the panel is reset.

3. Annunciate the active initiating devices and zones.

4. Release all magnetic door holders to doors to adjacent zones on the floor from that the alarm
was initiated.

5. Return all elevators to the primary or alternate floor of egress.

6. A smoke detector in any elevator lobby shall, in addition to the above functions, return all
elevators to the primary or alternate floor of egress.

7. Smoke detectors in the elevator machine room or top of hoist way shall return all elevators in to
the primary or alternate floor. Smoke detectors or heat detectors installed to shut down
elevator power shall do so in accordance with ANSI A17.1 requirements and be coordinated with
the electrical contractor.

8. In addition to the above functions shut down the ventilation system or dose associated control
dampers as appropriate.

E- 145
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

8.2. Auxiliary Control System Normal Operation

1. "On/Auto/Off" switches and status indicators shall be provided for monitoring and manual control
of fans, dampers, door unlocking, door holder release, HVAC Control Units, Elevator Status,
Stairwell Pressurization, Smoke Exhaust Fans.

2. Manual "OFF" indication shall be red. "ON" indication shall be green. In all modes, the "ON" and
"OFF' indications shall continuously follow the device status. Manual selection of "ON" shall force
the controlled relay to the "ON" state until manually returned to "Automatic" state. Manual
selection of "OFF1 shall force the controlled relay to the "OFF" state until manually returned to
"Automatic." All HVAC system controls (i.e. limit switches, vane switches, etc.) to be provided by
the HVAC contractor.

3. Positive feedback shall be employed to verify correct operation of the device being controlled.

Systems that indicate ON/OFF/AUTO by physical switch position only are not acceptable.

A single yellow trouble LED shall be provided with each switch to indicate a trouble in the monitor
and control point(s) associated with that switch.

9. Test
The system shall be tested and commissioned by a qualified competent, trained engineer or
technician authorized by the manufacturer of the fire alarm equipment to technically supervise and
participate during all of the adjustments and tests for the system.

1) Before energizing the cables and wires, check for correct connections and test for
short circuits, ground faults, continuity, and insulation. No wiring installation offering
a resistance of less than 1.0 mega ohm shall be energized.

2) Close each sprinkler system flow valve and verify proper supervisory alarm at the
FACP.

3) Verify activation of all flow switches.

4) Open initiating device circuits and verify that the trouble signal actuates.

5) Open signalling line circuits and verify that the trouble signal actuates.

6) Open and short notification appliance circuits and verify that trouble signal actuates.

7) Ground initiating device circuits.

8) Signalling line circuits.

9) Notification appliances circuit and verify response of trouble signals.

10) Check presence and audibility of tone at all alarm notification devices.

11) Check installation, supervision, and operation of all Analogue addressable smoke
detectors during a walk test.

E- 146
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


12) Each of the alarm conditions that the system is required to detect should be
introduced on the system. Verify the proper receipt and the proper processing of
the signal at the FACP and the correct activation of the control points.

13) When the system is equipped with optional features, the manufacturer's manual
should be consulted to determine the proper testing procedures. This is intended to address
such items as verifying controls performed by individually addressed or grouped devices,
sensitivity monitoring, verification functionality and similar.

10. Final Inspection


At the final inspection a factory-trained representative of the manufacturer of the major equipment shall
demonstrate that the systems function properly in every respect.

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

The contractor and/or the systems manufacturer's representatives shall provide a typewritten "sequence
of operation" to the Employer.

12. Measurement
The Mode of measurement shall follow the work of schedule.

13. Analogue Fire Alarm System


System Architecture 1.

1) General

‚ Standalone intelligent addressable Rre Alarm system.

‚ Multiple panels interconnected through communication bus.

‚ Direct connectivity to colour graphic CRT printer without any external equipment. Real time
clock display.

The FAS shall be integrated with the IBMS System by soft integration over any open protocol
such as MODBUS, BACNET, LONWORKS, etc.

2) Capacity and Architecture

‚ Number of loops as shown on the drawings.

‚ Number of software zones as shown in the drawings.

‚ Signal initiating devices per loop as shown in the drawings.

E- 147
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Control & monitoring modules as shown in the drawings.

‚ Panel to have direct connectivity to CRT, printer & colour graphic monitor. Panel to be truly
stand-alone

3) Display

E- 148
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

‚ Adequate back lit alpha numeric display for:

‚ Type of point / zone alarm.

‚ Point location and address.

‚ Loop and address of detector / module.

‚ Alarms acknowledge.

‚ All clear.

‚ Trouble/Disable condition.

‚ Troubles acknowledge.

‚ Open circuit.

‚ Short circuit.

‚ Wire grounding.

Zone activated.

Software identification. Maintenance need.

Module /detector removal Adequate LED on panel for:

System alarm.

System trouble.

Display trouble.

AC power fails.

Battery fails.

4) Programming.

‚ All information & database stored on non-volatile EPROM.

‚ To prevent unauthorized access two levels of password.

‚ Full detection & monitoring even during programming and testing.

‚ Full field-programmability with or without Laptop.

‚ Programmed features AND, OR, NOT and cross zoning.

‚ Manual over ride capability.

‚ No limitation on number of devices grouped in a software zone.

E- 149
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ No limitation on number of soft ware zones.

5) Public address system.

‚ Built in primary amplifier with microphone.

‚ Talk back facility.

‚ Automatic or manual floor wise building automation.

‚ Pre-recorded message announcements with or without voice generator.

‚ Speakers with built-in microphone for talk back.

‚ Distributed amplifiers on each floor operated through an addressable control

‚ Module.

6) System Testing:

‚ Walk test.

‚ Manual test switch.

‚ Self test at least 8 times a day.

‚ Commissioning, testing as specified.

7) System power.

‚ 24 V DC sealed lead-acid batteries with 220V AC 50 Hz. Battery charger with trickle
boost and quick charge capability of 24 hours from fully discharged to fully charged
condition. Battery back-up period of 12 hours and 1 hour for alarm mode.

Battery status: High voltage Low voltage Charger fault

Charger metering:

o AC Voltage & Amps.

o DC charge Voltage & Amps.

o DC discharge Voltage & Amps.

Power supply for all notification appliance circuits shall be independently supervised 24 V DC
as required.

E- 150
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

E16. Diesel Generator Set & Ups

1.1 Scope
This specification covers the design, construction features, manufacture and performance of emergency
diesel generator. The scope includes supply, installation, testing and commissioning of D.G. set along
with fuel pipeline, residence type exhaust pipe, acoustic enclosure, AMF control panel and all the
accessories required for trouble free operation.

1.2 Codes And Standards


The DG set shall meet the requirements of the following standards and rules:

IS : 2253 Designation for type of construction and mounting arrangement of rotating


electrical machines.

IS : 4691 Degree of protection providing by enclosures of rotating electrical


machinery.

IS : 4728 Terminal marking of rotating electrical machines.

IS : 7132 Guide for testing 3 Phase Synchronous Machines.

IS : 5422 Turbine type generators.

IS : 4889 Methods of determination of efficiency of rotating electrical machines.

IS : 1271 Insulating materials for Electric machinery and apparatus in relation to


their thermal stability service, classification.

IS : 4722 Specification for rotating electrical machines.

IS : 13947 AC circuit breakers.

1.3 Design Conditions


All equipment and materials will be selected and rated for use at the following site conditions.

Summer outdoor design temperature 50° C.

Surface temperature 80° C.

Relative Humidity 95% Max.

E- 151
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.4 Design & Construction

1.4.1 General

a. The diesel engine offered shall be of the regular production models of the manufacturer for
industrial applications and already type tested either at the manufacturer’s works or outside. The
type test report shall be furnished to the purchaser for his review if so desired.

a. In case the proposed engine model has not been type tested, vendor shall furnish with
the offer, a reference list of its existing industrial installation and at least three of these
engines should have completed, 5000 hours of running at site.

b. Unless otherwise specified in the equipment data sheets, the diesel engine shall be provided with
class A2 governing as per the latest edition of B.S. 5514.

c. The “Cyclic irregularity” of the diesel engine for direct coupling to an electric generator, “angular
deviation of A.C. generators” given by diesel engine for parallel operation, and the “engine
governor speed droop characteristics”, shall be restricted to the values specified under the latest
edition of B.S. 5514.

d. The vendor shall be responsible for carrying out torsional analysis of the dynamic system as
specified in the latest edition of British Standard-5514. The results in the form of a report shall be
submitted to the purchaser for scrutiny and reference, if desired.

e. Vendor shall provide the flexible exhaust connections to connect the engine exhaust to the
exhaust piping. The required size of the exhaust piping should be clearly specified by the vendor.

f. The common base plate for mounting the diesel engine and the driven equipment as well as the
flexible coupling shall be supplied by the vendor.

g. Vendor shall indicate in the bid, the IS Noise Level rating of the diesel engine with the offered
exhaust silencer, which should not exceed more than 105 db without acoustic enclosure and 75
db with acoustic enclosure at 3 Mtrs. distance.

1.4.2 Engine Starting

a. Diesel engines shall be capable of starting without the use of cold starting aids so long the
ambient temperature at the site is not below 4° c.

b. Where the diesel engine is specified / offered with battery starting arrangement, the starter motor
shall be capable of starting the engine without having to disengage the driven machine with the
help of a clutch. Where the diesel engine is equipped with a dual starter the synchronizing switch
and the corresponding wiring / connection with the starter motor shall be provided by the vendor.

In case of diesel engines driving the engine mounted battery charging alternator, the Vendor shall
also provide Battery, automatic Electronics float & boost type battery charger suitable for taking
power from supply authority’s power source and mounted on a free standing type of a panel.

The battery charger as specified in the equipment data sheet shall be capable of delivering a
current equal to 100% of the 20 hour discharge rate of the battery and also equipped with
charging rate selector device.

E- 152
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


As specified in the data sheets, the diesel engine is required to start / stop automatically; the
vendor shall provide the necessary controls (automatic - cum -manual) in the engine panel and
the interconnecting wiring and piping from the panel to the engine and starting equipment. A pilot
lamp shall be provided in the line side of the starting equipment circuit to indicate that the
controller is in the automatic position. In the event the engine does not start after three attempts
have been made, the controller shall stop all further cranking and operate the audio-visual alarm.
Shaft driven lubrication system is acceptable; alternatively D.C. motor driven lubrication pump
with timer suitably interlocked with the starting system is acceptable.

1.4.3 Engine Cooling

Vendor shall supply radiator based cooling system.

1.4.4 Engine Fuel System

Engine fuel system shall be complete in all respects but not limited to following:

1) The daily service fuel tank shall be equipped with shielded level gauge, strainer and a hand hole
of not less than 150mm diameter, besides the required fuel connections and a drain plug. One
tanks of suitable capacity to be provided.

2) The inside surfaces of the fuel tank and the float tank shall be coated with Enamel Red or Black
of I.C.I. or its equivalent and the outside surface to be given two coats of the oil resistant primer
paint. The fuel tank shall be hydrostatically tested at a pressure not less than 0.35 Kg./Cm.²

3) Fuel oil transfer pump to transfer oil from barrels to day tank shall also be provided.

4) All piping, valves, fittings and supports inside D.G. house shall be part of supply.

Instruments

An instrument panel mounted on the engine shall be provided and shall comprise the following flush-
mounted instruments and gauges:

‚ Cooling water inlet and outlet temperature ( In Case of Water Cooled Engine )

‚ Cooling water inlet temperature to lubricating oil cooler ( In Case of Water Cooled Engine )

‚ Lubricating oil inlet and outlet temperature

‚ Lubricating oil pressure gauge

‚ Tachometer, positive driven

‚ Hour counter.

Protection Devices

Warning indication and automatic shut-down shall be provided for the following:

‚ Low oil pressure shutdown and alarm

‚ Low and high coolant temperature alarm


E- 153
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ High coolant temperature shutdown

‚ Fail to crank shutdown

‚ Over cranking shutdown

‚ Over speed shutdown

‚ Low & high DC voltage alarm

‚ Low battery alarm

‚ Low fuel-day tank alarm

‚ High and Low AC voltage shutdown

‚ Under frequency shutdown

‚ Over current and alarm and shutdown

‚ Short circuit shutdown

‚ Ground fault alarm

‚ Overload alarm

‚ Emergency stop

Failure indication lights and alarm for all fault conditions shall be provided on control panel for restoring
the operation to normal.

The starting circuit shall be disconnected in the event of any of the above shutdowns.

1.4.5 Inspection & Testing

a. The vendor shall have the responsibility of providing purchaser’s representative with all requisite
facilities / equipment for carrying out satisfactory testing.

b. The diesel engines shall be tested in the presence of purchaser’s representative accordance with
latest edition of B.S. 5514 or any other equipment standard as agreed to with the purchaser before
the finalization of order.

c. The routine load and fuel consumption test shall be of the 4 hours.

d. Unless otherwise specified, 10% overload provision shall be kept while setting the fuel limit for the
site running.

e. The engine control panel/s after assembly and wiring shall be functionally tested in the presence of
the Engineer’s representative.

E- 154
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.4.6 Alternator

a. This specification define the requirements of design, manufacture, testing and supply of self excited
emergency generator complete with automatic voltage regulator, control panel, isolator and other
accessories as specified in the material requisition.

b. Unless otherwise specified the emergency generator shall be supplied complete with:

i. Brush less excitation system complete with AVR.

ii. Electric panel including control cubicle and associated auxiliary devices, relay panel and
generator breaker / isolator, battery and battery charger.

iii. Air inlet and outlet for generator cooling (inlet shall be oriented to suit total plant layout).

iv. Lifting arrangement for the machine.

v. Foundation frame complete with foundation bolts to install along with engine on common
base frame.

vi. Lub. oil system integral with the prime mover lub. oil system.

vii. Spares for commissioning.

viii. Spare part list along with price shall be submitted along with main offer for two years of
operation and maintenance.

ix. Any other part / accessories not specifically mentioned above but considered necessary for
safe and reliable operation.

c. Design And Construction:

The alternator design shall meet the requirement specified in data sheet and shall be suitable for the
site conditions specified therein.

The alternator shall be mounted on a common base frame together with the prime mover unless
otherwise agreed. The generator shall be provided with necessary lifting hooks and two earth
terminals for connection to main earth grid.

The alternator winding shall be class “F” insulation with temperature limitation to Class "H".

The stator windings shall be brought out to six insulated terminals in two separate terminal boxes.
The alternator shall, therefore, be provided with three separate terminal boxes i.e. for the line and
neutral stator connection and for control connection. The terminal box for the line terminal shall have
40 % free space and each segregated for easy cable end connection of cable size specified in data
sheet. The neutral box in addition to the space for neutral earthing cable shall have sufficient room for
the current transformers used for the protection of the generator. Star connection shall be formed in
the neutral side of terminal box. The terminal box for control cable shall contain properly marked
terminals for all internal equipments e.g. embedded temp. , detectors etc. All terminals shall be stud
type. The terminal boxes shall be complete with lugs and double compression type cable glands.
Current transformers shall be as specified in data sheet.

E- 155
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


All parts and accessories shall be suitable to withstand stresses due to over speed / overload / short
circuit conditions specified.

Bearings if applicable shall be double shielded and prelubricated. Grease in the bearing enclosure
shall provide additional lubrication to bearings as well as provide sealing against dust and moisture.
On line greasing facility with excess grease expulsion system shall also be provided.

The alternator shall be air cooled unless otherwise agreed, alternator enclosure shall be as specified
in data sheet.

The direction of rotation of the rotor of the machine shall be compatible with that of the prime mover.
A clear indication of the direction of rotation shall be given on either end of the machine.

Space heaters shall be installed within the enclosure if required as per site condition. Location and
max. surface temperature of the heaters shall be such that no damage can be caused to any
insulation. Heaters shall suitable for operation on a single phase 240v AC supply unless otherwise
specified with thermostatic control. Operational logic = When Generator “ON “Heater “OFF “. Also
monitoring of “HEATER HEALTHY “shall be provided.

Field winding shall have class “F” insulation with excellent electrical and mechanical properties. The
field winding shall be capable of operating at a field voltage with Excitation capacity E max / En = 1.6
for at least two minute to meet improved stability requirements.

A rating plate of S.S material shall be fixed on the generator frame and shall give the following
information:

a) Manufacturer’s name.

b) Serial Number, Type and frame reference

c) Rated output in KVA & KW

d) Rated power factor, frequency and voltage

e) Rated stator current and speed in Rev. / Min.

f) Class of insulation

g) Phase rotation ( CW or CCW )

h) Customer’s indent no.

i) Year of manufacture

j) Weight of rotor and stator in Kg.

1.4.7  Excitation System 

The generator shall be provided with brush less type solid state excitation system. The field of the exciter
shall be either permanent magnet type or externally excited through external power, transformer and
AVR. AC voltage generated in the exciter shall be rectified by the rotary rectifier assembly and feed
power to the main field circuits of the generator.

E- 156
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The exciter capacity shall be at least 20% more than the maximum requirement at any time. The exciter
winding shall be insulated with class “F” insulation.

Automatic solid state voltage shall be provided with the following features as a minimum.

‚ Short circuit protection.

‚ Manual voltage control switches with adjuster.

‚ Cross current compensation for parallel operation.

‚ Voltage builds up circuitry.

‚ Stator current limiter.

‚ Field current limiter.

The current and potential transformers required to feed the AVR from the generator terminal shall be
adequately rated.

1.5 System Operation


The emergency generator set shall normally be in an unattended area. The control system shall operate
in fail safe mode and shall include all controls and protection necessary for the safe operation of the
package. The generator set shall function as per one of the following schemes:

‚ Manual start in service mode.

‚ Manual test mode.

1.6 Generator Control Panel:


1.6.1 The local generator control panel for the generator set shall comprise the following unless
otherwise specified in the attached data sheet.

a. Metering equipments.

b. Indicating instruments.

c. Local switchgear (MCCB) for receiving DG set power and outgoing to main panel.

d. Battery charger

e. Lub. Oil motor start / stop, if motor driven lub. Oil system

Any other accessory required to make the generator set operational as a package shall be included in
scope of supply. If required the generator control panel shall be split into various functional sections viz.
protection, metering and control, regulation etc.

All motor starters for generator set auxiliaries shall be DOL type if applicable.

E- 157
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.6.2 The panel shall be free standing, metal enclosed, dust and vermin proof type with a hinged door
and having a degree of protection IP 51 as per IS : 13947 unless otherwise specified. Power and control
equipment shall be segregated inside the panel as far as practicable. The maximum height of the
operation handle/ switches shall not exceed 1500 mm. and the minimum height not below 300 mm. All
hardware shall be corrosion resistant and bolts, nuts and washers shall be made of galvanized zinc
passivated of cadmium plated high quality steel. Unless otherwise specified the panel shall be suitable for
bottom cable entry. Necessary double compression glands shall be provided with the panel.

All auxiliary devices for control, indicator, measurement and alarm such as push buttons control / selector
switches, indicating lamps, metering instruments, annunciations etc. shall be mounted on the front door of
the panel. Adequate number of potential free contacts shall be provided in the control panel for any
remote control, monitoring of the generator set.

1.6.3 All switches shall be load-break, heavy duty type. All fuses shall be non-deteriorating HRC
cartridge pressure fitted, link type. The contactor shall be air-break type having AC-3 duty rating. Thermal
overload relays shall be three element, positive acting and ambient temperature compensated type with
adjustable setting range and built in protection feature against single phasing. All indicating instruments
shall be digital type with communication port, flush mounting type and of 96 mm. x 96 mm. square
patterns. All control / selector switches shall be rotary back connected type having a cam-operated
contact mechanism with knob type handle. “STOP” push buttons shall be stay put type.

1.6.4 Wiring for power, control and signalling circuits shall be done with FRLS insulated copper
conductors having 660 / 1100 V grade insulation. Minimum size of control wires shall be 1.5 mm.
Terminals shall be acceptable for wires up to 10 mm.² size and for conductors larger than 10 mm.² bolted
type terminals with crimping lugs shall be provided. A minimum of 10% spare terminals shall be provided
on each terminal block.

1.6.5 An adequately sized earth bus shall be provided in the panel for connection to the main earth
grid. All non current carrying metallic parts of the mounted equipments shall be earthed. Doors and
movable parts shall be earthed using flexible copper connections.

1.6.6 Engraved nameplates shall be provided for all devices mounted on the front of the panel. Name
plate or polyester adhesive stickers shall be provided for each equipment mounted inside the panel.

1.6.7 Generator Control Panel

The generator control panel shall have all necessary instruments and accessories for operation and
control of the generating set. On sensing the utility mains voltage dip to below said voltage volts, the
control panel shall send a signal to start the generator. After 5 successive start and if the diesel
generator is not started up, the alarm signal shall be activated.

The generator control panel shall consist of all Auto-transfer switch, circuit breakers, protective relays if
applicable and accessories required to control the generator operation and shall include but not limited to
the following:

‚ Voltmeters

‚ Ammeter

‚ Frequency Meter

‚ Power factor meter

E- 158
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


‚ Kilowatt meter with maximum demand indicator

‚ Kilowatt hour meter

‚ Hour run meter

‚ Start-stop and automatic mains monitoring system

‚ Emergency off push button

‚ Manual speed adjusting control reset for overload, alarm muting.

‚ Fully automatic trickle battery charger with voltmeter

‚ Indicating lamps for ‘Mains Available’, ‘Mains on Load’, ‘Standby Available’, ‘Standby on Load’,
‘Alarm’, ‘Mains Fail’, etc.

‚ Audio and visual (flasher) alarm.

‚ The start-stop and automatic mains monitoring system shall be equipped with the following:

‚ Duty selector switch for ‘off-automatic-test-manual’ operation

‚ Manual start-stop push button switch

‚ Manual alternator circuit breaker ‘On-Off’ switch

‚ Cancel alarm switch

‚ Reset switch

‚ Indicating lamps

‚ Battery Status

1.6.8 AMF Panel

Amf logic for transfer of power from normal to generator power supply and from generator supply to
normal power automatically

a) In the case of failure of normal power supply

1. Generator 1 to start after a prefixed time of three second on any of the following conditions:

a. Total absence of voltage.

b. Failure of one or two phases.

c. under voltage below said volts.

2. After a lapse of 10-12 seconds normal power supply breaker to open and Generator supply
breaker to close.

E- 159
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


3. All auxiliaries (Cooling Tower Fan, Pump etc.) To run automatically.

b) In the case of Failure of Generator 1 to start

It Should Give Alarm & Show the reason of Failure

c) In the case of Resumption of Normal Power supply

1. Generator 1 breaker to open and normal power supply breaker to close after three minute on
resumption of normal power on the following conditions.

(Conditions apply with change over design logic. To consider for manual change over through
PLC control)

a. All the three phases available at the normal supply breaker.

b. 400-415 volts available at the normal supply breaker.

2. Generator to over run for the three minutes and stop automatically.

3. All auxiliaries to stop automatically.

4. Generator to be ready for the next operation automatically.

1.6.9 Battery Charger

General

The battery charger shall be Float cum Boost type IGBT controlled. The charger shall have selector
switch for Auto Float – Boost / Manual Float / Manual Boost Mode of operation. During Auto Float –
Boost Mode, Automatic Changeover shall take place from Float Mode to boost mode and Vice-Versa.
This means that when the Batteries are fully charged the charging shall automatically change from Boost
charge to trickle charge.

Construction feature

The battery charger shall be housed in sheet steel cubicle of Angle Iron frame work with sheet steel
panels of 1.6 mm thickness. Louvers shall be provided in the cabinet for the ventilation. The cubicle
shall be painted in Siemens Grey shade RAL7032 of IS-5. Four wheels shall be provided at the base.

Performance

The D.C output voltage of Float / Boost charger shall be stabilized within + 2% for AC input variation of
230 V + 10%, frequency variation of 50 Hz + 5% and DC load variation of 0-100%. The voltage regulation
shall be achieved by a constant voltage regulator having fast response IGBT control. The ripple
content will be within 3% of DC output nominal voltage.

There shall be provision to select Auto Float / Manual Float / Manual Boost modes. During Auto Float
Mode the battery charging shall automatically changeover from Boost Mode to Float Mode and Vice
Versa. During Manual Float / Boost modes it shall be possible to set the output volts by separate
potentiometers.

E- 160
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


The battery charger shall have automatic output current limiting feature.

Components

The battery charger shall essentially comprise of the following

‚ 1 No. double pole ON/OFF MCB at AC input.

‚ 1 No. pilot lamp to indicate charger ON.

‚ 1 No. Main Transformer: Double wound, naturally air cooled, having copper winding.

‚ 1 set single phase full wave bridge rectifier consisting of 4 Nos. IGBTs, liberally rated, mounted
on heat sinks and complete with resistor / condenser network for surge suppression.

‚ 1 No. rotary switch to select auto float / manual float / manual boost. During auto float mode
automatic changeover shall take place from float mode to boost mode and vice versa.

‚ 1 set solid state constant potential controller to stabilize the DC output voltage of the float cum
boost charger at + 2% of time set value for AC input voltage variation of 230 V + 10%, frequency
variation of + 5% from 50 Hz and simultaneous load variation of 0-100% and also complete with
Current Limiting Circuit to drop the Float Charger output voltage upon overloads to enable the
battery to take over.

‚ 1 No. electronic controller to automatically changeover battery charging from boost to float and
vice versa.

‚ 1 No. DC ammeter and toggle switch to read charger output current and battery charge /
discharge current.

‚ 1 No. moving coil DC voltmeter to read the DC output voltage.

‚ 2 set potentiometer to adjust the output voltage during manual /auto float and boost modes.

‚ 2 No. double poles ON/OFF MCB at DC output, 1 No. at charger output and the other at load.

‚ 2 set DC output terminals. 1 set for the load and the other set for the battery.

‚ Alarm Annunciation : Visual and audible alarm with manual accept reset facility shall be provided
for the following for BMS Connectivity

a. AC mains fail

b. Charger Fail

c. Load / Output over volt.

Rating

AC Input : 230 V + 10% AC 50 Hz single phase.

E- 161
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

DC Output : To float / boost charge batteries and also


supply a continuous load.

Current Rating : 30.0 Amps

Float Mode : 27.0 V nominal (Adjustable) between 24-


28.0 V.

Boost Mode : 29.0 V nominal (Adjustable) between 24-


32.0 V.

Voltage Regulation

: + 2% for AC input variation of 230 V +


10%. Frequency Variation of 50 Hz +
5% and DC load variation 0-100%

Performance Tests

The schedule of tests to be performed in the Factory Acceptance Test shall include the following:

On each of three separate days and before any other operation of the diesel-alternator on that day three
successful manual start-up operations to be accomplished.

Three separate manual start-up operations each within one minute of the diesel-alternator being shut
down after running continuously for not less than one hour and attaining normal engine running
temperatures.

Three separate automatic start-up operations with simulation of “mains failure”. In all or any of these tests
the diesel-alternator may be out on load by the automatic closing of the emergency power supply circuit
breaker.

Three separate automatic shutdown operations, each initiated by mechanical simulation of a “low
pressure” condition.

Three separate automatic shutdown operations, each initiated by manual instigation of an “over-speed”
condition.

Three separate abortive start-up operations, each inducing “failure to start” shut-down.

1 (For DG Set supply Including AMF Panel

DG AMF panel for 1 no. of 380 KVA DG

: 1 no Panel)Incoming Air Circuit Breaker

E- 162
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Incomer

i. 800 amps 4 pole motorized fully draw out type air circuit breaker as per specification and with
following accessories:

ii 0-500 volts digital electronic voltmeter with inbuilt selector switches and controls MCB’s.

iii 0-800 amps digital electronic ammeter with Inbuilt selector switch and 3 Nos. 800 / 5, 15 VA,
CL:I, CTs.

iv Digital electronic KWH meter with metering class-I CT’s.

v Digital Electronic Frequency Meter.

vi Digital Electronic Kilowatt meter with metering class-I CT’s.

vii 3 Nos. LED type Phase indicating light with control MCB’s and toggle switches.

viii Multi functional numerics relay with mode bus RS 485 ports for following protection.

a Voltage restrained over current protection (50 V / 51 V).

b Thermal overload (49)

c Current unbalance (46)

d Loss of excitation (40)

e Reverse Power (32)

f Under Power (37)

g Under / Over voltage (27 / 59) / 1 Set each

h Under / Over frequency (81) 1 Set each

ix Breaker failure protection.

x Earth fault protection relay (64 R)

xi Differential protection relay (87 G) with PS class CT’s on both side.

xii Master trip relay.

xiii Trip circuit supervision relay.

xiv Engine cranking relay.

xv 24 V DC shunt trip.

E- 163
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

xvi Mains supply voltage sensing relay.

xvii Emergency stop push button.

xviii Selector switch for Auto / Manual / Test

xix Selector switch for engine control OFF/ON.

xx Five push buttons – start, stop, reset, test and accept.

xxi Three indicating lamps “load on set’, ‘Load on Mains’ and “Set fail to start’.

xxii 16 Window alarm enunciator panel with hooter, push buttons, aux. Contactors etc as required
as per specification.

xxiii Battery Charger

xxiv The following logic should be provided in Panel. ( WHICH WILL CONTROL DG SET )
When Supply co. power not available, Master DG should be on, on resumption of Normal
Power It should be switch over to Normal Power after 10 -12 seconds of Delay As per
specifications.

xxv AMF Logic - Mains priority, DG selection-single DG, Both DG, Auto/Manual, Controller
Bypass, Hour based DG Run, Fail to start, Next DG Start on failure of first one, Alarm for fail
to go on Load, DG controller should have Rev Power, U/V, O.V, U/F protection with RS 485
port, MODBUS protocol, software support for BMS integration-To be mentioned in the SLD

The control cubicle shall be complete with necessary internal / cabling / control wiring
(between alternator & AMF panel), control circuit MCB's etc and shall have provision for
control/power cables and complete in all respects including space for installation of
energy meter in lockable space as per requirement of the local supply authorities.

Bus Bars

800 amps 4 pole (50 KA) Cu. tinned bus bars with colour coded heat shrinkable insulating
sleeves.

Notes :

i. All ACB's shall be suitable for 50 kA ( Icu=Ics=Icw for 1 sec.)

E- 164
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

ii. 415 / 110 V suitable rating control transformer shall be provided for aux. Control supply

iii. Wiring with space heater, thermostat and control MCB’s shall be provided all vertical sections
of main LT panel.

iv. All incoming as well as outgoing feeders shall have pad locking facility.

v. Suitable danger board shall be provided.

vi. All bus bar section / backside panels shall have pad locking facility and hinged type door.

VII Scope also includes SITC of Ct’s , KWH Meter , Meter Enclosure of Hensel Make, Wiring from
CT to Meter, Also to get necessary Testing & approval from authority to run the DG.

Panel should be as per Specification of MV Switchgear

1.7 Acoustic Enclosure


The Generating sets should be housed inside a high quality acoustic enclosure having salient features &
constructional features such as:

1. Compact, modular construction & sleek design with low noise level 75 to 82 dBA – just whisper
soft.

2. Soundproof, weatherproof & environment-friendly silent set.

3. Ready-to-use silent set eliminates need for foundation or grouting.

4. The acoustic enclosure is manufactured & powder coated & lined with Fireproof Acoustic Material
light resin rock wool as per IS: 8518. The material shall be of 48-kg/m3 density & the layer shall
be 75-mm thick.

5. It is made of compact sleek design conforming to international standards to provide insertion loss
of 25 dBA meeting CPCB norms. (2-mm thick CRCA sheet)

6. Steel outer construction with heavy-duty fabricated base frame & inbuilt fuel tank.

7. Attenuators are placed in the hot air outlet & cooling air inlet.

8. Exhaust silencer – Residential type mounted on the enclosure, exhausting to atmosphere.

9. All joints are sealed with fireproof neoprene gaskets, which withstand high temperature &
pressure.

E- 165
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


10. All high temperature exposed surfaces are insulated by glass wool with aluminium cladding.

11. Painted with weatherproof, acid proof, heat-resistant, powder-coated after pre-treatment for
degreasing, derusting, pickling, phosphating & passivation for durability & better look.

1.8 Fuel Tank


The daily fuel tank should be suitably designed so as to provide long hours of uninterrupted and
continuous power. For ease of monitoring the fuel level in the fuel tank, a sophisticated fuel level gauge
should be provided in the control panel. For ease of operation, there is a provision for fuel inlet, which has
accessibility from outside the acoustic enclosure, and designed so that the refuelling is possible even
when the generating set is in operation. The tank should be fabricated from 14 SWG M.S. Sheet.

1.9 Painting, Packing And Transport


All metal surfaces shall be thoroughly cleaned of scale, rust and grease etc. Prior to painting. Cleaned
surfaces shall be given two coats of primer and prepared for final painting. Final finish shall be free from
all sorts of blemishes.

The equipment shall be shipped to site suitably packed to prevent any damage. Each package shall have
labels to show purchaser’s name, purchase order and equipment no. suitable lifting lugs etc. shall be
provided and lifting points shall be clearly marked on the package. Packing shall be suitable for storage at
site for a minimum period of 6 year.

1.10 Tests And Inspection


1.10.1. The Employer or his authorised representative may visit the works during manufacture of
equipment to assess the progress of work as well as to ascertain that only quality raw materials
are used for the same. He shall be given all assistance to carry out the inspection.

1.10.2. Detailed test procedure along with the facilities available at vendors works shall be furnished along
with the bid Employer’s representative shall be given minimum four weeks advance notice for
witnessing the final testing. Test certificates including test records and performance curves etc.
shall be furnished for the complete D.G., individual test certificates of engine / alternator / common
panel should be submitted, only thereafter complete D.G. would be tested.

1.10.3. Tests

Equipment shall be tested to conform to the appropriate standards and the following tests shall be
conducted in the presence of purchasers:

a. Functional tests, continuity tests and high voltage test on control panel to establish the
performance called for in the specification.

b. Power frequency voltage test on switch gear and mechanical / electrical operational check.

c. Routine tests for alternator as per IS: 4722.

d. Over speed test (1.2 times the rated speed for 2 minutes.)

E- 166
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


e. Transient response tests for sudden application and rejection of loads of 25%, 50%, 75% and
100% of rated capacity.

f. Phase sequence test.

g. Vibration test.

h. Noise level test.

i. Dimensional and alignment test.

j. Wave from test.

1.11 Requirement Of Certification


Every manufacturer or importer of Power Generating set must have valid certificates of Type Approval
and also valid certificates of conformity of production for each year, for all the product models being
manufactured or imported after 1st July, 2003 with the specified noise limit.

All Power Generators shall have a valid Type Approval certificate and conformity of production certificate.

All Power Generator shall have conformance label meeting the requirements.

‚ The conformance label shall contain the following information :

‚ Name and address of the supplier (if the address is described in the Employer’s manual, it may
not be included in the label).

‚ Statement “This product conforms to the Environment (Protection) Rules, 1986”

‚ Noises limit viz. 75 dB (A) at 1 m.

‚ Type approval certificate number.

‚ Date of manufacturer of the product.

Authorized agencies for certification

The following agencies are authorized to carry out such tests as they deem necessary for giving
certificates for Type Approval and Conformity of production testing of Generator and to give such
certificates:

‚ Automotive Research Association of India, Pune .

‚ National Physical Laboratory, New Delhi.

‚ Naval Science & Technology Laboratory, Palghat

‚ National Aerospace Laboratory, Bangalore

E- 167
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Part B - DATA SHEET

Prime Mover For D.G. Set

1. Prime mover Diesel Engine

2. Qty required One No. for each alternator.

3. Service Prime mover for generating set.

4. Horse power as specified in BOQ

5. RPM 1500 RPM

6. Type Air cooled

7. Flywheel Require

8. Vibration damper Require

9. Fuel pump air cleaner Require

10. Fuel pump Require

11. Radiator Require

12. Oil filter, fuel Filter etc. Require

13. Lub oil pump Require

4. 24 DC V electrical System Require

15. Safety controls 1.LLOP, 2.HWT, 3. OS, 4.Cooldown timer

5. Low cool out level.

16. Silencer Required – Residential Type

17. Coupling Require

18. Instrument panel consists of as specified in Panel.

a) Meter 1.Voltage, 2.Current, 3 frequency, and 4.Engine hours.

19 Fuel tank In built: Required of 835 Litre. Capacity.

20 Battery charger Require

20A Battery charging Alternator 24V DC, 45 Amp.

21. Engine testing

E- 168
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


a) At shop Require

b) At site Require

22. Tool kits list of tools req. to be maintain at site.

23. Literature Require

a) Operation & maintenance manual

Parts catalogue/list

Note:

1. The engine HP. should be selected so as to achieve required KW rating to be generated


considering derating of engine due to altitude, temp. @ 55’ C, humidity etc.

2. D.G. set should be able to start by AMF panel.

3. The engine test shall be witnessed by the Engineer's representative if required.

Alternator- Data Sheet - A

1. Make : As mentioned in Make of Material

2. Rating : As per schedule of quantities.

3. Power factor : 0.8

4. Rated voltage : 415 V

5. Voltage regulation : 5%

6. Rated current : As per SOQ

7. Speed : 1500 RPM.

8. Frequency : 50 Hz.

9. Method of excitation and

Regulation : Self

10. Class of insulation : A) Stator - H with temp.rise of B

B) Rotor - H --- do ------

11. Degree of protection : Screen protected, drip proof.

12. Base plate : The Engine & alternator shall be mounted

and aligned on a Common base plate fabricated from


steel.

E- 169
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


13. AMF Panel : As per specification

14. PMG excitation : Required.

DATA SHEET- B (To Be Furnished By The Bidder)

I. ENGINE

1. Make :

2. Model :

3. No. of cylinders :

4. Arrangement of cylinders :

5. No. of stroke :

6. Speed RPM :

7. B.H.P Standard rating :

8. S.H.P. Standard rating :

9. Max. BHP at site :

(Over load)

10. Engine over load :

operations hrs. :

11. Recommended fuel oil :

12. Compression ratio :

13. Firing order :

14. Sp. fuel oil consumption

(LTR / HR) @ 0.85 spec.gravity.

15. Recommended Lub-oil :

16. Method of starting :

a) Battery details :

b) Charger details :

c) Make of battery & :

E- 170
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


charger.

17. Silencer type :

18. Cooling system :

19. Fuel system :

1. Filters :

a) Type :

b) Nos. :

2. Injection pump :

a) Type :

b) Nos. :

3. Injector :

a) Type :

b) Cooling :

4. Day tank :

a) Capacity :

b) Location :

20. Lubricating system :

1. Type :

2. Filters :

a) Type :

b) Nos. :

3. Lub oil pump :

a) Type :

b) Rating :

21. Governing system :

22. Instrument panel : Consist of:

23. Safety control :

24. Max. period for which


E- 171
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


engine can operate

without raw cooling

water supply. :

25. Other accessories :

26. Exhaust system :

27. Literature :

28. Diesel engine auxiliary

(Materials of Construction)

1. Base plate

2. Fuel oil tank :

Note : All data to be supplied by the contractor.

2.0 Uninterruptable Power Supply


2.1 General Requirements

2.1.1. The scope of work for supply and installation of UPS system shall include design manufacture,
supply, installation, testing and commissioning of all related equipments together with all
accessories and auxiliaries as per specifications.

The system shall be fully operational and shall comply with the specified codes and standards.

The contractor shall be responsible for providing all materials, equipments and engineering
services specified or which are required to fulfil the intent of ensuring reliability of the total work
covered under these specifications within his quoted price.

2.1.2. Supply and installation of the UPS system covered under this specification shall conform to the
latest editions of codes and standards mentioned below and all other applicable Standards.

a) IEEE Standard 446-1987 : Emergency and standby power systems.

b) IEEE Standard 450-1975 :

c) IEEE Paper 4-177: Some discharge characteristics of lead acid batteries.

d) IEC 60140-3 : UPS Performance

e) IEC 60140-2 : Electro Magnetic Compatibility

f) IEC 60140-1 : Safety

E- 172
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


e) ANSI C 37.90a,

IEEE Standard 472 : Surge withstand capability test.

f) ANSI C 34.2 : Practices and requirements for semiconductor power rectifiers.

g) ANSI C 37.90 : Relays and relay system associated with electrical power
apparatus.

h) NEMA PE-1-1983 : Uninterrupted Power System Standard

i) IS 2208 & IS 9224 : Cartridge fuses for voltages up to and including 650 V

(Part 1 & Part 2) (I.E.C. 269)

j) IS 9224 (Part - 4) : Fuses for protection of semiconductors.

k) BS 2709 (I.E.C 119) : The Electrical Performance of Semiconductor Rectifiers. (Metal


Rectifiers)

l) BS 4417 (I.E.C 146) : Semi-conductor Rectifier Equipments.

m) IS 13947: 1993 : Specification for Low voltage Switchgear & Control gear

n) IS 3961(Part 2):1967 : Recommended current rating for PVC insulated Cables

o) IS 1652 & IS 1652 : Lead-acid stationary cells and batteries.

p) BD 9720 : Custom-built transformers and inductors of assessed quality.

q) IP20 : Degree of protection.

r) IEC : Semi Conductor Convertor Standards.

s) JEC : Standard of the Japanese Electro technical committee

t) JIS : Japanese Industrial Standard.

u) JEM : The standard of the Japan Electrical Manufactures Association.

v) ISO 9001 approved

2.1.3. The vendor shall submit his offer for UPS systems as indicated in the tender document.

2.1.4. All components of the UPS equipment shall have Surge Withstand Capability (SWC) to meet
the requirements of ANSI C62.41-1980. ANSI C 37.90a, IEEE Standard 472-1974.

2.1.5. All components of UPS system shall withstand short circuit current without any damage.

2.1.6. Following general requirements shall be met for ensuring proper circuit protection.

a. Fuses shall not be larger than 125% of the transformer primary circuit current where the
secondary circuit fuse protection has not been provided.

E- 173
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


b. Where the secondary fuses are sized not larger than 125% of the secondary current of the
transformer, fuses shall not be required in the primary circuit, provided the primary feeder fuses
are not larger than 250% of the transformer primary current.

c. All the neutral conductors in three phase UPS systems shall be sized equal to at least 150% of
the maximum phase current. In addition, all the isolators and circuit breakers used in three
phase UPS system shall also to be rated such that the neutral poles shall take at least 150% of
the maximum phase current.

d. All control shall be designed and positioned such that possibility of inadvertent or accidental
operations is eliminated.

e. All UPS system cabinets, frames and power equipment shall be double earthed.

2.1.7. The UPS design shall ensure that a single component/ device failure shall not result in failure of the
entire UPS system. The design of UPS System shall be modular to permit easy maintenance.

2.1.8. The various overload capacities of inverters, static switch, and step down transformer/voltage
stabilizer as specified herein are the minimum requirements. However, if the Contractor’s
offered system has better overload capacities for the above devices, the same shall be highlighted
by the Bidder in his bid.

2.1.9. The UPS system offered by the contractor shall be suitable for operating continuously at the
rated capacity indicated in tender with in ambient temperature 0-40 deg.C and relative
humidity of 0 to 95%. Also the UPS system shall be suitable for operation as per full rating up
to 1000 meters above sea level without derating. The Contractor shall furnish a certificate
towards compliance on ambient conditions permissible.

2.1.10. The UPS system to be supplied by the contractor shall have maximum humming noise level of 65
DB one meter away from the UPS cabinets. Shall not exceed 69 dBA measured 5 feet from surface
of the UPS.

2.1.11. Suppression of Radio Interference shall be provided to meet statutory requirements.

2.1.12. Detailed literature should be provided showing Quality Assurance Procedure adhered to.

2.1.13. The contractor shall submit detailed item by item compliance statement along with the tender.

2.2 Functional Requirements

2.2.1. Contractor shall furnish On-Line Uninterruptible Power Supply (UPS) system of continuous duty
of the ratings mentioned in Bill of Quantities. Each UPS shall give regulated filtered &
uninterruptible power supply as described in the specifications.

2.2.2. Contractor shall note that the KVA ratings of the UPS systems shall be guaranteed at 40 deg.C
ambient temperature. In case contractor’s standard UPS KVA rating are based at a lower
temperature, the contractor must consider a derating factor of at least 1.5% per deg.C for arriving
at the specified UPS capacity at 40 deg.C ambient temperature.

2.2.3. In case the calculated /specified UPS capacity is not the same as one of the standard KVA
ratings of the UPS manufacturer, the next higher standard KVA rating shall be selected. UPS of
non standard rating shall not be acceptable.

E- 174
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


2.2.4. UPS system supplied by the contractor shall be the latest state of the art technology system fully
digitalized using microprocessor controlled full wave rectification and IGBT inverter.

2.2.5. Batteries shall be valve regulated lead acid specially ment for UPS application.

2.2.6. Monitoring and control system shall also be state of the art technology LCD touch panel type
providing all relevant data described in this document.

2.2.7. The monitoring and control system shall be capable of RS485 with MODBUS protocol input
software for connecting to customer’s computer system for data display and monitoring.

2.2.8. All necessary components required for protecting UPS equipment and connected inputs and
outputs shall be furnished by the Contractor as an integral part of the UPS system.

2.2.9. The control logic power supply shall have redundant power supply AC input and the system
battery as power sources.

2.2.10. The UPS systems shall include but not be limited to the following equipment:

a. UPS system including 100% capacity float-cum-boost charger with 100% sealed valve regulated
lead acid batteries with guaranteed battery life of 5 years.

b. Suitable factory built battery cabinet for housing the batteries, including terminal isolator / breaker
and power disconnect device. The enclosure shall conform to IP 20 as minimum.

c. All cables, connectors, accessories like turning, cable trays, conduits etc. required for connection
between battery and the UPS unit.

3. Static Converter

3.1 General

The static converter (rectifier) shall be a multi-functional converter providing functions of power
conversion, battery charging and shall have the additional functions of input power factor improvement
and current harmonics reduction. The converter equipment shall include all necessary control circuitry
and device to conform requirements like voltage regulation, current limiting, wave shaping, transient
recovery, automatic synchronization etc. as given below.

The converter shall be a solid state static PWM converter utilizing utilize Insulated Gate Bipolar
Transistors (IGBT) or Intelligent Power Module (IPM) transistors and shall include intelligent features like
the drive circuitry, over current protection, over temperature protection, control power failure protection
and short circuit protection.

The IGBT / IPM transistors shall enable high speed switching at 6 KHz thus reducing the heat dissipation
in the UPS and thereby providing high efficiency.

The PWM converter shall utilize the above and achieve unity power factor and reduce input current
harmonics as given earlier and thus improve the overall power factor of the converter achieving input
KVA savings.

During any step inverter load change (0-100%) the converter shall only supply 100% current to the
inverter. The battery shall not be cycled at any time during this step load changes.
E- 175
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

3.2 Input Current Limit

The converter logic shall provide input current limiting by limiting the DC output current. Two (2) line-side
current transformers shall be employed as a means of sensing the current amplitude. The converter logic
shall also be capable of providing auxiliary current limited when the logic is signalled to do so via an
external dry contact closure (e.g. UPS fed from generator). The converter shall be capable of supplying
overload current in excess to the full load rating. It shall also have sufficient capacity to provide power to
a fully loaded inverter while simultaneously recharging the system battery to 95% of full capacity within 10
times the discharge time. The DC output current limit values shall be as follows:

‚ Rectifier output current (maximum) 100%.

‚ Rectifier output current (aux.) 25% - 100% variable.

Note: 100% current shall be under the battery recharging mode.

3.3 Battery Charge Current Limited

The converter logic shall provide current limiting function of battery charging to prevent the battery from
damage. The following battery current limit and protection shall be provided.

‚ Battery charge current limit 10% of battery Ah rate.

‚ Over-current protection at 120% of above item.

3.4 Voltage Regulation

The rectifier / charger output voltage including variation effects of input voltage does not deviate by more
than +/- 1% of the nominal output voltage, due to the following conditions:

‚ From 0 to 100% loading.

‚ Rectifier input variations of voltage and frequency within the limitations set in Section 3.10.

‚ Environmental condition variations within the limitations set in Section 3.10.

3.5 Automatic Input Current Walk-In

The converter logic shall employ circuitry to allow a delayed and timed ramping of input current.
Subsequent to energizing the converter input, the ramping of current shall be delayed by a maximum of 3
seconds. Upon starting the walk-in process, the ramping of current is timed to assume the load gradually
within 1 through 60 seconds (every 1 second selectable).

3.6 Input Overload Protection

The A/C input fuses shall be provided at the converter input as a means of overload protection.

The AC maximum current shall be controlled by the Converter.

E- 176
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

3.7 Equalizing Charge Timer

The UPS logic shall provide an electronic automatic equalize charge timer which shall be selectable 24
hours for Lead Acid type or 8 hour for alkaline type batteries. The timer circuit, once activated shall
provide a high rate equalizing charge voltage to the system battery for the selected time. The circuit shall
also be capable of manual activation via the LCD touch panel mounted on the front door. The level of
equalizing voltage shall be equal to that stated by the battery manufacturer. Upon completion of the timer
count, the converter output voltage shall automatically return to the specified float voltage.

3.8 Step Load Change

During any step inverter load change (0-100%), only the converter shall supply 100% current to the
inverter. The batteries SHALL NOT is cycled at any time during these step load changes.

3.9 Input Voltage

The converter shall be fed from the Normal Power Supply source.

The converter shall meet the following specifications in addition to other requirements stated herein:

Nominal Voltage : 415V, 3 Phase, 3 Wire

Voltage Range. : + 15% / - 30% AC

Normal Frequency : 50 Hz + 8 %

Frequency Range : + 8% (+ 4 Hz)

Input Power Factor : 0.9 lagging or more at full load

(PF improvement)

Input Harmonic Current THD : 3% typical at 100% load

6% maximum at 50% load

Duty : Continuous at 40 deg.C

Cooling : Forced cooling using fans with thermal

E- 177
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


relays using a latched cut out for re-
setting as protection for cooling fans.
Each individual fan shall have its own
thermal relay.

Ambient operating temperature range : Operating - 0 to 40 deg.C maximum.

Storage & Transport -20°C to 70°C

Operating Relative Humidity : 0-95% non-condensing.

Operating Altitude : Altitude Operating: to 3,000 ft. (1,000


meters) above Mean Sea Level.
Derated for higher altitude applications.

Storage/Transport: to 40,000 ft. (12 200


meters) above Mean Sea Level

Magnetized sub-cycle in rush current : Typically 8 times normal full load current

Converter Walk-in time : 1 through 60 seconds (every 1 second


selectable, (0 to 100% rated load)

Input : Suitable terminals shall be provided for


termination of cables from the AC
distribution board.

4. Static Inverter

4.1 General

The static inverter shall be of solid state type using proven Pulse Width Modulation (PWM) technique.
The inverter equipment shall include all necessary control circuitry and devices to conform requirements

E- 178
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


like voltage regulation, current limiting, wave shaping, transient recovery, automatic synchronization etc.
as given below.

The inverter shall utilize Insulated Gate Bipolar Transistors (IGBT) or Intelligent Power Module (IPM)
Transistors which shall provide intelligent features like the drive circuitry, over-current protection, over
temperature protection, control power failure protection and short circuit protection.

The IGBT / IPM transistors shall enable high speed switching of 6 KHz thus reducing the heat dissipation
in the UPS and thereby providing high efficiency.

The UPS shall utilize both Voltage and Current feedback control circuits so that the inverter shall act not
only as a constant voltage source but also as a load required current source. This shall enable the
inverter to quickly adapt to the changing load current value and wave shape.

4.2 Voltage Regulation

The inverter output voltage shall not deviate by more than + 1% RMS due to the following steady state
conditions:

‚ From 0 to 100% loading

‚ Inverter DC input voltage varies from maximum to minimum.

‚ Environmental conditions variations within the limitations set in the section 4.8.

4.3 Frequency Control

The inverter output frequency shall be controlled by an oscillator internal to the UPS module logic. It shall
be capable of synchronizing to an external reference (e.g. the bypass source or another UPS module) or
operating asynchronously. The oscillator shall maintain synchronization with the external reference within
the limitations set hereunder. The inverter shall operate on self run mode without synchronism if the
bypass frequency exceeds the set value. The oscillator, while running asynchronously, shall maintain the
frequency as 50 Hz + 0.01% (or + 0.005 Hz). Automatic adjustment of phase relationship between
inverter output and standby bypass source shall be gradual at a controlled slew rate which shall be
adjustable at the rate of 0.5, 1.0, 2.0, 3.0 Hz / second. (Default 2.0 Hz / second).

The inverter output frequency shall not vary during steady state or transient operation due to the following
conditions:

a. From 0 to 100% loading.

b. Inverter DC input varies from maximum to minimum.

c. Environmental condition variations within the limitations set in section 4.8.

4.4 Output Voltage Harmonic Distortion

The inverter output shall limit the amount of harmonic content to the values stated in section 4.9. The use
of excessive or additional filtering shall not be required to limit the harmonic content thus maintaining a
high level of efficiency, reliability and original equipment footprint.

E- 179
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

4.5 Output Overload Capability

The inverter output shall be capable of providing an overload current while maintaining rated output
voltage to the values stated in section 4.8. An LED indicator shall be located on the control panel to
identify this condition. If the time limit associated with the overload condition expires or the overload is in
excess of the set current amplitude, the load shall be transferred to the bypass source without
interruption.

4.6 Inverter Current Limit

The inverter output shall be limited to 150% of rated load current. The two sensing locations shall
operate separately and independently thus providing redundancy and, in the event of a failure, preventing
unnecessary damage to power transistor components / fuses. Load current above 150% shall cause an
immediate transfer of the load to the bypass source for fault clearing.

4.7 Inverter Overload Protection

The AC output from the inverter shall utilize fuses for overload protection. The inverter shall utilize a
contactor to isolate the inverter output from the critical bus.

The inverter fuses shall be the fast acting semiconductor type.

The inverter output isolation contactor shall be located in the UPS module and shall be controlled by the
internal UPS module system logic.

4.8 Inverter Specifications

The inverter shall meet the following specifications in addition to other requirements stated herein:

  Voltage Input : Three Phase UPS :

Nominal 360 V DC (Range 290 V to 414


V DC to maximum DC bus voltage
during charging the batteries).

  Nominal Voltage Output : 415 V + 1% AC 3 Phase, 4 Wire

  Inverter Capacity :  

  Voltage Regulation :  

  a. For 0 to 100% loading : < + 1% 

E- 180
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

  b. Inverter DC input voltage vary


from maximum to minimum
: < + 1% 

  c. Environmental conditions : < + 1%


given below
 

  Transient Voltage Regulation :  

  a. AT 100% step load change : < + 3% 

  b. At loss or return of AC input : < + 1% 

  c. At load transfer from bypass : < + 3% 


to inverter

       

  Time to recover from transient to


normal voltage
: 20 milli seconds

  Wave form    

       

  a. Normal frequency : 50 Hz

  b. Frequency regulation for all


conditions of input supplies, loads and
temperature occurring simultaneously
or in any combination (automatically
controlled)
: + 0.01% 

  c. Synchronization limits for


synchronism between the inverter and
standby AC source.

: 49 Hz to 51 Hz.

  d. Field adjustment range for : 50 + 0.25 Hz to 50 + 1.5 Hz 


above

       

4.9 Total voltage harmonic distortion : < 2% THD for 100% linear load

E- 181
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

< 4% THD for 100% non-linear load

       

  Duty : Continuous

  Cooling : Forced cooling using fans.

  Ambient operating temperature range : 0 to 40deg.C maximum continuous.

  Operating relative humidity : 0-95% non-condensing.

  Operating altitude. : Sea level to 1000 meters.

  Output : Suitable terminals are provided for


termination of cables for connecting
inverter output to AC distribution board.

4.10 Built-In Isolation Transformer

This shall provide neutral separation which shall mean that output neutral will be independent of incoming
neutral, hence critical load shall be isolated from the problems like incoming neutral open or, short or,
variations in neutral to earth voltage due to sudden loading in neighbouring installation.

4.11 Reverse Phase Sequence Protection

In the event of Phase sequence reversal at the input, UPS system shall continue to work on the main
power supply, or UPS systems shall go into battery mode, and shall not trip the UPS system.

5. Bypass And Static Transfer Switch


5.1. A bypass circuit shall be provided as an alternate source of power other than the inverter. A high
speed switch and wrap-around contactor shall be used for the critical load during automatic transfers
to the bypass circuit. The static switch and wrap-around contactor shall drive power from an
upstream bypass feed circuit breaker internal to the UPS module provided for overload protection.
The wrap-around contactor shall be electrically connected in parallel to the static switch and shall at
the same time as the static switch, energize and upon closure, maintain the bypass source. The
static switch shall only be utilized for the time needed to energize the wrap-around contactor thus
increasing reliability. The bypass circuit shall be capable of supplying the UPS rated load current and
also provide fault clearing current. The UPS system logic shall employ sensing which shall cause the

E- 182
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


static switch to energize within 150 microseconds thus providing an uninterrupted transfer to the
bypass source when any of the following limitations shall exceed:

‚ Inverter output under voltage or over voltage.

‚ Overload beyond the capability of the inverter

‚ DC circuit under voltage or over voltage

‚ Final end voltage of system battery is reached.

‚ Bypass source present and available

‚ System failure (e.g. Logic fail, fuse blown, etc.)

5.2. Keeping the above requirements in view, the static switch shall have the following minimum rating.

‚ Capacity continuous equal to 100% of continuous rating of the inverter.

‚ Capacity overload equivalent to overload characteristics specified for UPS.

5.3

Nominal bypass input voltage : 415 V / 240 V, 3 phase, 4 wire

       

  Voltage Range : + 10% of nominal

  Nominal Frequency : 50 Hz

  Frequency range : + 2%

Please refer to selectable range of Inverter


given in point 4.3 & 4.8

  Output Fault Clearing :    

  Current : 1000%

  Duration : 20 milli seconds

       

  Ambient operating temperature : 0 to +40 degree C continuous

E- 183
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

  Operating relative humidity : 0-95% non-condensing

  Operating altitude : Sea level to 1000 meters

  Cooling : Natural Convection

  Duty : Continuous

5.4 Automatic Re-Transfer

In the event that the critical load must be transferred to the bypass source due to an overload, the UPS
system logic monitors the overload condition and, upon the overload being cleared, performs an
automatic re-transfer back to the inverter output. The UPS system logic shall only allow a re-transfer to
occur three times within a ten minute period. Re-transfer shall be inhibited on the fourth transfer due to
the likelihood of a recurring problem at the UPS load distribution. The re-transfer a load to the inverter
shall also be inhibited due to the limitations set in section 5.3.

5.5 Manual Transfer

The UPS shall be capable of transferring the critical load to / from the bypass source via LCD touch
panel. When performing manual transfer to inverter or automatic re-transfers, the UPS system logic shall
force the inverter output voltage to match the bypass input voltage and then parallel the inverter and
bypass source providing a make-before-break transition allowing a controlled walk-in of load current to
the inverter.

5.6 Maintenance Bypass Switch (Mbs)

The UPS shall include as standard equipment, a zero energy maintenance bypass switch. Full UPS
wrap-around enables personnel to do work inside the UPS module or maintenance bypass switchboard
without danger for high voltage conditions.

6 UPS Battery System


a. The UPS system shall, as an integral part, provide battery system for backup time as specified in
the Schedule (Full Load) standby capacity.

b. The latest state of the art Valve Regulated Sealed Maintenance Free Lead Acid Batteries shall be
used with a 20 hours discharge rating.

c. The battery system shall be sized to provide backup time as specified in the schedule of quantity
when the UPS is supplying 100% rated load at 0.8 load power factor.
E- 184
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


d. An ageing factor of 15% shall be applied to the capacity arrived at, to allow for compensation
against capacity loss during float operation.

e. The battery system design shall be provided with necessary devices to prevent deep discharge
beyond recommended limits to prevent the batteries discharging beyond end cell voltage
specified by the battery maker. The connections from battery to battery shall be by using copper
bus bar strips and the entire battery system shall be used in IP20 steel cabinet enclosure and
shall be similar to the UPS enclosure.

f. All batteries shall be clearly identified and identification numbers marked on the batteries and a
schematic diagram along with the complete calculations, including manufacturers supporting
curves, shall be submitted with the tender.

g. The UPS shall have a properly rated and sized circuit breaker to isolate it from the battery

7. Operation
a. Under normal operation, the UPS load will be fed from the Inverter with the bypass switch inhibited.
The Converter, apart from providing DC power to the Inverter, also charges the battery under the float
charge mode. The battery charge system shall have float charge, equalising charge and recovery
charge modes, to replenish the batteries self-discharging part while the battery is fully charged,
equalising the battery cell voltage to a constant value forcibly, and recharging the battery system to
the required values when the batteries have been used, respectively.

b. The Inverter shall constantly monitor the AC source frequency and shall be in synchronisation with
the AC input source till the frequency of the AC input source is within synchronising limit and if the
frequency of the standby source exceeds the synchronising limit the Inverter will work on its own
internal oscillator maintaining an output frequency of 50 Hz +/- 0.01% under all conditions of load.
When the Inverter operates on its internal oscillator, it shall continuously monitor the frequency of the
input source and when the input source frequency returns to within synchronisation limit, the Inverter
shall automatically synchronise itself with the input A/C source frequency and use it as a signal for
Inverter output frequency control.

c. Battery Operation:

i. When the A/C input voltage drops below specified limits or in case of a power failure the Inverter
continues to supply AC power of constant voltage and constant frequency utilising the battery
system as a power source until the input voltage returns to normal requirement. When the power
supply is resumed or the input voltage returns to limits, the Converter shall automatically start and
the load fed for normal operation status.

ii. If the power failure continues beyond battery backup time or the battery voltage drops to the final
discharge voltage, the Inverter should automatically stop and at the same time transferring the
load to the bypass circuit. On resumption of power supply, the Converter shall automatically re-
start the operations and charge the batteries whereas the Inverter should inhibit automatic start
and should be started manually.

d. Bypass Operation:

When power is supplied from the Inverter in synchronisation with the bypass, it shall accomplish the
following:

E- 185
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


i. When the UPS output current reaches overload status it shall automatically transfer the load
to bypass circuit with no interruption and when the overload status is cleared it automatically
re-transfers the load to Inverter.

ii. When the battery final discharge condition is reached, the load shall automatically be
transferred to the bypass circuit without interruption.

iii. In case of failure of the UPS, the load shall be automatically transferred to the bypass circuit
with no interruption and when the failure is cleared, re-transfer the load to the Inverter shall
be done manually.

iv. There should be provision made in the system to prevent, when necessary, asynchronous
transfer.

v. When the UPS goes on bypass mode in any of the conditions described above and if at that
time there is no bypass power supply available due to power failure, the UPS shall remain in
standby mode and as soon as the bypass power supply is available will transfer the load to
bypass.

vi. A maintenance bypass transfer switch shall be provided with lock and key arrangement and
should be manually done by authorised personnel only.

8. Battery Monitoring System


a. The Battery Monitoring System shall provide for the automatic acquisition, trending, alarming and
storage of information from every cell or jar in a battery bank. It will have the interactive ability to first
identify and then provide an isolated equalizing charge current to any individual cell or jar that
deviates below a user-specified set point, from the cell average, within the same string or bank.

b. The Battery Monitoring System shall test the relative charge state and health of each individual cell or
jar by injecting a DC current, recording the magnitude of this current & comparing it to previous
benchmark values. Systems that require battery discharge for testing are not acceptable. The
system shall provide estimated backup time remaining during an actual discharge.

c. The Battery Monitoring System shall monitor and maintain historical files for:

‚ Individual cell or jar voltage

‚ Total bank voltage

‚ Discharge current

‚ Ambient and pilot cell temperature

‚ Relative current response value

d. Display shall be via local LCD display, with capability for viewing at a remote terminal. All files
shall be written to a fixed solid state disk within the enclosure. All functions shall be accessible
via modem using common communications software.

e. The system shall operate a “form C” relay contact when any parameter is in alarm. Alarm data
shall be written to a file in ASCII format for future retrieval.

E- 186
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


f. The system shall be capable of remote communications for remote access to all functions via
modem or ANSI terminal.

g. The Battery Monitoring System shall be capable of monitoring a minimum 264 jars per string, 9
parallel strings per system, and 6 cells per jar.

h. Resolution shall be 12 bit accuracy, with up to 10 per second channel test rate.

i. Cell voltage measurements must be made to within plus or minus 5 milli volts over the entire
operating and temperature range.

j. Documentation. Manuals and installation documentation for the equipment shall be provided
which lists block diagrams, schematics parts list and theory of operating for each unique
component of the system. Installation drawings and documentation shall be site specific for each
string at this facility. Marked up building drawings shall be provided to show any changes to
building wiring including power wiring and communications cables.

k. The system shall be factory tested fully and completely before shipment.

8. Cabinet And Enclosures


8.1 The entire UPS system, including all components like inverter, static switch, maintenance
bypass, shall be housed in free-standing steel type factory-finished enclosures complying with the
protection standards of IP20. The enclosure shall be open able using a special tool for internal access.
The colour shall be light grey.

8.2 Ventilation

Forced air-cooling shall be provided to allow components to operate within their rated temperature
specified. The cooling fans shall have thermal relays protection using a latched cut fire re-setting, as a
protection for the cooling fans.

Similarly, the backup battery system shall also be housed as described earlier in an IP20 cabinet.

9. Control And Monitoring


a. The UPS shall utilise state of the art full DDC control software driven Control and Monitoring System.

b. It shall be provided with LED displays.

Metering should display the following parameters on the control panel

1. Input AC voltage line-to-line and line-to-neutral for each phase

2. Input AC current for each phase

3. Input frequency

4. Battery voltage

5. Battery charge/discharge current

E- 187
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


6. Output AC voltage line-to-line and line-to-neutral for each phase

7. Output AC current for each phase

8. Output frequency

9. Percent of rated load being supplied by the UPS

10. Battery time left during battery operation.

11. Bypass power available.

Following alarm messages to be displayed at the control panel:

a. Input power out of tolerance

b. Input phase rotation incorrect

c. Incorrect input frequency

d. Charger in reduced current mode

e. Battery Charger Problem

f. Battery failed test

g. Low battery warning (adjustable 1 to 99 minutes)

h. Low battery shutdown

i. DC bus overvoltage

j. Bypass frequency out of range

k. Load transferred to bypass

l. Excessive retransfers attempted

m. Static switch failure

n. UPS output not synchronized to input power

o. Input power single phased

p. Input voltage sensor failed

q. Inverter leg over current in X-phase

r. Output under voltage

s. Output overvoltage

t. Output over current

u. System output overloaded


E- 188
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


v. Load transferred to bypass due to overload

w. Overload shutdown

x. Control Error

y. Critical power supply failure

z. Load transferred due to internal protection

aa. External shutdown (remote EPO activated)

bb. Fan failure

cc. Over temperature shutdown impending

dd. Over temperature shutdown.

ee. Lamp test.

c. The UPS logic should provide one set of normally open dry contact / relay output to allow interfacing
of UPS operating status to an external system and should be capable of providing, as a minimum, 10
numbers status and, should the UPS manufacturer’s standard product does not provide such
software, the bidder must add additional equipment and cost for the same.

d. The UPS shall also have an RS485 port with MODBUS interface card if required for interfacing to
BAS system or Employer centralized computer network.

e. LCD touch panel (Optional)

i. The UPS shall be provided with an operator friendly large scale LCD touch panel.

ii. The LCD touch panel shall also include graphic measurement display, operational
procedures of each activity, fault status display and also have capability to record at least 50
faults.

iii. The touch screen panel shall clearly define specified areas for operational function, execution
and message display.

iv. It should be possible to operate the entire UPS system and its components and obtain all
measurements and data through the touch screen operation. The measurement software
should provide capability to measure phase voltage, current in each phase, frequency, power
factor, available battery time etc.

v. Under all operating conditions, the system software should have capability for displaying fault
alarm automatically. The tenderer should describe in detail the faults that would be displayed
under this mode.

10. UPS Testing


a. The Contractor shall perform the following tests, as a minimum, at site prior to handing over, to
confirm the functional and the performance specification of the UPS as specified. All required test

E- 189
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


equipment like Digital Oscilloscope, Voltage Regulator, and Measurement Meters etc. shall be the
responsibility of the Contractor without any additional cost.

b. The Contractor shall demonstrate as a minimum the following features on site by providing all
required test equipment, such as power factor improvement, input current THD, output voltage THD,
output frequency and all other performance monitoring requirements detailed before as required by
the Employer.

E- 190
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Part B: Testing
1.1 General

At the completion of the work, the entire installation shall be subject to the following tests in the presence
of the Employer’s site representative.

‚ Wiring continuity test.

‚ Insulation resistance test.

‚ Earth continuity test.

‚ Earth resistivity test.

‚ Test as per Appendix `E' of IS:732 -1989

Besides the above, any other test specified by the local authority shall also be carried out. All
tested and calibrated instruments for testing, labour, materials and incidentals necessary to conduct the
above tests shall be provided by the Contractor at his own cost.

1.2 Testing Of Wiring

All wiring systems shall be tested for continuity of circuits, and earthing after wiring is completed and
before installation is energized.

1.3 Insulation Resistance Test

The insulation resistance shall be measured between earth and the whole system of conductors, or any
section thereof, with all switches closed and except in concentric wiring all lamps in position of both
poles of the installation otherwise electrically connected together, a direct current pressure of not less
than twice the working pressure provided that it does not exceed 660 volts for medium voltage circuits.
Where the supply is derived from AC three phase system, the neutral pole of which is connected to
earth, either direct or through added resistance, pressure shall be deemed to be that which is
maintained between the phase conductor and the neutral. The insulation resistance measured as above
shall not be less than 50 divided by the number of points provided on the circuit; the whole installation
shall have an insulation resistance greater than one mega ohms. The insulation resistance between the
frame work of housing of power appliances and all live parts of each appliance shall not be less than
that specified in the relevant standard specification or where there is no such specification, shall not be
less than one a mega ohms. All equipments, cables shall be inspected at works by the Engineer as per
relevant IS and testing commissioning of installation as per Appendix `E' of IS: 732-1989 shall be done
and all record to be maintained.

1.4 Testing Of Earth Continuity Path

The earth continuity conductor metallic envelopes of cables shall be tested for electric continuity
and the electrical resistance of the same, along with the earthing lead but excluding any added
resistance or earth leakage circuit breaker, measured from the connection with the earth electrode to
any point in the earth continuity conductor in the completed installation, shall not exceed one ohm.

E- 191
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

1.5 Testing Of Polarity Of Non-Linked Single Pole Switch

In a two wire installation a test shall be made to verify that all non-lined single pole switches have been
connected to the same conductor throughout, and such conductor shall be labelled or marked for
connection to an outer or phase conductor or to the non-earthed conductor of the supply. In the three
or four wire installation, a test shall be made to verify that every non-linked single pole switch is fitted to
one of the outer or phase conductor of the supply. The entire electrical installation shall be subject to the
final acceptance of the Employer’s site representative as well as the local authorities.

E- 192
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Part C: Erection, Testing & Commissioning Of


Electrical Installations
1.1 Scope

The intent of this specification is to define the requirements for the installation, testing and commissioning
of the electrical system like transformer, M.V panels, Cables, earthing network, Internal and External
lighting, Light fixtures etc. Requirement of this project shall be as specified in bill of quantities / approved
drawings / general specifications or as per the battery limits fixed by the Employer / Engineer.

1.2 Standards

The work shall be carried out in the best workman like manner in conformity with this specification, the
relevant specification / codes of practice of the Indian Standards Institution, approved drawings and the
instructions issued by the authorised representative, from time to time. Some of the relevant Indian
Standards are listed elsewhere in this tender document.

In addition to the standards mentioned in 2.1, all works shall also conform to the requirement of the
following:

‚ Indian Electricity Act and Rules framed there under.

‚ Fire Insurance Regulations.

‚ Regulations laid down by the Chief Electrical Inspector of the State / State Electricity Board /
Union Territory.

‚ Regulations laid down by the Factory Inspector of the State / Union Territory.

‚ Any other regulations laid down by the local authorities.

‚ Installation & operation manuals of original manufacturers of equipment.

1.3 Equipment, Material And Accessories Specifications

This defines specifications and requirements mainly for the equipment and accessories, which are
generally supplied by the erection agency.

All materials, accessories, consumable to be supplied by the contractor shall be selected from the list of
specified make of material in consultation with the Engineer without any extra cost and shall conform to
the specification given here under. The equipment shall be manufactured in accordance with current
Indian Standard specifications wherever they exist or with the BS or NEC specifications, if no such IS
standards are available. In the absence of any specification & if any item not mentioned in the make of
the material & anywhere else, the materials shall be as approved by the Employer / Engineer or his
authorised representative in writing manner.

All similar materials and removable parts shall be uniform and interchangeable with one another. Makes
of bought out items selected by the contractor must be furnished by him as per the pro forma given in
elsewhere in this tender document. Tenderer should have to specify the list of makes considered in the

E- 193
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


tender while quoting the rates in the tender, in covering letter of separate letter enclosure. However, the
final decision for accepting make specified by tenderer would be of Engineer’s.

Within a week of work order, the contractor shall submit the sample of each item / component of above
mentioned approved make for the approval of the Engineer.

Bidder to submit authorization letter for supply of light fixtures and lamps only from regional sales
manager/director-sales of lighting company with duly signed and stamped with mentioning the name of
project, total quantity, type of light fitting etc. The letter should be submitted with valid proof and original
documents to Engineer. These authorizations are to be obtained prior to supply of material and should be
approved by electrical Engineer.

1.3.1 Control Cables

Control cables for use on 415 V system shall be of 1100 volts grade, copper conductor, PVC insulated,
PVC sheathed, armoured and overall PVC sheathed, strictly as per IS: 1554 (Part-I) 1976. Unarmoured
cables to be used only if specifically mentioned in schedule of quantities.

The size of these cables shall be as specified in bill of quantities or as per approved drawing. The
minimum conductor size shall be 2.5 sq.mm. (Cu.).

1.3.2 Cable Trays

These shall be channel type, fabricated from structural steel, hot dip galvanised, complete with all
accessories such as bends, tees and reducers. Only aluminium flat clamps with G.I. / Chrome plated
bolts, nuts/screws to be used for clamping cables. Sizes of these trays shall be as specified in bill of
quantities or approved by Engineer.

1.3.3 Cable Glands

Cable glands shall be heavy duty compression type of brass, chrome plated. These shall have a screwed
nipple with conduit electrical thread and check nut. These shall be suitable for armoured/Unarmoured
cables, which are being used.

1.3.4 Cable Connectors

Cable connectors, lugs/sockets, shall be of copper/aluminium alloy, suitably tinned, solderless, crimping
type. These shall be suitable for the cable being connected and type of function (such as power, control
or connection to instruments etc.).

1.3.5 Cable Indicators

These shall be self sticking type of 2 mm. thick lead strap for overall cable. PVC identification number,
ferrules shall be used for each wire.

1.3.6 G.I. Pipe For Cables

For laying of cables under floor, G.I. class “A” pipes shall be used. M.S. conduits are not acceptable for
this purpose. All accessories of pipes shall be threaded type. Size of pipe shall depend upon the overall
outer diameter of cable to be drawn through pipe. NO G.I. pipe less than 40 MM. I.D. shall be used for
this purpose. To determine the size of pipe, assume that 40% area of pipe shall be free after drawing of
cable.

E- 194
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


1.3.7 Push Button Stations

These shall be floor / wall mounted type as specified in bill of quantities. These shall be fabricated from
1.6 mm. thick stainless steel sheets (SS 304). In case of floor mounted station, these shall be supported
on 51 mm. “A” class G.I. pipe. Front cover shall be removable type with suitable rubber gaskets to make
them dust vermin and moisture proof.

Each feeder shall be provided with “ON” (green) push button, “OFF” (red) push button, name plate (white
bakelite), indication lamp etc. Green & red push buttons shall have contact elements having 1NO + 1NC.
“OFF” push button shall be provided with lockable (key operated) arrangements to prevent accidental
starting. No. of feeders shall be specified in bill of quantities. The indication lamp can be combined with
“ON” push button.

1.4 Erection

The contractor shall make his own arrangement for safe transportation of all the items to the erection site
and also carry out complete loading / unloading during transportation. Equipment shall not be removed
from packing cases unless the floor has been made ready for installing them. The cases shall be opened
in presence of the Engineer or his authorized representative. The empty packing cases shall be returned
to the stores and any document if found with the equipment shall be handed over to the Employer's
representative. Any damage or shortage noticed shall be reported to the Engineer in writing immediately
after opening of packing cases.

1.5 General Notes For Street Lighting

For supplying and laying of cables, technical specification (wiring) shall be applicable reference shall be
made under heading Cable Work elsewhere in the tender.

For street light poles along roads, nearest finished road level shall be taken as ground level and for poles
along compound wall / away from roads, existing ground / finished ground shall be taken as ground level.

Distance of 1 mtr. shall be maintained between centre of pole and centre of kerb of road. For compound
wall poles, distance between compound wall and poles shall be 3 mtrs.

A loop of 1.5 mtr. of cable shall be provided near each street light pole for all incoming and outgoing
cable.

1.6 Completion Tests

After supply and installation of complete project or a particular building / area, following tests shall be
carried out by the contractor before switching on the power to installation and the results shall be
recorded and submitted to the Site-Engineer. If results are not satisfactory / as per standards set
herewith, the contractor shall identify the defects / short coming and shall rectify the same. Nothing extra
shall be paid for carrying out these tests and contractor has to arrange all necessary instruments.

1.6.1 Insulation Resistance To Earth

This is to be measured with all fuse links in place, all switches ON, all lamps and appliances in position by
applying a voltage not less than twice the working voltage (subject to a limit of 500 V). Insulation
resistance of the whole or any part of the installation to earth must not be less than 50 mega-ohms

E- 195
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


divided by the number of outlets (points and switch positions) except that it need not exceed one mega-
ohm for the whole installation.

1.6.2 Insulation Resistance Between Conductors:

Tests to be made between all the conductors connected to one pole or phase conductor of the supply
and all the conductors connected to the middle wire or neutral or the other pole or phase conductors of
the supply. For this test, all lamps shall be removed and all switches put ON. The result of the test must
be 50 mega-ohms divided by the number of outlets (points and switch positions) but need not exceed 1
mega-ohm for the whole installation.

1.6.3 Polarity Of Single Pole Switches:

Tests shall be made to verify that all non-linked single pole switches are on phase conductor (live) and
not on neutral or earth conductor. This can be done by connecting test lamps between two terminals of
switch and earth. If the lamp lights up when switch is ON and either terminal is touched, the switch is
correctly installed.

1.6.4 Resistance Of Metal Conduits / Sheets (Earth Continuity Test):

In case of cables encased in metal whether conduit of metallic sheathing, the total resistance of the
conduit or sheathing from the earthing point any other position in the completed installation shall not
exceed 2 ohms. This can be carried out by following circuit:

One end of the load is connected to the ECC and its connection with the electrode and the other to the
farthest point of the ECC. First, current through the circuit is measured with the resistance of 2 ohms
short circuited by the link. Next, current is measured through the two ohms resistance by disconnecting
the two leads from the ECC and joining them together. If current is more in the first case, the resistance
of ECC is less than 2 ohms.

1.7 Handing Over / Taking Over:

After completion of works and tests specified above, the various installations of the project can be taken
over by the employer as and when these are ready in all respects. The defect liability period of 24 months
shall start from the date, when all the installations of the project have been executed, tested as described
above, successfully commissioned and handed over.

The Contractor has to produce the Final As – Built drawings duly signed by Engineer In charge, Engineer,
Engineer before finalizing the Final bill. The cost for as built drawing to be borne by the contractor.

Final bill will not be considered if as built drawings not provided by contractor as following.

Process of as built Drawings:

1 set of Hard copy & editable soft copy should be submitted to Engineer In charge.

After incorporating the comments received from Engineer in charge Final As built documents as
mentioned to be submitted.

Final As built documents

As built drawings with RTP (Reproducible Tracing Paper). : 1 Set

E- 196
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make


As built drawings with Coloured Print out: 4 Sets

Editable Soft Copy of the same: 6 Copies

Instruction and maintenance manual - Six copies.

Test certificates - Six copies.

E- 197
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Part - D: List Of Approved Make For Electrical


Materials

S. No.  Item   Approved Make  


        
1)  Rigid PVC Conduit  Precision Plastic Industries, Nihir, Finolex 
    ( FRLS only )    
2)  Accessories for conduit  Same make as of pipe. 
        
3)  Flexible Copper Wires   R.R. Kable, Finolex, Polycab, Lapp Cable, Avocab. 
    (FRLS)    
4)  Switches  MDS (Myrius), Salzer, Gewiss, RR Connect, MK (Blenze) 
    Use  different  colour  switch  &    
Accessories for Raw & UPS Power 
5)  Main Switch fuse up to  Schneider MG, L&T, GE 
   60 Amps ‐ AC 23 duty    
        
6)  Above 60 Amps‐A.C. 23 Duty  Schneider MG, L&T, GE 
        
7)  HRC Fuses  Schneider MG, L&T, GE 
       
8)  MCBs/ELCBs/ELMCBs / Contactor  Legrand (MDS‐lexic), Schneider MG ( Multi 9) 
   Time Switch ( Timer )    
9)  Distribution  boards   IK  43,  For  TPN  &   
SPN DBFor VTPN DB  Hensel, Spelsberg, 
 Legrand (MDS‐lexic), Schneider MG 
     Factory fabricated. double door type, PPI only 
      with additional JB on both side 
        
10)  Rewireable Porcelain Fuse  CPL, KEW or Equivalent as approved 
        
11)  Telephone wires  Finolex, Delton, RR cable, Polycab, Avocab, National 
        
12)  Telephone cables  Finolex, Delton, GTCL, National. 
   Jelly Filled    
13)  PVC tape  Steel grip, Anchor 
        
14)  Main Cables down   XLPE armoured cable for 1.1 KV as per ISI 1554. 
    Stream  Finolex, Torrent, Poly Cab, Avocab, Primecab, RR Kable 
        
15)  Glands  Compression type, Heavy duty and deep threading  
      with rubber ring and double washers. HMI, Raychem 
        

E- 198
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Sr. No  Item   Approved Make  


 
16)  Cable Lugs  Dowells, 3‐D, Raychem.  
        
17)  Metal Clad Plugs   Indoor ‐ MDS, Crompton, BCH.  
      Outdoor ‐Clipsal, Gewiss, RR PCE, MDS. 
       
18)  Connectors  Technoplast, Porcelain or Equivalent as approved 
        
19)  Button holder, Angle  Anchor, CPL or Equivalent as approved 
   holder, ceiling rose    
20)  M.S. Conduit ISI  BEC, Steel Craft, AKG 
        
21)  Anti vibration Ball  Aluminum (sample to be approved). 
        
22)  M.S. Boxes  Fabricated out of 16 gauge continuously welded  
      (sample to be approved) with Powder coating. 
        
23)  Telephone tag block  Krone or Equivalent as approved 
        
24)  MCCB  Schneider MG ( NSX ) , Legrand(MDS) 
   With  all  kind  of  communication    
accessories 
25)  Meter ( Analog Only )  Rushabh, L &T,Conzerv, Schneider 
    Digital Meter  Schneider, Conserve, Secure Meter, L&T 
26)  Steel Wire Rain Forced   Flaxi ‐ Hose or Equivalent as approved 
   PVC Flexible Hose    
        
27)  Cable Tray  i)    Ladder/Perforated  ‐  Hot  deep  GI  ‐ 
Indiana,MEK,Superfab, OBO Better man 
      ii) Wired Cable Tray : Legrand, Obo Betterman 
        
28)  TV Cable/CCTV Cable  Finolex, RR Cable, Avocab, Polycab. 
        
29)  Panel Fabricators  Peaton Electric, Schneider, Siemens. 
        
30)  Changeover Switch  On load type – HPL, C &S, Havell's (Euroload) 
        
31)  Fire Extinguisher  Should be of ISI approved ‐ Safex,Firex,Safeline 
        
32)  D G Set /Alternator with Engine Control  Cummins, Caterpillar, Kirloskar, Jackson.  
Panel 
        

E- 199
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Sr. No  Item  Approved Make 


 
33)  R G 6 / 11 wire  Finolex, RR Kable, Polycab, Avocab 
        
34)  Cat 6 Wire  Finolex, RR Kable, Delton, Legrand 
        
35)  ACB  Schneider  (  Masterpact  ‐  6.0  Micrologic),  L  &  T  (U  
With  all  kind  of  communication  Power  ‐  UNRS  2.5GL),  Siemens  (WL  ‐  ETU  75  B), 
accessories  Legrand. 
Must be EDO type & Microprocessor base only 
36)  UPVC Cable truncking  Legrand, OBO Betterman or Equivalent as approved 
        
37)  Call Bell  Anchor or Equivalent as approved 
        
  38)  DIGITAL meters, Load Manager  Schneider, Conserve, Secure Meter, L&T 
       
39)  Light Fixture  ( As specified in the BOQ & Sample to be approved ) No 
other  make  will  be  allowed  other  than  specified  in 
Tender 
38)  Lamps  Philips, Osram or Equivalent as approved 
        
39)  Ballast  Philips, Vossloh or Equivalent as approved 
        
40)  Chemical Type Earthing   LPI, Ashlok, OBO Betterman. 
    ( Copper Road only )    
41)  Energy Meter  L &t, Conserve, Schneider, Secure Meter 
        
42)  CT  AE, Ashok, Kappa, C&S 
       
43)  DWC Pipe ( Anti Rodent Type Only )  Tirupati Plasto, REX, Duraline  
        
44)  Fan  Crompton, Usha, Havells, GE, Bajaj 
45)  PVC Junction Box  Gewiss, Hensel, Spelsberg 
46)  Contactor  Telemechanique, L & T, Schneider, Legrand 
        
47)  Panel Accessories  Telemechanique, L &T, Siemens 
        
48)  Emergency Light  Sigma or Equivalent as approved 
        
49)  Water tight Plugs enclauser  Gewiss, Hensel, Spelsberg 
        
50)  Compacy Sub Station  Schneider, Peaton, Crompton, Areva, Kirlosker. 
        

E- 200
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur

Electrical Works – Specifications and List of Make

Sr. No  Item  Approved Make 


 
51)  Oil type Transformer  Schneider, Voltamp, Kirloskar, Areva, Crompton, BHEL 
52)  H T VCB Breaker  Schneider, ABB, Areva, BHEL, Crompton, Siemens 
54)  Capacitor ( MPPH Gas Filled Type )  L & T, Epcos, Neptune, Electronicon, Ducati, Areva. 
   Thyristors, Reactors     
55)  Relay  Alsthom, Siemens, Schneider, ABB, L&T. 
        
56)  IPFC Relay  Conserve, Secure, Schneider, BCH, Ducati, Electronicon. 
        
57)  PLC  Schneider, Siemens, ABB, Allen Bradley 
        
58)  Surge Protector  Emerson, Obbo Betterman 
        
59)  H. T. Cable  Torrent,  Finolex,  Nicco,  Polycab,  Avocab,  Gloster, 
33 / 33 KV  Universal, CCI, Ravin Cab 
       
60)  RJ 11 telephone outlet  Same make as switch 
        
61)  RJ 45 Data outlet  Legrand, D Link 
        
62)  Addressable Fire Detection System  Xtralis, OSID, GE, Notifier 
        
63)  Access Control System  Schneider (Continuum) / Honeywell / Seimens 
64)  CCTV  Pelco, Bosch, Honey well 
        
65)  Monitors (Analogue & SVGA)  Samsung, LG, Sony 
        
66)  Speakers  Bosch, Philips, Bose, Aetis, Yamaha 
        
67)  Amplifier  Bosch, Philips, Bose, Aetis, Yamaha 
        
68)  UPS   Emerson, APC, DB Power 
   Should be on line UPS only    
69)  HT Cable Jointing KIT  Raychem or Equivalent as approved 
70)  Exhaust Fan ( Should be with louvers )  Usha, Havells, Crompton  
71)  Timers  Theben, Legrand, Schneider 
72)  Octagonal / Conical Poles  Bajaj, BP, Schreder 

E- 201
Part D
HVAC Works

Specifications
Information
Annexure
List of makes
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

HVAC Works – Specifications, Informations, Annexures, List of makes


and Deviation forms
Contents

H1.  Testing Of Airconditioning System- ................................................................................................... 3 


H2.  Procedure .......................................................................................................................................... 3 
2.1. Design Conditions .............................................................................................................................. 3 
2.2   Cooling Coil Of Duct Able Units .................................................................................................... 3 
2.3   Air Balancing ................................................................................................................................. 4 
2.4   Motor ............................................................................................................................................. 4 
H3.  Functional Testes .............................................................................................................................. 4 
3.1 Electrical Equipment ........................................................................................................................... 4 
3.2   Safety Devices And Controls ........................................................................................................ 4 
H4.  Test Readings ................................................................................................................................... 4 
H5.  Annexure-Iii ....................................................................................................................................... 6 
Mode Of Measurement .............................................................................................................................. 6 
H6.  Specification Of Equipment / Material And Installation Standards.................................................... 8 
6.1  Hi Wall Split Air Conditioner/ Cassette Type Split Air Conditioner (Non Variable Refrigerant
Flow Type System) .................................................................................................................................... 8 
6.2  Variable Refrigerant Flow Type System ..................................................................................... 10 
6.3  Vrv Based Compact Cassette Type In Door Units ...................................................................... 11 
6.4  Vrf Based Ceiling Concealed Indoor Units .................................................................................. 11 
6.5   Controls And Interlocking ............................................................................................................ 11 
6.6 ............................................................................................................................................................ 11 
6.7  Drain Piping ................................................................................................................................. 12 
6.8 Sheet Metal Work ........................................................................................................................... 12 
6.9  Insulation ..................................................................................................................................... 14 
6.10  Electrical Work ............................................................................................................................ 15 
6.11 Double Skin Floor Mounted Ahu’s. .............................................................................................. 15 
6.11  Exhaust Air Fan ( Single Skin ) .................................................................................................. 16 
H7.  Information To Be Furnished By The Tenderer Along With The Tender- ....................................... 17 
7.1.  Variable Refrigerant System ....................................................................................................... 17 
7.2   Pipes & Fittings- .......................................................................................................................... 19 
7.3  Insulation- ................................................................................................................................... 19 

H- 1 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

7.4  Insulation- Closed Cell Crosed Linked Polythelene ................................................................... 19 


7.5  Dx Units ....................................................................................................................................... 20 
H8.  I.S. Codes........................................................................................................................................ 21 
H9.  List Of Approved Makes .................................................................................................................. 22 

H- 2 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

H1. Testing Of Airconditioning System-

1.1. Routine and types tests for various items of equipment shall be performed at the contractor’s
work and the test certificated furnished. Functional test shall be conducted at site.
1.2 The performance test to determine whether OR not the full indent of the specification is met shall
be conducted by the contractor. After notification to the Engineer that the installation has been
completed and the system has run continuously for a period of at-least two weeks, the contractor shall
conduct under the direction of the Engineer & in the presence of Employer’s representatives perform such
test as specified to establish the capacity of various equipment supplied and installed by the contractor.
1.3 The contractor shall operate test and adjust the air conditioning system units, fans, motors, all air-
conditioning appliances including adjustments of regulators dampers etc.
1.4. All test equipment, labour, operating personnel required for this test shall be furnished by the
contractor to enable the system to be put in continuous running test for a period of 3 days after all other
tests and adjustments have been made.
The contractor shall make arrangement of electrical power and water for testing. The performance test
shall be conducted during peak summer and peak monsoon.

H2. Procedure

2.1. Design Conditions


The inlet and outlet conditions of Air Handling Units will be recorded for 48 hrs. (2days) duration on hourly
basis. The outside and inside Dry Bulb and Wet Bulb temperatures shall be recorded by the means of a
sling psychro meter with mercury thermometers. The relative humidity shall be computed from the
psychometrics chart. The inside Dry Bulb temp. and relative humidity shall fall with in the specified limits.

2.2 Cooling Coil Of Duct Able Units


The flow of air over the cooling coil will be measured by recording the velocity of air across each filter
placed before the cooling coil. The velocity shall be measured by means of end anemometer.
Air quantity across the filter = velocity of air across the filters in FPM x net filter area (in ft2)
The wet bulb temperature of air entering the coil and that leaving the coil shall be measured. The
enthalpy of entering and leaving air shall be noted from the psychrometeric chart, corresponding to the
wet bulb temp. recorded.
SAY,
He - Enthalpy of Entering Air in Btu / lb.
H1 - Enthalpy of Leaving Air in Btu / lb.
Ve - Specific volume of entering air [FT3./lb of air]
Capacity of cooling coil = (CFMx60) (He-H1) = BTU/Hr.

H- 3 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

2.3 Air Balancing


After the desired inside conditions are achieved, the quantity of air thru' every outlet shall be measured.
Air quantity in CFM = Air velocity at the outlet in FPM x effective area of the outlet in Ft2.
The pressure levels of each area will be measured and recorded with respective adjoining areas. On load
actual CFM of each cell will be recorded.

2.4 Motor
For all electrical motors the current, voltage and power will be recorded.

H3. Functional Testes

3.1 Electrical Equipment


i. All the cables shall be tested for continuity and absence of cross phasing. Insulation resistance
between the phase conductors and the earth shall be measured with the help of an 1100 megger.
ii. Motors
a. Insulation resistance of all motors shall be tested with a megger and the value shall not be less
than 1 Meg-Ohms. If the observed value is less than 1 Meg-Ohms, the winding shall be dried out
and winding shall be given a coat of approved insulating varnish.
b. Starting current shall be recorded every time the motor is started.
c. Starter operation shall be checked for single phasing by removing one of the phases.
Over load protection shall be checked by altering the starter thermal over load setting.

3.2 Safety Devices And Controls


[I] Interlocks for compressor motor with that of chilled water pumps. condenser water pumps and cooling
tower fan shall be checked.
[ii] Flow switches in condenser water and chilled water lines shall be checked by throttling the valves.
[iii] High pressure – stat shall be checked by varying the settings of the cut out.
[iv] Low-pressure stat – shall be tested by closing the pilot solenoid valve.
[v] Anti-freeze thermostat shall be tested by varying the settings.
[vi] Oil failure switch shall be tested by varying the settings.

3.3 Capacity Controls


The capacity control arrangements shall be tested by varying the load on the plant. Any other procedure
recommended by the manufactures may be adopted with the prior permission of the Engineer.

H4. Test Readings

[I] DUCTABLE UNITS


1] Air Velocity – M/Hr. (FPM)

H- 4 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

2] Coil Face Area – M² (FT²)


3] Air quantity – M3 /Hr. (CFM)
4] Entering Air Temp. DB – °C (°F)
5] Leaving Air Temp. WB – °C (°F)
6] Leaving Air Temp. DB – °C (°F)
7] Leaving Air Temp. WB – °C (°F)
8] Entering Water Temp. – °C (°F)
9] Leaving Water Temp. – °C (°F)
10] Entering Water Pressure – Kg/Cm² (PSI)
11] Leaving Water Pressure – Kg/Cm² (PSI)
12] Motor
a] Rated Horse Power – HP
b] Rated Volts – Volts
c] Rated Current – Amps
d] Actual Current – Amps
e] Actual Volts – Volts
f] Actual Current – Amps
g] Actual Power – KW.
[II] SUPPLY AIR GRILLES
1] Area of Grill – M² (FT²)
2] Velocity – M/Hr. (FPM)
3] Air Flow Rate – M3 (FPM)
4] Temperature DB – °C (°F)
5] Temperature WB – °C (°F)
[III] FILTERS
1] Total Area – M² (SFT)
2
2] Effective Area – M² (FT ) /M/Hr.
3] Velocity of Air – M/Hr. (FPM)
4] Quantity of Air – M3/Hr. (CFM)

[IV] FRESH AIR


1] Total Area – M² (FT²)
2] Effective Area – M² (FT²)
3] Velocity of Air – M/Hr. (FPM)
H- 5 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

4] Quantity of Air – M3/Hr. (CFM)


[V] PUMPS
1] Flow Rate – Ltr. / Sec. (GPM)
2] Discharge Pressure – Kg/Cm² (PSI)
3] Suction Pressure – Kg/Cm² (PSI)

4] Motor
a] Rated Horse Power – HP
b] Rated Volts – Volts
c] Rated Current – Amps
d] Actual Current – Amps
e] Actual Volts – Volts
f] Actual Power – KW.
CONTROLS, INTERLOCKS etc.
The observations of the test shall be recorded for each item separately.

H5. Annexure-Iii

Mode Of Measurement
1. The Following Measurement Code Shall Apply To This
Contract: -
1.1 Ductable Units
AHU with filters, Fan and coil section, without motor, with base frame motor, drive and guard
suitable for motor, mounting frame, vibration mounts as specified in BOQ shall from one unit of
measurement.
Each Motor of AHUs shall be considered one unit of measurement.
Installation, testing and commissioning is a part of above points

2. Sheet Metal Work


Ducting
i) All sheet metal ducting work will be measured in terms of final sheet area installed in Sq. meters.
ii) No measurement of vanes, splitters, duct dampers, deflectors, access doors etc. which are
required to be installed in the duct work will be made as the same shall be deemed to be part of ducting
work.
iii) Duct fittings such as bends, elbows, tap offs, collars, transformation pieces etc. shall be treated
as ordinary duct pieces with their length measured along their centre line.

H- 6 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

iv) No duct support, stiffening, member etc. shall be measured separately. All such supports /
hangers shall form part of duct work.
v) Equipment connections such as canvas / rexzine shall be deemed to be part of the ductwork and
no separate measurement will be allowed.
Grilles
All grilles will be measured in terms of effective area:
Example-600mm x 150mm grille will be measured as 0.09 M2
Diffusers
Diffusers will be measured in terms of diameter of each diffuser in centimetre or in terms of area of
diffuser.
Dampers
i) All duct dampers shall be measured separately in terms of effective area.
ii) Fire dampers will be measured in terms of effective area in Sq. meters.
iii) Fresh air / exhaust air dampers will be measured as above.
iv) No separate measurement will be made for inlet/outlet louvers, bird screen etc.

3. Piping
a) Piping will be measured in running length (meters)
b) No special measurement of bends, elbows, reducer, expanders, tees, cross etc. will be made. All
such fittings/accessories will be treated as normal piping.
c) The length of piping including accessories and fittings will be measured along the enter line of
piping.
d) No measurement for flange shall be made. All flanges shall form part of piping work.
e) No measurement of pipe supports, hanger’s anchors, etc. will be made. All such items shall be
deemed to form part of piping work.
f) No measurement will be made for sockets for thermometers and pressure gauges.

4. Insulation
Ducting Insulation
i) Duct insulation will be measured on the basis of inner line of insulation and not the outer line of
insulation i.e. on the basis of duct surface area.
Example-(Perimeter of duct) x 1-meter length.

ii) No special measurement shall be made for insulation of bends, transformations pieces, tap offs,
elbows etc. All such insulation shall be treated as standard duct insulation.
iii) Insulation items shall include all accessories and finishes as specified. No separate measurement
will be made for such item.
Piping Insulation

H- 7 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

i) All Piping insulation shall be in linear measure along the centre of the pipe and rounded off to the
nearest centimetre, over all fittings, excluding flanges & valves
ii) No separate measurement of insulation shall be made for fittings such as bends, elbows,
reducers, expanders, tees, crosses, flanges etc. All such insulation shall be linear in meters measured
along the centre - line of piping.
iii) All accessories & finishes connected with insulation work shall be deemed to form part of
insulation and no work shall be deemed to form part of insulation and no separate measurement will be
made for such items.
vi) Insulation of valves will be measured as a unit for particular size of valve.
Example: 50mm dia valve insulation (25mm thick) - 1 No
Equipment Insulation
No measurement for insulation of any equipment will be made Insulation of equipment shall be deemed to
form part of the equipment.
Electrical Work
a) All cables shall be measured in running lengths as finally installed at site. No wastage
measurement will allow.
b) Control cable/wiring for AC plant inside the plant room shall be treated as a lump sum item.
All measuring instruments, indicating lamps etc. shall form part of the equipment specified and no
separate measurement shall be made for such items.
NOTE:
Contractor should note that, all the measurement should be carried out strictly as per Mode of
Measurement stated above. However, all the work should be carried out as per relevant I.S. Code's
specified.

H6. Specification Of Equipment / Material And


Installation Standards

6.1 Hi Wall Split Air Conditioner/ Cassette Type Split


Air Conditioner (Non Variable Refrigerant Flow Type
System)
The system shall be High energy efficient 4star as per revised BEE standard, split system with
compressor for application with R410A OR R22 refrigerant and shall be composed of 4-way cassette
type indoor units / Hi- wall type indoor unit indoor unit and an outdoor unit with a refrigeration cycle,
electrical components and enclosing cabinets. Both indoor units and outdoor unit shall be properly
assembled, internally piped and wired, thoroughly tested and charged with refrigerant at factory and shall
be topped up at site after erection. Additional charge of refrigerant should be supported by engineering
calculation. Each refrigeration cycle shall be equipped with Rotary/reciprocating compressor, a heat
exchanger, an accumulator, and a 4-way valve and flare connection parts.

Condensing Unit
The compressor(s) shall be hermetically sealed and designed for continuous operation even at high
ambient temperatures. All compressors should have protection for electronic circuits and elimination of

H- 8 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

electromagnetic sound, which may interfere with the control function of the machine. The unit shall have
safety device such as high-pressure switch, fan motor safety thermostat, invertors overload protector,
fusible plugs and fuses for trouble free operation of the unit. The condenser shall be air cooled, made of
Cu. tubes with extended aluminium fins. The condenser coil shall be multi-pass, cross-finned tube type,
equipped with highly efficient aluminium fins, mechanically bonded to oxygen free copper tubes. The coil
shall be cleaned, dehydrated and tested or leakage at the factory. The Cabinets shall be fabricated out of
heavy gauge steel, properly formed for close fit and structural rigidity. All access panels shall be so
constructed as to be quickly and easily removable. All outside surface shall be finished with
powder coating for protection against humid weather. The condenser fans shall be step-less driven and
designed to achieve low condensing temperatures & operate continuously and silently. .

Evaporating Unit
The cooling coils shall be made of Copper Tubing having extended aluminium fins. The evaporator coil
shall be multi-pass, cross finned tube type, equipped with highly efficient aluminium fins, and
mechanically bonded to seamless, oxygen free copper tubes. The coil shall be cleaned, dehydrated and
tested or leakage at the factory. The cooling coils circuit shall be fed with liquid refrigerant through the
expansion devise and distributor. The indoor unit shall have two-speed fan motor. The blower shall be
statically and dynamically balanced and designed for silent operation at required airflow rates against
required static pressure. The filters shall be washable synthetic media type arranged for convenient
cleaning and replacement. The drain pan shall be fabricated out of ABS plastic, insulated with 1/4”
expanded polyethylene sheet.

Refrigerant Piping
The indoor and outdoor units shall be connected with copper refrigerant . All piping connections for the
units should be performed inside the unit.
The refrigerant piping should be insulated with Nitrile foam of minimum 19 MM thick .All exposed to
atmosphere pipe insulation to be protected based paint or film.

Drain Piping
Condensate from the evaporator unit shall be drained through properly installed drain piping designed to
prevent any accumulation of condensate in the drain pan. Drain piping shall be made of 1.1/4" dia / 2" dia
rigid PVC pipe of 6 Kg/Sq cm. pressure rating with water tight threaded connections, leading from the
room unit to a suitable drain point. Complete drain piping shall be made leak proof and water tight by
means of precise installation and the use of leak proof sealant/adhesives. Drain piping duly insulated with
6 mm thick nitrile rubber.

Controls And Interlocking


All electrical control devices should be enclosed in the indoor and outdoor units. The compressor should
be protected against breakdown by a quick response over current relay, a high-pressure switch, a wrap
around type oil heater and a discharge gas thermostat. In addition to the compressor protection devices,
the indoor / outdoor fan motor should be protected by an internal thermostat. The indoor fan motor shall
be directly supplied with the power source from the control circuit. The functions of these control devices
shall compose an electrical sequence of manual starting and stopping, automatic continuous operation
whenever the room thermostat requires, and the protection devices allow the operation. The remote
control switch should be designed to provide simple operation such as On/Off, temperature and fan
speed only without trouble shooting functions. The remote control should be BMS compatible for
centralized monitoring. All units/remote control shall have COM port for required interface with BMS. The
required software with open protocol to transfer readings on the BMS shall be in your scope.
NOTE -
H- 9 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

1. CAPACITY OF OUT DOOR IS BASED ON OUTSIDE CONDITION 45 DEG C


AND INSIDE CONDITION 25 DEG C
2. ALL OUT-DOOR UNITS SHALL BE MOUNTED ON M.S. ANGLE FRAME
STRUCTURE . THE M.S. ANGLE FRAME STRUCTURE SHALL BE PAINTED
WITH EPOXY PAINT. THE SHADE OF THE PAINT SHALL BE APPROVED
BY THE ENGINEER.

6.2 Variable Refrigerant Flow Type System


System
The system shall be multi-split system with invertors driven scroll compressor for application with R410A
OR R22 refrigerant and shall be composed of 4-way cassette type indoor units / ceiling type indoor units /
2-way cassette type indoor units / wall type indoor unit / floor type indoor unit and an outdoor unit with a
distributed refrigeration cycle, electrical components and enclosing cabinets. Both indoor units and
outdoor unit shall be properly assembled, internally piped and wired, thoroughly tested and charged with
refrigerant at factory and shall be topped up at site after erection. Additional charge of refrigerant should
be supported by engineering calculation. Each refrigeration cycle shall be equipped with scroll
compressor, a solenoid valve, a heat exchanger, an accumulator, and a 4-way valve and flare connection
parts.

Condensing Unit
The compressor(s) shall be hermetically sealed scroll and designed for continuous operation even at high
ambient temperatures of Naya Raipur. All condensing unit should have a combination of fixed speed and
invertors driven scroll compressor. All invertors driven scroll compressor should have protection for
electronic circuits and elimination of electromagnetic sound, which may interfere with the control function
of the machine. The unit shall have safety device such as high-pressure switch, fan motor safety
thermostat, invertors overload protector, fusible plugs and fuses for trouble free operation of the unit. The
condenser shall be air cooled, made of Cu. tubes with extended aluminium fins. The condenser coil shall
be multi-pass, cross-finned tube type, equipped with highly efficient aluminium fins, mechanically bonded
to oxygen free copper tubes. The coil shall be cleaned, dehydrated and tested or leakage at the factory.
The Cabinets shall be fabricated out of heavy gauge steel, properly formed for close fit and structural
rigidity. All access panels shall be so constructed as to be quickly and easily removable. All outside
surface shall be finished with powder coating for protection against humid weather. The condenser fans
shall be step-less driven and designed to achieve low condensing temperatures & operate continuously
and silently. One out-door unit should be capable to be connected up-to 16 nos. various indoor unit.

Evaporating Unit
The cooling coils shall be made of Copper Tubing having extended aluminium fins. The evaporator coil
shall be multi-pass, cross finned tube type, equipped with highly efficient aluminium fins, mechanically
bonded to seamless, oxygen free copper tubes. The coil shall be cleaned, dehydrated and tested or
leakage at the factory. The cooling coils circuit shall be fed with liquid refrigerant through the expansion
devise and distributor. The indoor unit shall have two-speed fan motor. The blower shall be statically and
dynamically balanced and designed for silent operation at required airflow rates against required static
pressure. The filters shall be washable synthetic media type arranged for convenient cleaning and
replacement. The drain pan shall be fabricated out of heavy sheet steel, insulated with 1/4” expanded
polyethylene sheet. The casing shall be of heavy gauge G.I., duly powder coated for weather protection.

H- 10 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

6.3 Vrv Based Compact Cassette Type In Door Units


The cooling coils shall be made of Copper Tubing having extended aluminium fins. The tubes shall be
mechanically expanded for positive bonding between tubes and fins. The cooling coils circuit
shall be fed with liquid refrigerant through the expansion devise and distributor. The blower shall be
statically and dynamically balanced and designed for silent operation at required airflow rates against
required static pressure. The filters shall be washable synthetic media type arranged for convenient
cleaning and replacement. In built Drain pump should be provided along with indoor unit for proper
drainage of condensed water. The drain pan shall be fabricated out of heavy sheet steel, insulated with
1/4” expanded polyethylene sheet. The casing shall be of heavy gauge G.I., duly powder coated for
weather protection.
NOTE: Indoor Unit dimensions is Suitable for 600x600 Grid ceiling

6.4 Vrf Based Ceiling Concealed Indoor Units


The cooling coils shall be made of Copper Tubing having extended aluminium fins. The tubes shall be
mechanically expanded for positive bonding between tubes and fins. The cooling coils circuit
shall be fed with liquid refrigerant through the expansion devise and distributor. The blower shall be
statically and dynamically balanced and designed for silent operation at required airflow rates against
required static pressure. The filters shall be washable synthetic media type arranged for convenient
cleaning and replacement. The drain pan shall be fabricated out of heavy sheet steel, insulated with
1/4” expanded polyethylene sheet. The casing shall be of heavy gauge G.I., duly powder coated for
weather protection.

6.5 Controls And Interlocking


Electrically / electronically operated controls shall be provided with all components, auxiliary relays,
capacitors including wiring for controls and interlocking.
All electrical control devices should be enclosed in the indoor and outdoor units. The compressor should
be protected against breakdown by a quick response over current relay, a high-pressure switch, a wrap
around type oil heater and a discharge gas thermostat. In addition to the compressor protection devices,
the indoor / outdoor fan motor should be protected by an internal thermostat. The indoor fan motor shall
be directly supplied with the power source from the control circuit. The functions of these control devices
shall compose an electrical sequence of manual starting and stopping, automatic continuous operation
whenever the room thermostat requires, and the protection devices allow the operation. The remote
control switch should be designed to provide simple operation such as On/Off, temperature and fan
speed only without trouble shooting functions. The remote control should be BMS compatible for
centralized monitoring. All units/remote control shall have COM port for required interface with BMS. The
required software with open protocol to transfer readings on the BMS shall be in your scope.

6.6
6.6.1 Refrigerant Piping
The indoor and outdoor units shall be connected with refrigerant piping. All piping connections for the
units should be performed inside the unit. The refrigerant piping should be insulated with Nitrile foam of
minimum 13 MM thick. Lastly, cover up the pipes sections with the help of 36 G Aluminium sheets on
straight pipes and 28 G Al. sheet on bends, tees, valves etc.
Note: ALL REFRIGERANT PIPING MUST BE USED ONLY HARD COPPER TUBE WITH MINIMUME
WALL THICKNESS OF 20 GAUGE ONLY.

H- 11 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

6.6.2 Refrigeration Piping & Insulation


The refrigeration piping between indoor and outdoor units will be carried out with good quality soft / hard
copper piping. The complete piping work shall be insulated with formed sections of expanded
polyethylene. The piping shall be laid in on frame support /tray & sold be clamped properly.

6.7 Drain Piping


Condensate from the evaporator unit shall be drained through properly installed drain piping designed to
prevent any accumulation of condensate in the drain pan. Drain piping shall be made of 1.1/4" dia / 2" dia
rigid PVC pipe of 6 Kg/Sq cm. pressure rating with water tight threaded connections, leading from the
room unit to a suitable drain point. Complete drain piping shall be made leak proof and water tight by
means of precise installation and the use of leak proof sealant/adhesives. Insulation of drain piping by
Nitrile tube.
Note -
1. Capacity of out door is based on outside condition 45 deg c and inside condition 25 deg c
2. All out-door units shall be mounted on m.s. angle frame structure . The m.s. angle frame structure
shall be painted with epoxy paint. The shade of the paint shall be approved by the Engineer.

6.8 Sheet Metal Work


Ducts shall be made of either galvanized steel sheet as specified in the BOQ and confirm to IS-655.
The galvanized steel sheet shall confirm to IS-277. The duct construction shall be as follows-
(A) RECTANGULAR DUCT CONSTRUCTION
___________________________________________________________
MAX SIDE (MM) THICKNESS OF TYPE OF JOINT BRACING
SHEET (GSS)
___________________________________________________________
Up to 750 24 G 25 x 3 MS angle flanges NONE
751 to 1500 22 G 40 x 3 MS angle flanges 25 x 3 M.S. angles
1501 to 2550 20 G 40 x 3 MS angle flanges 40 x 3 M.S. angles
at 1.25 centres
2551& above 18 G 50 x 3 MS angle flanges 50 x 3 M.S. angles
at 1.25 centres
___________________________________________________________
(B) HANGERS FOR DUCT
__________________________________________________________
DUCT SIZE SPACING SIZE OF MS ANGLE SIZE OF ROD DIA
NOT EXCEEDING
(mm) (m) (mm x mm) (mm)
___________________________________________________________
Up to 750 2.5 25 x 25 x 3 6
H- 12 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

751 to 1500 2.5 40 x 40 x 3 6


1501 to 2250 2.5 50 x 50 x 3 10
Above 2250 2.5 50 x 50 x 3 12
___________________________________________________________
(C) DAMPERS-
All dampers shall be of 18 S.W.G. Aluminium louver dampers of robust construction and tight fitting. The
design, method of handling and control, shall be suitable for the location and service required. Dampers
shall be provided with suitable links, levers and quadrants as required for their proper operation, control
or setting in any desired position. Dampers and their operating devices shall be made robust, easily
operable and accessible through suitable access door. Every damper shall have indication device clearly
showing the damper position at all times. All the bushing will be of brass only.
A fire damper shall be provided between each air handling unit and the rest area. The fire dampers shall
be confirming to UL-655 and other applicable fire codes. The dampers shall be operated through either
fusible link or solenoid valve.
(D) LOW LEAK DAMPER-
Damper shall be opposed blade type, blades shall be made of double skinned aerofoil aluminum sections
with integral gasket and assembled within a rigid extruded aluminium alloy frame. All linkages and
supporting spindles shall be made of aluminium or nylon, turning in Teflon bushes and linkages shall be
extended for motorized operation wherever specified. Manual dampers shall be provided with a Bakelite
knob for locking the damper blades in position. Damper frames shall be sectionalized to minimize blade
warping. Air leakage through dampers when in the closed position shall not exceed 1.5 % of the
maximum design volume flow rate at the maximum design pressure.
(E) GRILLES AND DIFFUSERS-
All grilles (SA & RA), diffusers (SA & RA) will be made from heavy gauge extruded Aluminium sections
duly powder coated to match the interior requirements of Engineer. All the supply air grilles/diffusers will
be provided with opposed blade dampers fabricated from Aluminium Sheet duly powder coated. The
damper should be suitable for operation from front face of grille/diffuser.
(F) INSTALLATION-
A good quality felt/expanded polyethylene /rubber of uniform thickness and width shall be used as gasket
between flange joints. The gaskets shall be fixed by a suitable adhesive and holes made by suitable
punch.
All ducts shall be rigid and shall be adequately supported and braced where required with standing
seams, tees or angles of ample size to keep the ducts true to shape and to prevent buckling, vibration or
breathing. All the joints shall be made tight and all interior surfaces shall be smooth.
Bends shall be made with radius not less than one half the width of the duct or with properly designed
interior curved vanes where metal ducts or sleeves terminate in wood work, brick or masonry openings,
tight flanged collars.
Ducting over false ceiling shall be supported from the slab above or from beams. In no case a duct shall
be supported from the false ceiling hangers or to be permitted to rest on a hung ceiling.
(G) TESTING-

H- 13 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

The entire air distribution system shall be balanced to supply the air quantities as required in various
zones and rooms to maintain the specified room conditions. The final shall be recorded and submitted to
the Engineer for approval before acceptance and taking over of the entire system by the Employer.
(H) PAINTING-
Angle iron flanges, stiffeners, hangers and supports shall be painted with 2 coats of anti rust primer and
those remaining uncovered shall be further painted with 2 coats of synthetic enamel paints of black
colour.
(I) FLEXIBLE DUCTS
The scope of this section comprise supply, installation , testing and commissioning of flexible ducting
conforming to these specification & in accordance with the requirements of drawings and schedule of
quantities.
Wherever specified un insulated flexible duct shall be made of double lamination of Metalized Polyester
film permanently bonded to a coated spring steel wire helix. Duct shall be tear & puncture resistant
construction.
Wherever insulated flexible duct are specified inner core for the same should be made of double
lamination of Metalized Polyester film permanently bonded to a coated spring steel wire helix. Fibre glass
insulation of minimum 14 kg/cu meter density having R-value 4.2° F - Ft² - hr/Btu & 32 mm thickness shall
be wrapped over the inner core & covered with strong outer jacket cum vapour barrier made of fibreglass
reinforced Metalized polyester film laminate.
Care must be taken to install the entire flexible duct in fully extended position & bends made with
adequate radius as per manufacturer recommended practices.

6.9 Insulation
(A) Thermal Insulation On Freash Air Ducting-
The supply air duct shall be insulated with 12 mm thick Nitirile of density 48 Kg./Cu. M. Method of
applying insulation-
1) Clean the duct surface to be insulated.
2) Apply a thin layer of SR Adhesive/ rubber solution on fabricated duct surface
3) Apply a thin coat of good quality adhesive / rubber solution to nitirile surface stick the insulation.
Fix the insulation of specified thickness over the surface of the duct tightly and seal all the joints using
BOPP tape. All duct joint to be cover with 100 mm width belt of nitrile with same procedure. Exposed
ducts insulation to be cover with 36G aluminium foil or used one side factory faced nitirile insulation.

(B) Underdeck Insulation


Use Thermal Insulation for under deck Insulation with Following Specification.
Material Should Be environment Friendly, high vapour permissibility, water tight, Thermal insulation value
1.1m2k/w, noise reduction co-efficient 0f 0.65 and absorb up to 91% of sound frequency
at1000Hz.material safe against in case of fire and does not permit to fire and high durable.

• Providing & fixing insulation consisting of 75 mm thick 100% non-woven thermo bonded
polyester wool insulation blanket of nominal density 8 kg/m³ backed with virgin high
density polyethylene vapour breathable membrane having a weight of 80g/m².

H- 14 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

• The breathable membrane shall have water vapour permeability of more than 750 g/m²
in 24 hrs.
• The breathable membrane shall offer water penetration resistance to approximately 2.5
m water column and air penetration resistance by allowing less than 0.1 m³/ m² hr.50Pa.
• The insulation blanket will be 1.3m wide or as per suitable of metallic structure at site
and the substrate will have a 10cm overlap on each side.
• The blanket shall have recovery after compression of at least 90%.
• The blanket shall not absorb more than 1% moisture by mass.

6.10 Electrical Work


The electrical work will be carried out as per IE rules. The Employer will provide incoming cable with
earthling near split unit’s panel supplied by the contractor.
The further distribution including power cabling (1100 V Gr.), control cabling (650 V Gr.) and earthling of
Cu. shall be carried out by the contractor. The electrical panel required for all the package units will also
be provided by the contractor.
The power cabling will be of aluminum whereas the control cabling will be of copper.
The electrical work will be carried out by the contractor as per the approved drawings.

6.11 Double Skin Floor Mounted Ahu’s.


Duct able Units shall consist of fan section, coil section, Pre-filter section and will have the construction
as described below-
Duct able units will be in double skin construction made out of Aluminum Extruded section and 25 mm
thick Double skin panels. Also the units should be provided with Hanging rods along with base frame
and canvass connection.

Unit Casing
The framework of the casing will be in Aluminum construction having 15 to 18 micron thick anodized
finished. Double skin panels will be fabricated out of best G. I. Powder coated sheet on outer side and
plain G. I. Sheet on inner side. Polyurethane of density not less than 36 Kg./Cu. M. will sandwiched
between inner and outer sheet. The panels will be fixed on Al. Extruded section in such a manner that
fixing screw head does not project on outer face on the panel. The screw hole on panel be blocked with
Nylon sleeve with cap. The insulation shall be 25 mm thick. The screw cavity on will be blocked with nylon
sleeve with cap.
Drain tray will be fabricated out of SS sheet thickness not less than 1.2mm (18 G). The tray will have
sufficient depth and proper size drain connection. The tray will be insulated from with nitrile rubber foam
sheet having not less than 20mm.
Filter section will have rigid construction filter fabricated out of GI sheet to house required filters. The
filters will be in flange construction having GI casing. Suitable panel of section will be provided with hole
for entry with required arrangement to cover sharp edge G. I. sheet. If required, a proper box cover will
be provided on cable entry. A provision for earthing will be on mainframe near the cable entry hole.
Inspection doors at required location will be with elegant design hinges made out die Aluminum alloy.
Two or more number of hinges door will be provided depending upon the size the door to provide
H- 15 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

required rigidity to the panel. One or more number of door handles be provided with can type
tightening.
The handle and can will be made out of filled having galvanized iron spindle. The door for blower
section will be at such a location that the motor and package and fan bearing can be assessed for
maintenance. An additional guard made out GI wire mesh of required strength will be at inner side of
blower section door. A limit switch / door switch electrical terminal will be provided to the door inter
locking with fan. An inspection glass fitting having the element on both side of the panel with common
gasket sleeve between two elements will provided on blower section inspection door to inspection of drive
package in running without opening the inspection door. The doors of the sections accommodating will be
of sufficient size to take care of removal.
All nut bolts, sheet metal screws, fasteners will Zinc / Nickel-plated having resistance against.

Cooling Coils
The cooling coils shall be fabricated out of tube having OD not less than 10 mm and fins spaced @ 12
fins / inch. Aluminum & copper tubes will have foam bond provided hydraulic expansion method at the
high pressure yield point. The capacity of the coils shall as required under the schedule of equipment.
Velocity of air across coil face shall not exceed FPM for 4 Row coil and 500 FPM for 6/8 Row coil.
Fan scrolls shall be fitted with die formed side streamlined inlet and to ensure smooth into the fan.
Filters
Pre-filters shall be HDPE washable types with 2" with filtration level of 10 micron and of 90%. The pre-
filter section will be on suction side of the filters.

Fan motors
Fan motors shall be 3 phase/1 phase, lug mounted, PSC /TEFC type. The motor shall be capable of high
initial starting requirement of fans.

6.11 Exhaust Air Fan ( Single Skin )


Air Handling Units shall consist of fan section with motor & will have the construction as described below -
Air handling units will be in single skin construction fabricated out of Aluminium Extruded section.
Aluminium sections should have walled rib having a groove for the gasket on the panel side face. Units
will be supplied with round gasket in solid / tubular construction fixed in the groove. Gasket will be made
out of PVC / Synthetic rubber. Extruded section will be having scratch proof anodized finish. The extruded
frame structure will be formed using couplers made out of glass filled nylon, (approx. 30% glass and 70%
nylon).

A. Unit Casing-
Single skin panels will be fabricated out of best quality G. I. Powder coated sheet on outer side. Sheet will
be of 16 G. The panels will be fixed on Al. Extruded section in such a manner that fixing screw head does
not project on outer face on the panel and sharp end of the screw does not project inside the unit through
double walled rib. The screw hole on panel will be blocked with Nylon sleeve with cap.
Blower section will consists of extruded sections of proper size to facilitate the mounting of fan and motor
bracket. Direct contact of fan base frame and AHU casing will be eliminated through vibration isolator.
Also flexible connection will be provided at the fan outlet. Suitable panel of blower section will be provided
with hole for cable entry with required arrangement to cover the sharp edge GI sheet. If required, a proper
size box cover will be provided on cable entry location. A provision for earthling will be provided on main
frame near the cable entry hole.
H- 16 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

Inspection doors at required location will be provided with elegant design hinges made out die cast
Aluminium alloy. Two or more number of hinges per door will be provided depending upon the size of the
door to provide required rigidity to the door panel. One or more number of door handles will be provided
with can type tightening arrangement.
The handle and can will be made out of filled nylon having galvanized iron spindle. The inspection door
for blower section will be provided at such a location that the motor and drive package and fan bearing
can be assessed for easily maintenance.
An additional guard made out of GI wire mesh of required strength will be provided at inner side of blower
section inspection door. A limit switch / door switch covered electrical terminal will be provided to facilitate
the door inter locking with fan operation.
The entire unit assembly will be mounted on a common skid fabricated out of HDG MS channel of
required size. The skid will be secured with AHU frame structure through threaded fasteners. The skid will
be duly painted after fabrication with the best quality rust preventive primer followed by tow coats of
enamel paint. All nut bolts, sheet metal screws, fasteners will be Zinc / Nickel plated having resistance
against rusting.

B. Fan-
Fan wheels and scrolls shall be fabricated from best quality sheet steel. The fan wheels shall be of the
forward / backward curved type enclosed in housing and mounted on a solid shaft. Fan scrolls shall be
fitted with die formed side sheet streamlined inlet and to ensure smooth airflow into the fan. For low static
units there will be single blower and for medium static units there will be twin blower construction.

c. Fan motors-
Fan motors shall be 3 phase, sq. cage, and T.E.F.C. induction type, together with starters, specified in
“ELECTRICAL ITEMS” separately. The motors shall be capable of high initial starting torque requirement
of fans.
The exterior surface of Air Handling Unit/s shall be Pre coated.

H7. Information To Be Furnished By The Tenderer


Along With The Tender-

7.1. Variable Refrigerant System


Compressor
1. Type / Refrigerant
2. Make / Model
3. Quantity
4. KW (Motor-connected)
5. KW (Motor-consumed)
6. Full load current
Refrigerant capacity
At 5°C suction & 43°C discharge
Refrigerant

H- 17 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

Condenser
1. Type
2. Air quantity
3. Coil face area
4. No. of rows
5. By pass factor
6. Fan motor KW/RPM
7. Full load current of fan motor
8. Static pressure of fan
9. No. of speed for fan
10. Copper tube thick/diameter
11. Aluminium fins spacing/Guage

Evaporator
1. Type
2. Air quantity
3. Coil face area
4. No. of rows
5. By pass factor
6. Fan motor KW/RPM
7. Full load current of fan motor
8. Static pressure of fan
9. No. of speed for fan
10. Copper tube thick/diameter
11. Aluminium fins spacing/Guage

Overall Dimensional Details


1. Condensing unit
2. Evaporating unit

Salient Features
1. Type of filter
2. Filter area
3. Filteration level
4. Any other details

Total Power Consumption Of The Unit


1. For all condensing units at full capacity

H- 18 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

2. For all Indoor units at full capacity

Tolerances
1. Voltage
2. Power factor
3. Frequency

7.2 Pipes & Fittings-


Refrigerant

1. Manufacture
2. Class
3. Material

7.3 Insulation-
Fibreglass Exp. Exp.
Polystyrene Polyethylene
1. Manufacture.
2. Material of virgin nature.
3. `K' value at 10o C mean temp.
4. Thickness
5. Density
6. Fire retardant property

7.4 Insulation- Closed Cell Crosed Linked


Polythelene

1. Manufacture.
2. Material of virgin nature.
3. `K' value at 10o C mean temp.
4. Thickness
5. Density
6. Fire retardant property

TOTAL INSTALLED KW :________________________ KW.


(including Indoor & Outdoor unit, Fresh Air Unit, Air Handling Unit etc.)
TOTAL POWER CONSUMPTION AT 100% LOAD : ____________ KW.

H- 19 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

(including Indoor & Outdoor unit, Fresh Air Unit, Air Handling Unit etc.)

7.5 Dx Units
[A] Compressor

a. Type / Refrigerant
b. Make / Model
c. Quantity
d. KW (Motor-connected)
e. KW (Motor-consumed)
f. Full Load current
g. Refrigeration capacity
(At 5oC suction 50oC discharge)
h. Refrigerant

[B] Condenser
a. Type
b. Air Quantity
c. Coil Face Area
d. No. of rows
e. By pass factor
f. Fan Motor KW/RPM
g. Full Load current of Fan motor
h. St. pressure of fan
i. No. of speed for fan
j. Copper Tube thk/ dia mtr
k. Al. Fin spacing / Gauge

[C] Evaporator
a. Type
b. Air Quantity
c. Coil Face Area
d. No. of rows
e. Bypass factor
f. Fan Motor KW/RPM
g. Full Load current of Fan motor

H- 20 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

h. St. pressure of fan


i. No. of speed for fan
j. Copper Tube thk/dia mtr.
k. Al. Fin spacing/Gauge

[D] Overall Dimensional Details


a. Condensing Unit
b. Evaporating Unit

[E] Sailent Features


a. Type of filter
b. Filter Area
c. Filtration level
d. Any other details

[F] Total Power Consumption Of The Unit


Compressor Condenser Fan Evaporator Fan Total

[G] Tolerances
i) Voltage
ii) Power Factor
iii) Frequency

7.6 Pipes&Fittings Refrigerant Drain


a. Manufacturer
b. Class
c. Material
d. Thickness/Diameter

H8. I.S. Codes

Following IS CODES will be applicable for the project.

1) IS : 659 - 1964 : Safety Code for Air-conditioning.


2) IS : 660 - 1963 : Safety Code for Mechanical Ref.
3) IS : 325 - 1970 : Specifications for 3 Ph. Induction Motor. Also confirm to IS : 1231 for
Foot Mounted & IS : 2223 for flange mounted motors.
4) IS : 2147 - 1962 : Degree of protection provided by enclosures for low voltage switch and
control gears.
5) IS : 3012 - 1965 : Code of Practice for installation (PART-I) & maintenance of switchgear.

H- 21 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

6) IS : 3016 - 1982 : Code of Practice for Fire precautions in welding and cutting operations.
7) IS : 3615 - 1967 : Glossary of terms used in Refrigeration and Air-conditioning.
8) IS STD.FOR INSULATION WORK-
8.1) IS : 4671 - 1984 : Expanded Polystyrene For Thermal insulation purposes
8.2) IS : 7240 - 1981 : Code of Practice for Application and finishing of
Thermal Insulation
9) IS : 1239 : Pipes up to 150 MM Dia.
10) IS : 3589 : Pipes above 200 MM Dia.
11) IS : 780/ISI : Values of PN 1.6 rating Certificate
12) IS :5312/ISI : Check Valves Certificate
13) IS : 900 : Installation of motor
14) IS :4064 & 4047 : Switch fuse unit
15) IS : 2516 : ACB
16) Relevant ISS : MCCB
17) IS : 3069 : Glossary of Items symbols & units relating to thermal materials.
18) IS : 702 : Industrial bitumen.
19) IS : 655 – 1963 : Ducting work.
20) IS : 277 : For Sheet galvanising spec.
21) IS : 3043 -1963 : Earthing.
22) IS : 3043 : Earth Station.
23) IS : 732 - 1963 : Testing of Electrical Installation.
25) IS : 2825 : Unfired pressure vessels.

H9. List Of Approved Makes

For the items missing in the list, the relevant IS Code and specification should be binding on the
contractor. The contractor should take approval with reference to the approved vendor list prior to
any procurement from the Engineer in charge.

Sr.  No.  Item  Approved Make


Mitsubishi  /  Daikin/  Panasonic  /  Voltas/  
1  VRV/VRF SYSTEM 
Hitachi / LG/Toshiba/ Blue Star                                                  
DX Units /Cassette Unit Hi- Mitsubishi  /  Daikin/  Voltas/  Panasonic  /  Hitachi/  LG/ 
2  wall Split Unit Carrier/ Blue Star                                                                        
Exhaust /Treated Fresh Air System Air/ Chauhan / ZECO / Edgetech
3  Unit   / Kruger

FGP / Up Twiga / Kimmco/ Due Point/


4  Insulation
Beardsell/Lloyed/Pilkington/ Armaflex/ Aeroflex/ A- Flex/

H- 22 
Construction of BRT Bus Shelters, Pickup Points, BRT workshop Depot And Control Centre at Naya Raipur
HVAC Works – Specifications, Informations, Annexure, List of makes

Sr.  No.  Item  Approved Make


Armaflex/ Paramount/ Trocelin

  Dynacraft/Cosmos/Caryaire/RaviStar/ Matasys / Air Master/


5  Grilles / Diffusers
Ajanta/ Vinayaga/
6  G.I. Sheets Sail / TATA/ National / Ispat /Jindal
Cables Power / Control
7  Finolex/ Polycab/ Kalinga/ National 
Cables  
8  Circuit Breakers   Schneider / Siemens / HEWELLS/L&T 
9  Switches  Schneider / Siemens / ABB/L&T
Siemens / L&T / Schneider/Cutler Hemmer/ GE
10  Starters  
Power/ABB/C&S.
Voltmeter / Ammeter
11  (Digital)  AE / Enercon / Rishabh
12  PVC Pipe  Prince / Superme / Finolex
13  Copper Pipe/Tube Totalline/Mandev/ Citizen/Rajco/BlueStar
14  Anti vibration Pad Dunlop/ Kanwal

H- 23 
ANNEXURE - I
ENVIRONMENT MANAGEMENT PLAN

The proposed project will have impacts on the environment at various locations.
a. During the construction phase which are temporary or short term in nature.
b. During operation phase which will have long term impact.
The purpose of environmental monitoring is to evaluate the effectiveness of implementation of
Environmental Management Plan (EMP) by periodically monitoring the important environmental
parameters within the impact area, so that any adverse affects are detected and timely action can be
taken.
In consultation with NRDA, contractor will monitor and report ambient air quality, noise levels,
groundwater quality and quantity, soil quality and solid wastes in accordance with an approved
monitoring schedule. The monitoring protocol and location selection will have to be done carefully in
consultation with the NRDA. The monitoring and sampling program should be discussed and approved.
To ensure better environment in & around the project site as well as the neighboring population, an
effective EMP is developed for construction and operational phase as per the following table a;

Table a: Environment Management Plan

Environmental Mitigation / Enhancement Implementing


Location Time frame
Aspect measures taken Agency
Pre-Construction Stage
Rain Water Provision of rainwater harvesting Near the In the design Contractor
Harvesting structure to recharge the ground Junction of phase
water in the Work Shop and Road NO. 1
Depot and 4 village
Reko
Oil separator Provision of oil separator Near the In the design Contractor
Junction of phase
Road NO. 1
and 4 village
Reko
Management of Provision of Effluent Treatment Workshop/ In the design Contractor
Liquid waste from the Plant to treat the discharge from depot
Workshop/Depot work shop containing oil, solvent,
grease or detergent
External Influence of Selection of camp site which Site of the During Contractor
construction camp should not have intervention with labour camp. Design
sites the local community.

Clearances, Approvals Obtain all necessary clearances All project Before start Contractor
and Permits and approvals including component of the
Environmental Clearance, Forest and whole construction
Clearance, and Consent to area
establish and consent to operate
under the Air (Prevention and
Control of Pollution) Act, 1981 and
Water (Prevention and Control of
Pollution Act) 1974 and for felling of
trees prior to commencing any road
works
Obtain written permission from
private landholders to conduct
activities on their land prior to
commencing
Adhere to all clearance terms and
conditions
Construction Stage
Environmental This will include institutional For the project In the initial Contractor
Management and requirements, training, stage of the

Page 1 of 8
Environmental Mitigation / Enhancement Implementing
Location Time frame
Aspect measures taken Agency
Monitoring Facility forenvironmental management and construction
EMP monitoring. Provision for
purchasing required equipment.
Ambient Air Environment
Emission from All vehicles and machineries shall Project area Project period Contractor
construction vehicle obtain and maintain the Pollution
under Control Certificate (PUC).
These vehicles will be maintained
so that emissions conform to the
standards prescribed in the
certificate.
Emission from Diesel The relevant NoC will be obtained Project Area Before start of Contractor
Generator from the State Pollution Control work and
Board. whole project
The Exhaust will be released at the period
height prescribed by the CECB and
so that it does not affect the nearby
populations.
Dust The construction site of work shop, Project area Project period Contractor
depot and terminal station and bus
shelter will be cordon off and
boundary will be sealed. Water
sprinkling will be done at the source
of dust. All internal roads and
parking areas are to be sealed in
either concrete or bitumen
Noise
Noise of Diesel Use of Silent DG set. Project area Project period Contractor
Generator In case of non silent DG set , these
DG sets will be place in acoustic
rooms.
The relevant NoC will be obtained
from the CECB and maintain the
noise level according to the
prescribed level.
The location of the DG set will be
selected such way that it does not
affect the local population.
Noise and vibration Machinery and vehicles will be Project area Project period Contractor
of Machineries and maintained to keep their noise to a
Vehicles minimum.
Equipment Selection Construction plant and equipment Project area Project period Contractor
maintenance and will meet recognised international
operation standards for emissions and will be
maintained and operated in a
manner that ensures that relevant
air, noise, and discharge
regulations are met
Noise and vibration The working house will be Project area Project period Contractor
at Construction Site maintained. In the residential area
night time construction activity will
be avoided while in commercial
area the day time construction
activity will be avoided.
The working hour will be defined
and disclosed for workers as well
as local people.
Water
Flood Impacts and Provision of drains to collect the Workshop/ Project period Contractor
Drainage at the runoff from the workshop/ depot, depots/
workshop and depot bus shelters, terminal station to the terminal
main drain or the stream. station/ bus
The runoff is not allowed to mix stops/ bus
with the oil, grease, solvents. Since shelters
these wastes will be treat in the
ETP.

Page 2 of 8
Environmental Mitigation / Enhancement Implementing
Location Time frame
Aspect measures taken Agency
All drains in the workshop will be
lined drains to avoid any leaching
of solvents caused due to
accidental spillage.
Alteration of drainage Any alteration of drainage on the to Project area Project period Contractor
be restored.
Drainage for Bus Drainage from the bus stop to be Bus stops/ Bus Project period Contractor
Stop connected to the main drain. Shelter
Sanitation at the Provision of STP at Raipur Raipur Project period Contractor
Raipur Terminal Terminal Station Terminal
Station Station
Contamination from Vehicle maintenance and refuelling Project area Project period Contractor
fuel and lubricants will be confined to areas in
construction camps designed to
contain spilled lubricants and fuels.
Waste petroleum and lubricants
must be collected and taken to
approved disposal sites, according
to GOI laws.
Sanitation and Waste Sufficient measures will be taken in Project area Project period Contractor
Disposal in the construction camps, i.e.
Construction Camps provision of rubbish receptacles
Sanitation at and sanitation facilities. Waste in Project area Project period Contractor
Terminal Station at septic tanks will be cleared
Naya Raipur periodically as necessary. Drinking
water will meet Indian National
Standards. Rubbish will be
collected and disposed of
frequently. Special attention shall
be paid to the sanitary condition of
camps. Camps will be located at a
minimum distance of 200 m from
water sources.
Health and Safety
Worker’s Health and Provision of Personnel Protective Project area Project period Contractor
Safety Equipment (PPE) - The
assessment of the requirement of
PPE before the mobilization of
worker at site and provision of the
same.
Training of the worker before
mobilization to the site and
refresher training provided to the
worker.
Loss of Access Temporary access should be Project area Project period Contractor
maintained throughout the course
of the work unless the contractors
make agreements with any affected
frontages or legitimate user.
Traffic Jams and If there is traffic congestion during Project area Project period Contractor
congestion construction of bus shelter/ stops,
measures should be taken to
relieve it as far as possible with the
co-operation of the traffic police.

1. Source wise Fugitive dust control measures are tabulated below:

Table b: Dust Control Measurers


Source Control Measures
Earth moving - For any earth moving which are more than 30m from site boundary, conduct watering

Page 3 of 8
Source Control Measures
as necessary to prevent visible dust emissions.
Disturbed surface - Apply dust suppression measures frequently to maintain a stabilized surface;
areas - Areas, which cannot be stabilized, as evidenced by wind driven dust, must have an
application of water at least twice per day.
Inactive disturbed - Apply dust suppressants in sufficient quantity and frequency to maintain a stabilized
surface areas surface.
Unpaved roads - Water all roads used for any vehicular traffic at least twice per day of active operations;
OR
- Water all roads used for any vehicular traffic once daily and restrict vehicle speed to 20
kmph, which will reduce dust emission.
Open storage piles - Apply water to at least 80 percent of the surface areas of all open storage piles on a
daily basis when there is evidence of wind driven fugitive dust; OR
- Install an enclosure all along the storage piles.
Track-out control - Downwash of construction vehicles (especially tyres) prior to departure from site.

The most cost-effective dust suppressant is water. Water can be sprinkled by the handheld sprays or with
the help of automatic sprinkler systems as the situation would demand. The incoming loads of dusty
materials could be covered to avoid spreading of dust. Besides; loss of material in transport, especially if
material is transported off-site, can very well be minimized.
2. Construction Debris

Construction debris is bulky and heavy and re-utilization and recycling is an important strategy for
management of such waste. As concrete and masonry constitute the majority of waste generated,
recycling of this waste by conversion to aggregate can offer benefits of reduced landfill space and
reduced extraction of raw material for new construction activity.
Recycled aggregate could be used for filler application, and as a sub base for road and paved surface
construction.
Construction contractors would be asked to remove metal scrap from structural steel, piping, concrete
reinforcement and sheet metal work from the site. A significant portion of wood scrap can be reused on
site. Recyclable wastes such as plastics, glass fibre insulation, roofing etc shall be sold to recyclers.
NRDA has demarcated the construction debris landfill site within its limits.
3. Waste from labour camp & Biomass:

Waste generated from labour camps will mainly comprise the household domestic waste, which would be
collected and composted on site along with the biomass from the land clearing activities. The non-
compostable and non-recyclable portion of the waste shall be collected and transported to the nearest
identified landfill site.
4. Topsoil Management

To minimize disruption of soil and for conservation of topsoil, the contractor shall take the topsoil out
separately and stockpile it. After the construction activity is over, topsoil shall be utilized for landscaping
activity. Other measures, which would be followed to prevent soil erosion and contamination include:
Maximize use of organic fertilizer for landscaping and green belt development.
To prevent soil contamination by oil/grease, leak proof containers could be used for storage and
transportation of oil/grease and wash off from the oil/grease handling area shall be drained through
impervious drains and treated appropriately before disposal.
Removal minimum flora, as far as possible during the development, and re-vegetation of blank areas
during and after the project.
Working in a small area at a point of time (phase wise construction).
5. Traffic Management

The following procedure should be adopted by contractor to ensure the safe and efficient movement
of traffic and also to ensure the safety of workmen at construction sites.

Page 4 of 8
a) All construction workers should be provided with high visibility jackets with reflective tapes as
most of viaduct /tunnelling and station works or either above or under right-of-way. The
conspicuity of workmen at all times shall be increased so as to protect from speeding vehicular
traffic.
b) The guiding principles to be adopted for safety in construction zone are;
• Warn the road user clearly and sufficiently in advance.
• Provide safe and clearly marked lanes for guiding road users.
• Provide safe and clearly marked buffer and work zones
• Provide adequate measures that control driver behaviour through construction zones.
c) Legal permission

• In all cases, the contractor shall employ proper precautions. Wherever operations undertaken
are likely to interfere with public traffic, specific traffic management plans shall be drawn up and
implemented by the contractor in consultation with the approval of local police authorities and/or
the concerned metropolitan/civil authorities as the case may be.
• Such traffic management plans shall include provision for traffic diversion and selection of
alternative routes for transport of equipment. If necessary, the contractor shall carry out road
widening before commencement of works to accommodate the extra load
d) The primary traffic control devices used in work zones shall include signs, delineators,
barricades, cones, pylons, pavement markings and flashing lights.
e) The road construction and maintenance signs which fall into the same three major categories
as do other traffic signs, that are Regulatory Signs, Warning Signs and Direction (or guidelines)
Signs shall only be used. The IRC: 67 (Code of Practice for Road Signs) provide a list of traffic
signs. The size, colours and placement of sign shall confirm to IRC: 67.
f) Regulatory signs
• Regulatory signs impose legal restriction on all traffic. It is essential, therefore, that they are
used only after consulting the local police and traffic authorities.
g) Warning signs
• Warning signs in the traffic control zone shall be utilised to warn the drivers of specific hazards
that may be encountered.
• The contractor shall place detour signage at strategic locations and install appropriate warning
signs. In order to minimize disruption of access to residences and business, the contractor shall
maintain at least one entrance to a property where multiple entrances exist.
• A warning sign as per IRC SP 55 shall be installed an at all secondary road which merges with
the primary road where the construction work is in progress at sufficient distance before it
merges with the primary road so as to alert the road users regarding the ‘Work in Progress’.
• Materials hanging over / protruded from the chassis / body of any vehicle especially during
material handling shall be indicated by red indicator (red light/flag) to indicate the caution to the
road users.
h) Delineators
The delineators are the elements of a total system of traffic control and have two distinct
purposes:
• To delineate and guide the driver to and along a safe path
• As a taper to move traffic from one lane to another.
• These channelising devices such as cones, traffic cylinders, tapes and drums shall be placed in
or adjacent to the roadway to control the flow of traffic. These should normally be retro-
reflectors complying to IRC: 79 - Recommended Practice for Road Delineators.
− Traffic cones and cylinders:
Traffic cones of 500mm, 750mm and 1000mm high and 300mm to 500mm in diameter or in
square shape at base and are often made of plastic or rubber and normally have retro-
reflectorised red and white band shall be used wherever required.

Page 5 of 8
− Drums:
Drums about 800mm to 1000mm high and 300mm in diameter can be used either as
channelising or warning devices. These are highly visible, give the appearance of being
formidable objects and therefore command the respect of drivers.
− Barricades:
− Full height fence, barriers, barricades etc. shall be erected around the site in order to prevent
the working area from the risk of accidents due to speedy vehicular movement. Same the way
barricades protect the road users from the danger due to construction equipment and other
temporary structures.

− The structure dimension of the barricade, material and composition, its colour scheme, Logo
and other details shall be in accordance with specifications laid down in tender document.

− All barricades shall be erected as per the design requirements of the Employer, numbered,
painted and maintained in good condition and also Barricade in-charge maintains a barricade
register in site.

− All barricades shall be conspicuously visible at night. This shall be ensured by affixing retro
reflective stripes of required size and shape at appropriate angle at the bottom and middle
portion of the barricade at a minimum gap of 1000mm. In addition minimum one red light or red
light blinker should be placed at the top of each barricade.

• The contractor shall ensure that all his construction vehicles plying on public roads (like dump
trucks, trailers, etc.) have proper license to ply on public roads from the State Transport
Authority. Drivers holding proper valid license as per the requirements of Motor Vehicles Act
shall drive these vehicles
• The contractor shall not undertake loading and unloading at carriageways obstructing the free
flow of vehicular traffic and encroachment of existing roads by the contractor applying the
excuse of work execution.
• Tow away vehicle: The contractor shall make arrangements keeping tow away van / manpower
to tow away any breakdown vehicle in the traffic flow without losing any time at his cost.
• Cleaning of roads : The contractor shall avoid impact on the cleanliness of public roads and
footpaths due to his works, by deploying proper manpower for sweeping, cleaning, washing,
including proper disposal of dust and debris arising.

6. Environmental Management System and Monitoring Plan


For the effective implementation of EMP, an Environmental Management System (EMS) should be
established at the site. The EMS should include the following:
• An environmental management cell.
• Environmental Monitoring.
• Personnel Training.
• Regular Environmental Audits & Corrective Action.
• Documentation – Standard operating procedures
a. Environmental Management Cell

A Cell for Environmental Management within NRDA at the project level, will take the overall
responsibility for co-ordination of the actions required for environmental management and mitigation,
and for monitoring the progress of the proposed management plans and actions to be taken for the
project. The Cell will be headed by a qualified Environmental Engineer and the other members of the
cell that will include an Environmental Field Officers, Scientist, Chemists and Operators. The cell will
report to Engineer In Charge NRDA for regular compliances. The executing agency should assist
Engineer In Charge and EMC in all matters wrt the Environmental Management.

Page 6 of 8
The EMC will prepare a formal report on environmental management at six-monthly intervals.
Reports on any urgent or significant issues may be prepared at shorter intervals. Apart from
responsibilities listed above, the EMC will have the responsibility of the following:
To implement the environmental management plan,
- To assure regulatory compliance with all relevant rules and regulations,
- To minimize environmental impacts as by strict adherence to the EMP,
- To initiate environmental monitoring as per approved schedule.
- Maintain documentation of good environmental practices and applicable environmental
laws as ready reference.
- Maintain environmental related records.
- Coordination with regulatory agencies, external consultants, monitoring laboratories.
- All the Environment related aspects will be handled by a dedicated group and will be
responsible for the compliance to all the issues
- To manage post project-monitoring plan as per approved EIA & EMP.
- To develop & maintain green belt
- To work for continuous & regular improvement in environmental engineering
b. Environmental Monitoring

The purpose of environmental monitoring is to evaluate the effectiveness of implementation of


Environmental Management Plan (EMP) by periodically monitoring the important environmental
parameters within the impact area, so that any adverse affects are detected and timely action can be
taken.
In consultation with CECB, the NRDA will monitor ambient air quality, noise levels, groundwater
quality and quantity, soil quality and solid wastes in accordance with an approved monitoring
schedule. The monitoring protocol and location selection will have to be done carefully. The
monitoring and sampling program should be discussed and approved. A suggested monitoring
protocol, based on the predicted impacts, is given in Table c.
Table c: Monitoring Program during Construction Phase

Sr. Environmental No. Of Parameters Period and Frequency


No attribute Locations
1 Ambient Air Quality Five stations per Criteria Pollutants: • 24-hr average sampling
corridor SO2, N0x, SPM, except for CO, which will be 8-
PM10, CO hr sampling. –
• Twice a week

2 Ambient Noise Five stations per dB(A) levels Hourly day and night time Leq
corridor levels every quarter during
construction phase
3 Water Quality Five Samples per Drinking water Quarterly
corridor parameters as per IS
10500.
4 Soil quality Five Samples per Organic matter, C, H, Quarterly
corridor N, Alkalinity, Acidity,
heavy metals and
trace metal.
Alkalinity, Acidity.
5 Inventory of flora Once during construction
period
6 Socio-economic Physical Survey Once during construction
condition of local period
population
7 Meteorological 2 location – One Daily
Monitoring of Wind in Raipur and
speed, Wind other in Naya
direction, Humidity Raipur
and temperature 104 days in a

Page 7 of 8
Sr. Environmental No. Of Parameters Period and Frequency
No attribute Locations
year.
NRDA will depute its Environmental Engineers for regular checking to ensure compliance in
accordance with the suggested monitoring programme to be carried out by the contractor in
accordance with EMP.
c. Personnel Awareness & Training

Training to 10 personals and human resource development is an important link to achieve


sustainable operation of the facility and environmental management both during construction and
operation phase. For successful functioning of the project, relevant EMP should be communicated
both during constructional and functional phases to all concerned staff and contractors.
d. Environmental Audits & Corrective Action Plans

To assess whether the implemented EMP is adequate, periodic environmental audits will be
conducted by Environment Cell, NRDA. These audits will be followed by Corrective Action Plans
(CAP) to correct various issues identified during the audits.
e. Documentation – Standard operating procedures

Record keeping and reporting of performance is an important management tool. Records should be
maintained for regulatory, monitoring and operational issues. Typical record keeping requirements is
summarized in Table d.
Table d: Record Keeping Requirements

Parameter Particulars
Solid Waste Handling &Disposal • Daily quantity of waste received
• Daily quantity treated and recycled
• Daily quantity sold
Regulatory Licenses (Environmental) • Environmental Permits / Consents from CECB / MoEF (if
required)
• Copy of Waste manifests as per requirement
Monitoring & Survey • Records of all monitoring carried out as per the finalized
monitoring protocol.
Other • Log book of compliance
• Employee environmental, health and safety records
• Equipment inspection & calibration records, where applicable
• Vehicle maintenance and inspection records
Note: The detailed monitoring of records as per preceding paras, their evaluation and reporting shall
be done by the contractor as per the direction of the Engineer in charge.

Page 8 of 8
SECTION 6: DRAWINGS

63
NCB.CW/W-2
Drawings
CONTENTS
00 A01  CONTENTS 
00 A02  CONTENTS 
00 A03  CONTENTS 
00 A04  GENERAL NOTES  

SR.NO.  DWG. NO.  TITLE 


1  D.W.C./A‐01  Site layout (Ground floor) 
2  D.W.C./A‐02  Site layout (landscape layout ‐ G. Floor) 
3  D.W.C./A‐03  Signage layout (G. Floor) 
WORKSHOP 
4  D.W.C./A‐04  Ground Floor plan 
5  D.W.C./A‐05  First Floor plan 
6  D.W.C./A‐06  Roof plan 
7  D.W.C./A‐07  Elevations, Sections 
8  D.W.C./A‐08  Elevations, Sections 
9  D.W.C./A‐09  Sections 
10  D.W.C./A‐10  Sections 
11  D.W.C./A‐11  Sections 
12  D.W.C./A‐12  Sections 
13  D.W.C./A‐13  Sections 
14  D.W.C./A‐14  Sections 
15  D.W.C./A‐15  Sections 
16  D.W.C./A‐16  Sections 
CONTROL CENTRE 
17  D.W.C./A‐17  Ground and first floor plan, Elevations 
18  D.W.C./A‐18  Second, Third and Roof Plan & Elevation 
19  D.W.C./A‐19  Sections 
20  D.W.C./A‐20  Section and South Elevation 
21  D.W.C./A‐21  Sections 
22  D.W.C./A‐22  Sections 
23  D.W.C./A‐23  Sections 
24  D.W.C./A‐24  Sections 
25  D.W.C./A‐25  Sections 
26  D.W.C./A‐26  Sections 
27  D.W.C./A‐27  Sections 
28  D.W.C./A‐28  Sections 
GATE STRUCTURE 
29  D.W.C./A‐29  Gate Structure Plan 
30  D.W.C./A‐30  Gate Structure Elevations 
31  D.W.C./A‐31  Gate Structure Sections and Elevations 
        
TYPICAL DETAILS 
32  D.W.C./D‐01  Workshop  cattle trap & Gate Details 
64
NCB.CW/W-2
SR.NO.  DWG. NO.  TITLE 
33  D.W.C./D‐02  Workshop  cattle trap & Gate Details 
34  D.W.C./D‐03  Workshop  cattle trap & Gate Details 
35  D.W.C./D‐04  Workshop Painting & Denting  
      Inspection pit, Screw Jack Detail 
36  D.W.C./D‐05  Workshop  General Inspection pit, Washing Ramp 
37  D.W.C./D‐06  Workshop  Service Pit Details 
38  D.W.C./D‐07  Signage Details 
39  D.W.C./D‐08  Fencing detail
      Thermoplastic Paint Marking Details 
40  D.W.C./D‐09  Workshop Typical Manhole Details 
41  D.W.C./D‐10  Workshop and Control Center Flashing Details 
42  D.W.C./D‐11  Workshop and Control Center Flashing Details 
43  D.W.C./D‐12  Workshop Typical Grill Detail 
COMPOUND WALL 
44  D.W.C./CW‐01  Workshop Compound Wall Elevations 
45  D.W.C./CW‐02  Workshop Compound Wall Elevations 
46  D.W.C./CW‐03  Workshop C. Wall Typical Details 
        
STAIRCASE 
47  D.W.C./ST‐02  Control Centre, Typical Staircase Details 
STRUCTURE DRAWING 
48  D.W.C./S‐01  Workshop foundation layout  
49  D.W.C./S‐02  Workshop foundation details 
50  D.W.C./S‐03  Workshop foundation details 
51  D.W.C./S‐04  Workshop foundation details 
52  D.W.C./S‐05  Workshop foundation details
53  D.W.C./S‐06  Workshop foundation layout 
54  D.W.C./S‐07  Workshop sections 
55  D.W.C./S‐08  Workshop sections
56  D.W.C./S‐09  Workshop sections 
57  D.W.C./S‐10  Workshop staircase layout and detail‐ST2 
58  D.W.C./S‐11  Workshop staircase layout and detail‐ST1 
59  D.W.C./S‐12  Workshop painting and denting, pit foundation 
60  D.W.C./S‐13  Control centre‐Foundation layout and details  
61  D.W.C./S‐14  Control centre ‐ column schedule  
62  D.W.C./S‐15  Control centre ‐ all level floor layout  
63  D.W.C./S‐16  Control centre ‐ Truss detail 
64  D.W.C./S‐17  Control centre ‐ Roof framing layout 
65  D.W.C./S‐18  Gate ‐ Foundation layout and details  
66  D.W.C./S‐19  Gate ‐ Foundation details 
67  D.W.C./S‐20  Gate ‐ Roof layout 
68  D.W.C./S‐21  Gate ‐ Detail of truss ‐ GT 2 & GT 4 
69  D.W.C./S‐22  Gate ‐ Detail of Truss ‐ GT5 & GT6  

65
NCB.CW/W-2
SR.NO.  DWG. NO.  TITLE 
70  D.W.C./S‐23  Compound wall ‐ Foundation layout, details 
71  D.W.C./S‐24  Cattle trap gate 5, 6 ‐ Foundation layout, details  
72  D.W.C./S‐25  Cattle trap gate 2, 3 ‐ Foundation layout, details  
73  D.W.C./S‐26  Cattle trap gate 1, 4 ‐ Foundation layout, details  
74  D.W.C./S‐27  Washramp (1 & 2) F. layout & details  
75  D.W.C./P‐01  Workshop drainage layout 
76  D.W.C./P‐02  Workshop ‐ Storm water drainage layout 
77  D.W.C./P‐03  Workshop Terrace ‐ Storm layout plan 
78  D.W.C./P‐04  Workshop ‐ Ground Floor water supply plan 
79  D.W.C./P‐05  Control centre ‐ Drain water layout 
80  D.W.C./P‐06  Control centre ‐ First Floor Drain water layout 
81  D.W.C./P‐07  Control centre ‐ Second Floor Drain water layout 
82  D.W.C./P‐08  Control centre ‐ Third Floor Drain water layout 
83  D.W.C./P‐09  Control centre ‐ GF water supply layout 
84  D.W.C./P‐10  Control centre ‐ FF water supply layout 
85  D.W.C./P‐11  Control centre ‐ SF water supply layout 
86  D.W.C./P‐12  Control centre ‐ TF water supply layout 
87  D.W.C./P‐13  Waste water site drainage layout 
88  D.W.C./P‐14  Water supply external site plan 
89  D.W.C./P‐15  Storm water drainage site plan 
90  D.W.C./P‐17  Dewats  
91  D.W.C./P‐18   Septic Tank and Soak Well detail 
92  D.W.C./P‐19  Typical details of Percolation well 
HVAC  
93  D.W.C./H‐01  Workshop First Floor plan  
94  D.W.C./H‐02  Control Centre ‐ Reflected ceiling & HVAC  
95  D.W.C./H‐03  Control Centre ‐ F.Floor and S. Floor HVAC  
96  D.W.C./H‐04  S.L.D. for Refrigerant piping and Drain piping 
FIRE FIGHTING 
97  D.W.C./F‐01  Fire Hydrant System ‐ GF 
98  D.W.C./F‐02  Fire Hydrant System ‐ FF 
99  D.W.C./F‐03  Fire Hydrant System ‐ SF 
100  D.W.C./F‐04  Fire Hydrant System ‐ Site plan 
101  D.W.C./F‐05  Fire Fighting ‐ Pump room detail 
Electrical    
Workshop and 
Control Center       
102  E‐LTG_CC_01  Ground Floor Electrical Lighting Layout 
103  E‐LTG_CC_02  First Floor Electrical Lighting Layout 
104  E‐LTG_CC_03  Second Floor Electrical Lighting Layout 
105  E‐RW _CC_01  Ground Floor Raceway  Layout 
106  E‐RW_CC_02  First Floor Raceway Layout 
107  E‐RW_CC_03  Second  Floor Raceway Layout
108  E‐LV_CC_01  Ground  Floor LV Layout 
66
NCB.CW/W-2
SR.NO.  DWG. NO.  TITLE 
109  E‐LV_CC_02  First  Floor LV Layout 
110  E‐LV_CC_03  Second Floor LV Layout 
Workshop 
111  E‐LTG_WS_01  Ground Floor Electrical Lighting Layout         
112  E‐LTG_WS_02  First Floor Electrical Lighting Layout                  
SLD Panel Drawing 
113  E_SL_01  Main LT Panel          
114  E_SL_02  Control Center Main Panel, UPS Panel & VTPN DB    
115  E_SL_03  Workshop Main Panel  
116  E_SL_04  Washing Area IP‐65 Panel & IPFCR Panel 
        
Site Layout 
117  E‐LTG_SL_01  Electrical Site Layout  
118  E‐LTG_SL_02  Electrical Site Layout(Internal Lighting)  
Typical Drawings 
Typical SLD  
119  E‐CC_01  Control Center Lighting DB‐1 & 2, UPS DB‐1 & 2      
120  E‐CC_02  Control Center Lighting DB‐3, UPS DB‐3, 8 way  
      VYPN DB‐ 1 & 2       
121  E‐WS_01  Workshop Lighting DB‐1 & 2 
122  E‐SL_01  External Lighting DB For Control Center &Workshop  
123  E‐TY_JB_01  Typical Junction Box  
124  E‐TY_01  Typical Details of Chemical & Plate Type Earthing       
125  E‐TY‐02  Typical Details of Manhole & Cable Laying  
126  E‐TY_03  Telephone Riser Diagram      
Control center and Workshop Landscape details
127  D.W.C./L‐01  Control center and Workshop part  plan 
128  D.W.C./L‐02  Control center and Workshop  details  
129  D.W.C./L‐03  Control center and Workshop details  
130  D.W.C./L‐04  Control center and Workshop details  
Median Bus Shelter: 5 m Median 
131  B.S.1/A‐01  Site Plan, Plan and Elevation 
132  B.S.1/A‐02  Roof plan, Reflected Ceiling plan and Section 
133  B.S.1/A‐03  Sections and Elevations  
134  B.S.1/A‐04  Shuttering Layout, Elevation and Plan 
135  B.S.1/A‐05  Ticket counter details  
136  B.S.1/S‐01  Foundation Layout and details 
137  B.S.1/S‐02  Roof layout and details 
Median Bus Shelter: 20 m Median 
138  B.S.2/A‐01  Site Plan 
139  B.S.2/A‐02  Plan, Elevation  
140  B.S.2/A‐03  Section, Flooring, Roof & Reflected Ceiling plan 
141  B.S.2/A‐04  Sections and Details 
142  B.S.2/A‐05  Shuttering layout, Elevation and Plan 
67
NCB.CW/W-2
SR.NO.  DWG. NO.  TITLE 
143  B.S.2/A‐06  Details  
144  B.S.2/S‐01  Foundation layout and details 
145  B.S.2/S‐02  Roof Truss layout 
        
Median Bus Shelter: 100 m Median  
146  B.S.3/A‐01  Site Plan, Plan and Elevations 
Pick up at existing Mantralaya 
147  B.S.4/A‐01  Site Plan
148  B.S.4/A‐02  Surrounding and Part details  
149  B.S.4/A‐03  Surrounding and Part details  
150  B.S.4/A‐04  Surrounding and Part details  
151  B.S.4/A‐05  Surrounding and Part details  
152  B.S.4/A‐06  Plans and Elevations  
153  B.S.4/A‐07  Roof & Ceiling Plan and Section 
154  B.S.4/A‐08  Elevations and Section 
155  B.S.4/A‐09  Shuttering layout, Elevation and Plan 
156  B.S.4/A‐10  Ticket Window details 
157  B.S.4/S‐01  Foundation Layout and Details  
158  B.S.4/S‐02  Roof Truss Layout and Details  
159  B.S.4/P‐01  Storm water drainage plan layout  
Miscellaneous       
160  M/A‐01  Street furniture ‐ Bench, bollard, dustbin 
161  M/A‐02  Street furniture ‐ Mandatory Signage  
162  M/A‐03  Street furniture ‐ Bus shelter Backlit Signage  
163  M/A‐04  Street furniture ‐ Bench, railing, louvers, ledge details  
164  M/A‐05  Street furniture ‐  Marker and shuttering details
165  M/A‐06  Roofing and false ceiling details  
166  M/A‐07  Flashing details 
Electrical ‐ Bus Shelter 
Bus Shelter – 1    
167  ELTG_BS‐01_01  Electrical Lighting layout  
168  EPPG_BS‐01_01  Electrical Piping layout  
        
Bus Shelter ‐ 2       
169  ELTG_BS‐02_01  Electrical Lighting layout  
170  EPPG_BS‐02_01  Electrical Piping layout  
Bus Shelter ‐ 4       
171  ELTG_BS‐04_01 Electrical Lighting layout 
172  EPPG_BS‐04_01  Electrical Piping layout  
173  E‐BS_SL_07  Site Plan  
SLD For Tender Purpose 
174  EL_BS_SL_01  SLD for LDB ‐1,2 and UPS‐DB of Bus Shelter 1 
175  EL_BS_SL_02  SLD for LDB ‐1,2 and UPS‐DB of Bus Shelter 5      

68
NCB.CW/W-2
SECTION 7: BILL OF QUANTITIES

69
NCB.CW/W-2
Notes to Bill of Quantities

A All Tender drawings to be studied carefully before quoting rates.


B All works shall be executed as per relevant specifications / codes and to the best of the Engineering practices.
C Rates shall be inclusive of all kinds of material, equipment, labour, tubular "H" frame scaffolding, Acrow props,
Adjustable acrow spans, MS shuttering sheets of good quality( sheet to be free from bends, rusting, broken edges,
etc and shall be well maintained), adjustable stirrup heads, hardware, adhesives, waterproofing compounds,
structural grade silicone sealants of Dow Corning, wacker or equivalent etc.

D Rates shall be inclusive of electricity and water


E Contractor shall provide written guarantee for waterproofing of the water tanks and terraces for a period of 10
years.

Note:
(1) Item for which no rate or price has been entered in will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in
the Bill of Quantities (refer: ITB Clause 13.2 and GCC Clause 43.3).

(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1].

(3) Where there is a discrepancy between the rate in figures and words, the rates in words will govern.
[ITB Clause 27.1(a) ]

4) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by quantity, the unit rate quoted shall govern [ITB
Clause 27.1 (b)].

70
NCB.CW/W-2
PROJECT COST ABSTRACT

PART DESCRIPTION AMOUNT ( Rs.)

PART A CIVIL WORKS, PLUMBING & LANDSCAPE


PART B FIRE FIGHTING WORKS
PART C ELECTRICAL WORKS
PART D HVAC WORKS

TOTAL ( PART A+B+C+D)

71
NCB.CW/W-2
Bill of Quantities
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
PART A CIVIL WORKS, PLUMBING & LANDSCAPE         
1 Carriage Materials         
        
1.01 Supply and stacking of Fly ash conforming to IRC- 58 at site, cum 21478.00
including carriage, loading , unloading & stacking up to any
lead (measured stacks will be reduced by 20% for payment).
        
1.02 Filling with available fly ash and earth (excluding rock) in cum 21478.00
trenches or embankment in layers (each layer should not
exceed 15 cm), with intermediate layer of compacted earth
(Soil density of 98%) after every four layers of compacted
depth of fly ash, sides & top layer of filling shall be done with
earth having total minimum compacted thickness 30 cm or as
decided by Engineer -in-charge, including compacting each
layer by rolling/ ramming and watering, all complete as per
drawing and direction of Engineer -in - charge.   
1.03 Supplying chlorpyriphos/ Lindane emulsifiable concentrate of litre 4578.63
20% in sealed containers including delivery as specified.         
2 EARTH WORK   
2.01 Excavation for all types and sizes of foundations, trenches and
drains or for any other purpose including disposal of excavated
stuff upto 1.5 m lift and lead upto 50m (at least 5m away from
the excavated area), including dressing and leveling of pits.
Rates shall be inclusive of bailing and pumping out of water
and sludge from excavation pits.
        
a. In all types of soil cum 7358.24         
b. In ordinary rock cum 867.84         
c. In hard rock requiring blasting cum 867.84         
2.02 Extra rate for lead for every 50m average lead upto 500 m
beyond 50 m free lead and 1.5 m free lift.         
a. for soil cum 2029.73         
b. for rock cum 506.45         

72
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
2.03 Filling from available excavated stuff (Excluding rock) in cum 5871.67
trenches, plinth, sides of foundation etc. in layers not
exceeding 20cm in depth consolidating each deposited layer
by ramming and watering with a lead upto 50 M. and lift upto
1.5 M.         
2.04 Providing and filling in plinth with sand/ Crusher dust under cum 1071.08
floor in layers not exceeding 20cm in depth consolidating each
deposited layer by ramming and watering, including dressing
etc. complete.         
2.05 Extra for every additional lift of 1.5 m or part thereof.         
a. all types of soil cum 685.76         
b. ordinary or hard rock cum 174.13         
2.06 Felling trees of the girth (measured at a height of 1 m above
ground level) including cutting of trunks and branches
removing the roots and stacking of serviceable material after
cutting in approved sizes and disposal of unserviceable
material.         
a. Beyond 30 cm girth upto and including 60 cm girth each 2.00         
b. Beyond 60 cm girth upto and including 120 cm girth each 2.00         
c. Beyond 120 cm girth upto and including 240 cm girth each 2.00   
d. Above 240 cm girth each 2.00   
2.07 Clearing and grubbing road land including uprooting rank
vegetation, grass, bushes, shrubs, saplings and trees girth up
to 300 mm, removal of stumps of trees cut earlier and disposal
of unserviceable materials and stacking of serviceable material
to be used or auctioned up to a lead of 1000 meters including
removal and disposal of top organic soil not exceeding 150 mm
in thickness if required and as per relevant clauses of section-
200.
        
A In area of light jungle hectare 0.60         
B In area of thorny jungle hectare 0.60         
ANTI TERMITE TREATMENT         
2.08 Diluting chemical emulsion (Chlorpyriphos/ lindane) in water as sqm 4578.61
per manufacturers recommendation and injecting for pre-
constructional curative cum preventive anti-termite
treatment:(Five year service guarantee bond to be signed by
contractor)
Surface treatment by spreading emulsion under floor, over the
plinth area before laying base concrete @ 5 litres / sqm   

73
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
3 Mortars         
3.01 15mm thick cement plaster on the rough side of single or half
brick wall of mix:         
a. In Cement Mortar 1:4 (1 cement : 4 fine sand) sqm 1349.30         
3.02 12mm thick cement plaster of mix:         
a. In Cement Mortar 1:4 (1 cement : 4 fine sand)-(single coat sqm 1309.03
finish and single coat rough plaster)
        
3.03 18 mm thick cement plaster with under layer of 12mm thick sqm 1977.75
cement plaster 1:5 (1 cement : 5 fine sand) finished with a top
layer of 6mm thick cement plaster 1:3 (1 cement : 3 fine sand).
        
3.04 Providing and laying 27 mm thick washed stone grit plaster on sqm 3775.00
exterior walls of height upto 10m above ground level in two
layers, under layer 15mm thick plaster in cement mortar 1:4 (1
cement : 4 fine sand) furrowing the under layer with scratching
tool, applying cement slurry on the under layer @ 2 Kg of
cement per sqm, top layer 12mm thick cement concrete 1:1 (1
Cement: 1 Marble stone/ any other stone chips by weight 2-
6mm nominal size) in panels with groove as per design and
drawing all around as per approved pattern including
scrubbing and washing the top layer with brushes and water to
expose the stone chippings complete (Payment for providing
grooves shall be included in the rate). several samples to
be made for approval, no additional payment shall be
made for making such samples.

        
4 CEMENT CONCRETE   
4.01 Providing and laying nominal mix cement concrete with
crushed stone aggregate using concrete mixer in foundation,
plinth and at ground level excluding cost of form work.
        
a. 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate cum 1858.62
40mm nominal size).         
4.02 Providing and laying design mix plain cement concrete with
crushed graded stone aggregate 20mm nominal size using
batching plant, transit mixer and concrete pump, in all works
upto floor five level excluding cost of form work.         
M-20 (using minimum cement 390 kg/cum concrete) cum 3603.00         

74
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
4.03 Providing and laying nominal mix cement concrete with
crushed stone aggregate using concrete mixer in foundation,
plinth and at ground level excluding cost of form work.
        
a. 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone cum 721.00
aggregate 20mm nominal size).         
4.04 Providing and fixing in position impregnated fibre board
confirming to IS: 1838 in expansion joints, including cost of
primer, sealing compound all complete.         
a. 25mm thick sqm 10.00         
4.05 Cast in Situ Cement Concrete M20 kerb (Construction of rmt 11003.00
cement concrete kerb with top and bottom width 115 and 165
mm respectively, 250 mm high in M 20 grade PCC on M-10
grade foundation 150 mm thick, foundation having 50 mm
projection beyond kerb stone, kerb stone laid with kerb laying
machine, foundation concrete laid manually, all complete as
per clause 408)         
4.06 Providing and laying Tremix concreting (M20 minimum cement cum 202.36
content 390 kg/cum ) and finishing to the top surface of
concrete and vacuum dewatering and broom finishing with
power driven trolley and providing 200 micron polythene paper
of approved make etc. by approved agency as directed.
including water proofing compound
        
4.07 Cement concrete flooring with cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone aggregate 20mm)
finished with a floating coat of neat cement..         
40 mm thick sqm 178.73         
4.08 Providing & laying 60mm thick precast interlocking concrete
blocks of approved size (approx 305 sqcm) and shape/ pattern,
over 40 mm thick average complete coarse sand bed with
joints of 3mm thick filled by fine sand including leveling with
surface vibrator, temping and sweeping etc. complete of
minimum compressive strength of 250 kg/sq.cm
        
Plain precast interlock concrete blocks Sqm 1082.00         

75
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
4.09 Providing & laying 60mm thick precast interlocking grass paver sqm 285.00
concrete blocks of approved size (approx 305 sqcm) and
shape/ pattern, over 40 mm thick average complete coarse
sand bed with joints of 3mm thick filled by fine sand including
leveling with surface vibrator, temping and sweeping etc.
complete of minimum compressive strength of 250 kg/sq.cm
  
4.1 Providing and fixing precast compressed plain cement sqm 20.00
concrete edge restraint of size 500mmx250mmx60mm of
compressive strength of 200kg. per sq.cm manufactured by
electro hydraulically operated block machine by excavated
trench of 150mm depth etc. complete
        
4.11 Extra for 1:3 Float Finished Cement plaster to desired profile Sq.m 1.50
as / drg.         
5 Reinforced Cement Concrete         
5.01 Providing and fixing formwork including centering, shuttering,
strutting, staging, propping bracing etc. complete and including
its removal at all levels, for:   
a. Foundations, footings, base of columns and plinth beam in sqm 4900.66
any shape and size.         
b.Wall of any thickness including attached pilasters, buttresses sqm 5830.60
etc.         
c. Small lintel not exceeding 1.5m clear span. sqm 15.00         
d. Columns, Pillars, Piers and likes- rectangular or square in sqm 1951.86
shape         
e. Suspended floors, roofs, access platform, balconies (plain sqm 2303.03
surfaces) and shelves (cast in situ)         
f. Beams, lintels, cantilevers & walls sqm 1442.00         
g. Vertical and horizontal fins individually or forming box, sqm 25.00
louvers bands, almirah shelves and likes.         
h. Stair cases of all types excluding spiral and folded plate sqm 66.05
type, including risers and landings         

76
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
5.02 Extra for providing formwork for exposed concrete surface in sqm 6144.55
desired pattern and size, using shuttering plywood, including
neat cleaning the exposed concrete surface, rendering as
directed by the consultant/site engineer, making drip moulds
on the ledge & edges. Only the final exposed RCC surfaces
shall be measured for payments.
  
6 BRICKWORK         
6.01 Brick work with clay fly ash F.P.S. (non modular) brick of class
designation 7.5 in superstructure above plinth level up to floor
five level in :         
a. Cement Mortar 1:4 (1 Cement : 4 Coarse Sand) cum 203.40         
6.02 Extra for brick work in superstructure:         
Brick work with non modular fly ash lime bricks (FALG Bricks) cum 277.49
conforming to IS:12894, class designation 10 average
compressive strength in super structure above plinth level up
to floor V level in :
a. Above plinth and upto floor five level.
        
6.03 Half brick masonry with non modular mechanised auto claved
fly ash sand lime bricks of class designation 10, conforming to
IS : 12894, in super structure above plinth and upto floor V
level.         
a. Cement mortar 1 : 4 (1 cement : 4 coarse sand) sqm 390.00         
6.04 Extra for providing and placing in position hopping 25x1.60 mm sqm 390.00
or 2 Nos 6mm dia MS bars reinforcement at every third course
of half brick masonry.         
7 Stone Work         

77
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
7.01 Providing and laying in position 25mm thick well dressed River sqm 3086.68
finish rough Mandana stone in flooring, benches, skirting and
DADO flushed with wall plaster surface etc, (including chipping
and chasing in wall) of required size and pattern as per
drawings and details over 20mm thick bedding of cement
mortar 1:5 and jointed with grey cement slurry mixed with
pigment to match the shade of the stone slab including rubbing
and edge polishing, tools and tackles complete at all levels as
directed to the satisfaction of the Engineer in charge. Rates
inclusive of cleaning with water and oxalic acid. River finishing
of the Mandana stones shall be done only by experts using
excellent quality Du pont make or equivalent abrasives and
wire brush of different numbers at factory level before bringing
the same to site. Sizes shall be as per drawing.
The Mandana stone surface shall not have any kind of
protruding layers on its surface and shall have a more or less
even kind of granular rough texture and shall be non-slippery.
Samples shall be approved well in advance prior to use. The
rates shall be inclusive of river finishing process and no extra
shall be paid for samples given for approvals. The exposed
edge of the stone shall be of uniform thickness and polished
with providing grooves as per design drawings.
        

78
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
7.02 Providing and laying in position 25mm thick well dressed River sqm 8.35
finish rough Mandana stone in treads, risers, skirting of
staircases, sills, jambs flushed with wall plaster surface etc,
(including chipping and chasing in wall) of required size and
pattern as per drawings and details over 20mm thick bedding
of cement mortar 1:5 and jointed with grey cement slurry
mixed with pigment to match the shade of the stone slab
including rubbing and edge polishing, tools and tackles
complete at all levels as directed to the satisfaction of the
Engineer in charge. Rates inclusive of cleaning with water and
oxalic acid. River finishing of the Mandana stones shall be
done only by experts using excellent quality Du pont make or
equivalent abrasives and wire brush of different numbers at
factory level before bringing the same to site. The Mandana
stone surface shall not have any kind of protruding layers on its
surface and shall have a more or less even kind of granular
rough texture and shall be non-slippery. Samples shall be
approved well in advance prior to use. The rates shall be
inclusive of river finishing process and no extra shall be paid
for samples given for approvals. The exposed edge of the
stone shall be of uniform thickness and polished with providing
grooves as per design drawings.   
7.03 25 mm thick Polished KOTA stone slab in flooring, sills, sqm 1793.81
jambs, soffit, top of seats over 20mm (average) thick base of
cement mortar 1:4 laid over and jointed with grey cement slurry
mixed with pigment to match the shade of the slab including
grinding rubbing and polishing etc. complete (Area of slab to
be over 0.20 sq.m and upto 0.50 sq.m). Item to include edge
polish and grooves. The exposed edge of the stone shall
be of uniform thickness. The rate to include the use of
areldite and/or S.S. clamps wherever necessary.
        

79
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
7.04 KOTA stone slab 25mm thick in risers and treads of steps, sqm 76.86
skirting dado and pillar laid in 12mm (average) thick cement
mortar 1:3 (1 cement : 3 coarse sand) and jointed with grey
cement slurry mixed with pigment to match the shade of the
slab including rubbing and polishing complete. (single stone is
to be used for riser and treads of steps and the width of stone
for skirting and dado shall be equal to the height of skirting/
dado with a minimum length of 1.0 M.) Item to include edge
polish and grooves. The exposed edge of the stone shall
be of uniform thickness.

        
7.05 25 mm thick River wash KOTA stone slab in flooring, sills, sqm 10769.03
jambs, top of seats over 20mm (average) thick base of cement
mortar 1:4 laid over and jointed with grey cement slurry mixed
with pigment to match the shade of the slab including grinding
rubbing and polishing etc. complete (Area of slab to be over
0.20 sq.m and upto 0.50 sq.m)
        
8 Marble And Granite         
8.01 15 mm thick Table rubbed polished Granite stone slab flooring,
platforms laid over 20mm (average) thick base of cement
mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with
grey cement slurry including rubbing and polishing etc.
complete. (Area of slab should be 0.50 sqm and above)
including making patterns, and mixing of more than one
colour of granite as per design. the granite should not
absorb water, the samples for granite to be approved by
the consultant.         
a) Granite stone grey/ pink sqm 160.00         
b) Granite stone black sqm 20.00         
c) Granite stone lakha red/ shahi red sqm 13.00         
8.02 15 mm thick Table rubbed polished Granite stone slab in risers sqm 145.37
and treads of steps skirting dado and pillars, walls laid on
12mm (average) thick base of cement mortar 1:3 (1 cement : 3
coarse sand) and jointed with grey cement slurry including
rubbing and polishing etc. complete (single stone is to be
used for risers and treads of steps and width of stone for
skirting and dado shall be equal to the height of skirting &
dado and length of 1.0 m).
a) Granite stone grey/pink         

80
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.03 Providing and laying at or near ground level 175X125X300 cum 1.90
kerb stone in Saw Finish Red Mandana Sandstone, in position
to the required line, level and curvature, jointed with cement
mortar 1:3 (1 cement: 3 coarse sand), over 1:3:6 Cement
Concrete Haunch, laid to level over adequately well-
Compacted Sub-grade, as directed by Engineer-in-charge,
including making joints with or without grooves (thickness of
joints except at sharp curve shall not to more than 5mm),
including making drainage opening wherever required
complete etc. as per direction of Engineer-in-charge . (Precast
C.C. kerb Haunch to receive Kerb stone shall be approved by
Engineer-in-charge)

        
8.04 Providing and laying at or near ground level 67X175X300 cum 1.00
Edging stone 'A', Flush with paving in Saw-Finish Red
Mandana Sandstone, laid in position to the required line, level
and curvature, including making good joints, over a Cradle of
1:3:6 Cement Concrete, thickness of joints except at sharp
curve shall not to more than 5mm, including making drainage
opening wherever required complete etc. as per direction of
Engineer-in-charge. Poured C.C. cradle to receive Edging
stone shall be of required quality, as specified and green at the
time of Laying the Edging Stone, 'A', as approved by Engineer-
in-charge

        
8.05 Providing and laying at or near ground level 175X125X300 cum 0.45
Edging stone 'B', Flush with Road in Saw-Finish Red Mandana
Sandstone, in position to the required line, level and curvature,
including making good joints, thickness of joints except at
sharp curve shall not to more than 5mm, including making
drainage opening wherever required complete etc. as per
direction of Engineer-in-charge. Precast C.C. kerb Haunch to
receive Kerb stone shall be approved by Engineer-in-charge)

        

81
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.06 Providing and fixing in position machine Saucer Drain (Type- NOS 11.00
1) with covers and cap in cut fine chisel dressed Mandana
stone of size 500x 500mm with 4 nos machine drilled circular
holes of 40mm dia as per drawing, including tile spacers, 12
mm dia GI Bolts with nuts fixed in positions with resin adhesive
and pipe drain with Nylon mesh and cap etc complete as /
detail over basin chamber of internal size 500X500X600 (avg
depth) inside in one brick thick brickwork with bricks of class 75
in cement mortar 1:5 in fine sand, in150 thk cement concrete
1:2:4, foundation concrete 1:5:10, with coarse sand 150mm
thick, inside plaster 12 mm thick with cement mortar 1:3,
finished with a floating coat of neat cement, duly connected to
the trunk storm drainage line without loss, excavation and
backfilling etc complete

        
8.07 Constructing and laying to slope Saucer Drain (type-2) as / RMT 38.00
drawings supplied, of 500X150 mm, max drop of 75mm laid on
CC base 150 mm thk (over 200 thk hardcore and 75 thk sand
bed, to be paid for separately), in fair faced concrete with 12
mm thk cement plaster in 1:3 finished with a floating coat of
neat cement on exposed surface, and finished with top of
grating or cover of basin or chamber as shown.
        
9 Wood Work And PVC Work         
9.01 Providing and fixing of wooden members as shown in the cum 2.83
drawings for ticket counter tops, hand rails of railings etc. in
American Mahogany (Paduk) wood including upto 3mm PU
polish (of Asian Paints, MRF or ICI Dulux make or equivalent)
applied in multiple coats over, labour, all accessories for
fixing,etc complete on site. The contractor shall maintain all the
wooden hand rails in line and level and alignment as desired.
The rates shall be inclusive of all kinds of hardware, nuts,
bolts, adhesives (Fevicol of pidilite make or equivalent). PU
polish shall be sprayed over the wooden members only after
the approval of the Engineer in charge.         

82
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
9.02 Providing, making and placing in position drawers, counter smt 10.16
tops, supports etc using 12mm thick waterproof and termite
resistant grade commercial plywood of century, Kitply,
Greenply make or equivalent, etc as per designs using
American Mohagany teak beading patti (treated wood to resist
fungus and termite) using specified kind of hardware, auto
hinges. Rates shall be inclusive of all kinds of carpentary
labour work, mechanized tools, tackles, material like plywood,
laminates of approved shade 1mm thick, wood, adhesives of
Pidilite make or equivalent, all kinds of hardware like locks,
nails, screws, hinge, roller channels of powder coated
aluminum of approved make etc. The inner surfaces of
drawers shall be stuck with 0.8mm lining laminates of desired
shades of century, boutonica make or equivalent. Rates shall
be inclusive of paint and melamine polishing of edge beadings
etc complete. The work shall be carried out to the satisfaction
of the Engineer in charge. (Only elevational area of tops,
supports, shutters shall be measured for payments on only one
side.)

        
9.03 Providing laminated veneer lumber conforming to IS:14616
and TAD -15:         
2001( Part B) in factory made frames of doors, windows,
clerestory         
windows and other frames, wrought framed and fixing in
position with   
hold fast lugs or with dash fasteners of required dia & length (
hold fast         
lugs or dash fastener shall be paid for separately).         
a)Teakwood cum 2.69         

83
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
9.04 Providing and fixing in position seasoned, treated (termite and smt 45.63
fungus treated) Brazilian IPE decking wood / battens/ patties
as per designs in ceilings of 140mm x 20mm thickness size at
an interval of 25mm with corrugations and "V" grooves of
Beautex make. Rates shall be inclusive of providing staging
for facilitating the execution of work, all mechanized tools,
tackles, labour, hard wax oiling, staining of wood, polishing the
wood evenly to a desired shade, all kinds of hardware,
adhesives etc and making necessary holes in the M.S. tubular
structure and fixing using MS flats or cleats. Contractor to
ensure the members do not warp once work is executed and
hence only seasoned and non warped company manufactured
members shall be used. Counter sunk screw holes shall be
filled up by fitting wooden butts to match grain pattern and give
an even look. The wooden surfaces shall be well planned
using planning tools and sandpaper of different numbers.
Rates shall also include for providing trap doors as per designs
with necessary hinges as specified etc complete and should
operate smooth and easily with locking mechanism. The rates
shall be inclusive of all material, mechanized tools, tackles,
labour, adhesives, nails, screws, bolts of desired size with
washer; other required hardware polishing etc complete. The
work shall be carried out to the complete satisfaction of the
consultant / engineer in charge. The wooden member should
have a density of 994kg/cum, bending strength of 1825kg/cm2.         
9.05
Providing and fixing flush door shutters decorative type, core of
block board construction with frame of first class hard wood
and well matched teak ply veneering with vertical grains or
cross bands and face veneers on both faces of shutters
excluding hinges.         
a. 35 mm. thick (single leaf) (phenol formaldehyde binding) smt 49.03         

84
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
9.06 Providing and fixing as per design wooden false ceiling using smt 285.00
Teak wood framing of size 50 x 50mm anchored to wall using
fasteners and screws. 12 mm ply, 8 mm flexi ply as per profile
shall be screwed to the base frame to receive 4 mm Veneer as
per approved shade of Greenply, Archid ply, Century veneer or
eqivalent. The plywood use shall be termite proof and water
proof of Century, Kitply, Greenlply make or equivalent. Rate
shall be inclusive of all kinds of framing teakwood, plywood,
4mm thk decorative veneer of century, archid or equivalent,
melamine polishing (2 coats and then applying Emry paste
after application of melamine polish) complete. Item to include
making of grooves and provision for light fittings, fire alarms,
air conditioning outlets etc. as per design Item to be executed
as per profiles shown in the drawings.

        
9.07 Providing and fixing as per design wooden wall paneling using smt 277.20
Teak wood framing of size 50 x 50mm anchored to wall using
fasteners and screws. 12 mm ply, 8 mm flexi ply as per profile
shall be screwed to the base frame to receive 4 mm Veneer as
per approved shade of Greenply, Archid ply, Century veneer or
eqivalent. The plywood used shall be termite proof and water
proof of Century, Kitply, Greenlply make or equivalent. Item to
include making of grooves and provision for light fittings as per
design. Item to be executed as per profiles shown in the
drawings.
        
9.08 Providing and fixing 12mm thick Pre-laminated particle board
flat pressed three layer or graded wood particle board
conforming to IS: 12823 Grade I Type II, in paneling fixed in
aluminum doors, windows shutters and partition frames with
C.P. brass/ stainless steel screws etc. complete.
        
a. With decorative lamination on both side sqm 390.00         
10 Steel Work         

85
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
10.01 Steel work in tubular structure (Grade 310Yst) in built-up
sections, trusses and frame work including cutting, hoisting,
fixing in position upto a height of 5m above plinth level,
consisting of columns trusses, roof and bottom purlins, base
plate, holding down bolts, wind ties bracing (if required), bolts,
nuts and washers for fastening etc. complete with applying a
priming coat of red oxide zinc chromate primer and then
spraying two coats of Mettalic / Auto paint of Asian, MRF,
Duco, Dulux make using a compressor machine. The rates
shall be inclusive of all Materials, labour, scaffolding, providing
and applying paint, factory bending of MS sections as per
design profiles and erecting the same on site using all kinds of
necessary hoisting machinery.

        
a. Hot finished welded tubes kg 245758.91         
10.02 Extra over item 8.01 for hoisting trusses and placing in position kg 140627.76
over height above 5m for every 2.5m. Height or part thereof.         
10.03 Steel work welded in built up sections/ framed work including
cutting, hoisting, fixing in position and applying a priming coat
of red oxide zinc chromate primer and then spraying two coats
of Metallic / Auto paint of Asian, MRF, Duco, Dulux make using
a compressor machine of approved shade in even and smooth
finish. The rates shall be inclusive of all Materials, labour,
scaffolding, providing and applying paint, factory bending of
MS sections as per design profiles and erecting the same on
site using all kinds of necessary hoisting machinery.

        
a) In stringers, treads, landings etc. of stair cases including kg 1746.05
use of chequered plate wherever required, all complete.         
b) In gratings, frames, guard bar, ladder, railings (polished kg 55829.78
bars), brackets, gates (polished bars) and similar works.
        

86
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
10.04 Providing and fixing steel door with M.S. sheet 1mm thick, kg 100.00
frame of angle iron, diagonal braces of angle/ flat iron of
suitable size, 3.00 mm M.S. gusset plates at junctions and
corners, all necessary fittings complete including applying a
priming coat of red oxide zinc chromate primer and then
spraying two coats of Metallic / Auto paint of Asian, MRF,
Duco, Dulux make using a compressor machine of approved
shade in even and smooth finish. The rates shall be inclusive
of all Materials, labour, scaffolding, providing and applying
paint, factory bending of MS sections as per design profiles
and erecting the same on site using all kinds of necessary
hoisting machinery.

        
10.05 Providing and fixing factory made ISI marks steel doors as per kg 6010.50
designs of the consultants, windows and ventilators side/ top/
centre hung made up of standard rolled steel section
conforming to IS 1038:1968 and IS1977:1969 joints mitred and
flash butt and sash bars tenoned and riveted/ welded with 10
cm long lugs of size 15x3mm embedded in cement concrete
block 15x10x10 cms of 1:3:6 (1 cement :3 Coarse sand: 6
graded stone aggregate 20 mm nominal size) or rawl plugs
and screws or with bolts and nuts as required including
providing and fixing of hinges, pivots, handles, pegs, stays,
rolling devices, locking arrangements, spring catch etc., as
required complete including applying a priming coat of red
oxide zinc chromate primer and then spraying two coats of
Metallic / Auto paint of Asian, MRF, Duco, Dulux make using a
compressor machine of approved shade in even and smooth
finish. The rates shall be inclusive of all Materials, labour,
scaffolding, providing and applying paint, factory bending of
MS sections as per design profiles and erecting the same on
site using all kinds of necessary hoisting machinery.. The rates
shall be inclusive of providing, fabricating and fixing in
position MS tubular steel frame as per designs including
all fixing hardware, sliding and folding fixtures.
  
10.06 Providing and fixing chicken mesh weighting not less than 250 sqmt 115.00
gms/sqm as per IS: specification in the required width with 10
mm long steel nails on vertical and horizontal surface near
R.C.C and brick walls junctions including scaffolding and all
lead and lifts etc. complete before plastering upto 10 mts in         

87
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
height.

10.07 Providing and placing in position reinforcement for R.C.C. work


including straightening, cutting, bending, binding etc. complete
as per drawings including cost of binding wire all complete:
        
a. Thermo-Mechanically treated bars kg 380109.60         
10.08 Supply and fixing of JSW - Structural Metallic Decking TR 60 x sqmt 713.70
0.9mm S350 Grade corrugated decking system of 0.9mm pre-
coated thickness made from cold rolled steel as per IS 513,
with 350 Mpa yield strength. Hi-Ribs at 333 mm Centers and a
cover width of 666 mm . The edge trim shall be 1.2mm x
275mm girth - 3m length and the sheets shall be fixed using
19mm x 95mm LAW shear studs. Sheets shall be fixed as per
the details and drawings of the manufacturer. The contractor
shall be required to produce load calculations for approval prior
to use of the decking sheet. The work shall be carried out
under proper supervision and guidance of experts/
manufacturers technical team. Overlaps etc shall be as per the
requirements of the manufacturer.

        
11 Flooring         

88
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
11.01 Providing and laying broken 8mm thick white glazed China sqm 365.60
mosaic flooring for plain and curved surfaces on terraces,
floors, balconies, roofs, wall cladding, dado etc comprising of
12mm to 20mm size broken pieces of ceramic/ glazed tiles,
laid over cement mortar 1: 3 bedding on plain or sloped
surfaces. The flooring shall be tamped to bring the cement
mortar cream upto the surface, including rounding of junctions
and extending them to dado along the parapet/ wall. The rate
shall include bands, if different color is used, any pattern or
design as per drawing and direction, finishing with white
cement with joints as small as possible and the tiles placed in
radial manner, curing, cleaning with water and oxalic acid, etc
complete at all levels, as directed and to satisfaction to the
engineer in charge. Rate shall include all tools, tackles,
machines, necessary scaffolding, adding of waterproofing
material as recommended in the bedding mortar by the
Engineer in charge. Exposed edges to be made in line and
level. The item to include all bedding material for obtaining
desired slopes and chemical water proofing of Sika, STP or
equivalent. The edge to be properly made inline and level and
necessary full tile of 100mm width be used to make such edge.
The color of same to be approved by the consultant.   
11.02 Providing and laying in position 15mm - 18mm thick sqm 90.23
Engineered wooden flooring at desired locations as per the
patterns/ designs of the consultants of Pergo, Tarkett,
Eurofloor, Quickstep, Armstrong, Beautex, Egger etc or
equivalent. The samples shall be approved by the consultants
prior to laying. The engineered wooden floor shall have inner
core of hardwood and softwood veneer. The top layer wood
veneer shall be treated using 6 coats of UV hardened laquer
3.5mm thick / natural oil. The wooden floor shall be laid over a
company made underlay felt and underlay foam leveler. The
sides of the engineered wooden flooring shall be firmly secured
against uplift with the use of company made skirting and edge
profiles. The profile sections shall be approved by the
engineer-in-charge prior to use.

        

89
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
11.03 Providing and laying vitrified floor tiles with double charge/
multi charge printing with water absorption less than 0.5% and
conforming to IS : 15622 of approved make in all colours and
shades and size mentioned below (+/- 10mm), laid on 20mm
thick cement mortar 1:4 (1 cement : 4 coarse sand) including
grouting the joints with white cement and matching pigments
etc. complete including cutting of tiles, making patterns,
and mixing of more than 1 colour of tile as per design:

        
600 x600 mm size sqm 322.30         
11.04 Providing and laying brush concrete flooring of 12mm thick sqm 1090.00
cement concrete (1 cement :2 black metal, 6mm size) mixed
with granite pigment of approved quality in a ratio of 2.08 kg/sq
metre are laid over & including a base of 40mm thick cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20mm size) with 12.50 mm size graded B.T metal
mechanically mixed including neat cement finish over granite
with red colour pigment including glass strip of size 45x3 mm
including glass strip of size 45x3 mm including cost of all
material & labor etc. complete.
        
11.05 Providing and fixing ceramic glazed wall tiles conforming to IS : sqm 1158.52
15622 of approved make, colours, shades and size on wall and
dados over 12 mm thick bed of cement Mortar 1:3 (1 cement :
3 coarse sand) and jointing with grey cement slurry @ 3.3kg
per sqm including pointing in white cement mixed with
matching pigment complete.
        
11.06 Providing and laying ceramic glazed floor tiles 300x300mm
conforming to IS : 15622 of approved make, colour, shade laid
on 20 mm thick Cement Mortar 1:4 (1 cement : 4 coarse sand)
including pointing the joints with white cement mixed with
matching pigment etc., complete.
        
a)In all colours such as White, Ivory, Grey, Fume Red Brown, sqm 190.78         

90
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
11.07 Providing and fixing approved quality Durato make vitrified
porcelain body textured warning (tactile) floor tiles of size 300 x
300 x 10mm laid over bedding mortar of 50mm thick in 1:5
ratio.(1 cement : 5 sand) of required size and pattern as per
drawings and details. The joints shall be well jointed using grey
cement slurry mixed with pigments to match the shade of tile
including rubbing and cleaning of tiles with water or oxalic acid
(if directed). The rate shall be inclusive of tools, tackles etc
complete at all levels and laid to desired slopes and levels. The
rates shall include for applying of Zycoseal or any other
weatherproof transparent coating of approved make on flooring
surfaces.

        
a) Tac Dots sqm 28.26         
b) Tac liners sqm 205.56         
12 Roofing         
12.01 Providing and fixing at all height false ceiling as per profiles in sqm 891.41
the drawing including horizontals and verticals consisting
of frame work "W" / "U" / "L" sections made of G.I. sheet with
zinc coating of grade 120 consisting of angle cleats of size
25mm wide x 1.6mm thick with flanges of 22mm and 37mm at
1200mm centre to centre one flange fixed to the ceiling with
dash fastener 12.5mm diax40mm long with 6mm dia bolts to
the angle hangers of 25x25x0.55mm of required length, and
other end of angle hanger being fixed with nut and bolts to G.I.
channels 45x15x0.9mm running at the rate of 1200mm centre
to centre to which the ceiling section 0.5mm thick button
wedge of 80mm with tapered flanges of 26mm each having
clips of 10.5mm at 450mm centre to centre shall be fixed in a
direction perpendicular to G.I. channel with connecting clips
made out of 2.64mm diax230mm long G.I. wire at every
junction including fixing the gypsum board with ceiling section
and perimeter channels 0.55mm thick 27mm high having
flanges of 20mm and 30mm long, the perimeter of ceiling fixed
to wall/partition with the help of rawl plugs at 450mm centre to
centre.with 25mm long drive-all screws @ 230mm interval
including jointing and fixing to a flush finish of tapered and
square edges of the board with recommended filler, jointing
tapes, finisher and two coats of primer suitable for board as per
manufactures specification and also including the cost of
making openings for light fittings, grills, diffusers, cutouts made         

91
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
with frame of perimeter channels suitably fixed all complete as
per drawing and specification and direction of the Engineer in
Charge but excluding the cost of painting with 12.5 mm thick
tapered edge gypsum board conforming to IS: 2095- Part I. .
Item to include making of grooves and provision for light
fittings, fire alarms, air conditioning outlets etc. as per design
Item to be executed as per profiles shown in the drawings.

92
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
12.02 Providing and fixing 97mm thick Gypsum board partition upto sqm 197.33
ceiling height consisting of frame work "W" / "U" / "L" sections
made of G.I. sheet with zinc coating of grade 120, consisting of
floor and ceiling channel 50mm wide having equal flanges of
32mm and 0.55mm thick fixed to the floor and ceiling at the
spacing of 610mm centre to centre with dash fastener of
12.5mm diameter 40mm length and the studs 48mm wide
having one flange of 34mm and other flange 36mm and
0.55mm thick fixed vertically within flanges of floor and ceiling
channel and placed at a spacing of 610mm centre to centre by
6mm dia bolts and nuts at both ends of partition fixed flush to
wall with rawl plugs at spacing of 450mm centre to centre and
fixing of boards to either side of frame work by 25mm dry wall
screws on studs, floor and ceiling channels at the spacing of
300mm centre to center and 97mm thick Gypsum.
board which includes one layer of tapered edge 12.5mm thick
Gypsum plaster board (conforming I.S. 2095-1982) screw fixed
with 25mm screws at 300mm centre to centre to either side,
including jointing and finishing to a flush finish with
recommended jointing compound, jointing tape, joint finisher
and two coats of primer suitable for board as per manufacture's
specification and Direction of Engineer-in-charge all complete.
Item to include making of grooves and provision for light fittings
as per design Item to be executed as per profiles shown in the
drawings. Final complete executed areas will be paid for.         
ROOFING AND CEILING WORKS         

93
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
12.03 Supply and fixing of HI RIB roofing system manufactured out of sqm 3947.00
0.50mmTCT (Total Coated Thickness) high tensile zinc
aluminum alloy coated with an alloy about 55% aluminum,
43.5% zinc&1.5% silicon Precoated Galvalume high tensile
cold rolled steel as per AS 1397, coating class AZ 150 (min.
150 gms/m2Zinc aluminum alloy coating mass, total both side
550 Mpa yield strength) conforming to AS 1397/ASTM A792 of
approved colour.Sheets to have wide pans and 28-30mm.Hi-
Ribs at 200-250 mm Centers and a cover width of 1010 mm
and an overall width of 1050-1060mm. Sheets shall be fixed by
means or self-drilling self-tapping hot dip zinc coated climaseal
polymer coated hexed fasteners of size12x14x55mm long of
Roofix or equivalent. The sheets shall be supplied in custom
lengths as per design and details. Sheet to be Trimdeck of
TATA bluescope or equivalent. The rate shall include bending
as per profiles in drawings. The colour to be approved by the
consultant before installation. The contractor is to provide the
sample colours for approval. Only finished measurements will
be paid for. The end lap of sheet to be minimum 150mm and
sealed with silicon sealant. The side lap to be minimum 50mm
or as per manufacturer's specifications. Final complete
executed areas will be paid for. Item to include Neoprene
gasket between M.S. member and roofing sheet. Item to
include making sleeves for tie member and making the junction
water tight.         

94
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
12.04 Supply and fixing of HI RIB ceiling system manufactured out of sqm 2239.00
0.50mmTCT (Total Coated Thickness) high tensile zinc
aluminum alloy coated with an alloy about 55% aluminum,
43.5% zinc&1.5% silicon bare Galvalume high tensile cold
rolled steel as per AS 1397, coating class AZ 150 (min. 150
gms/m2Zinc aluminum alloy coating mass, total both side 550
Mpa yield strength) conforming to AS 1397/ASTM A792 of
approved colour.Sheets to have wide pans and 28-30mm.Hi-
Ribs at 200-250 mm Centers and a cover width of 1010 mm
and an overall width of 1050-1060mm. Sheets shall be fixed by
means or self-drilling self-tapping hot dip zinc coated climaseal
polymer coated hexed fasteners of size12x14x55mm long of
Roofix or equivalent. The sheets shall be supplied in custom
lengths as per design and details. The end lap of sheet be 150
mm and sealed with silicon sealant. Sheet to be Panelrib of
TATA bluescope or equivalent. The rate shall include bending
as per profiles in drawing. Only finished measurements will be
paid for. The end lap of sheet to be minimum 150mm and
sealed with silicon sealant. The side lap to be minimum 50mm
or as per manufacturer's specifications. Final complete
executed areas will be paid for.

        
12.05 Providing and fixing factory manufactured flashing, capping
and gutters. These shall be of precoated sheet as item
no.12.04, manufactured in the required shape and length upto
3m fixed by screwing as approved by the consultant. Joints are
to be lapped and sealed using sealant. Flashing made up of
the same raw material as the roofing sheet. The rate to include
eave infill strips to seal the open end of the corrugated sheet.
The flashing to be profile cut as per underside of the
corrugated sheet. The rate to include factory bending of the
flashing as per architectural details. The corner junction of the
flashing to be neatly sealed with sealent. The rates to include
for profiling curved edging and flashing of varying widths. Item
to include making provision for light fittings as per design Item
to be executed as per profiles shown in the drawings. Final
complete executed areas will be paid for. All screws, nuts and
other accessories to be in SS

  

95
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Type A: opened up width upto 600mm rmt 3243.00         
Type B: opened up width from 601-900mm rmt 73.00         
Type C: opened up width from 901-1200mm rmt 10.00         
12.06 Providing and fixing factory manufactured crimp curve profile. sq.mt 327.00
These shall be of precoated sheet as item no.10.02,
manufactured in the required shape and length upto 3m fixed
by screwing as approved by the consultant. Joints are to be
lapped and sealed using sealant. Crimp curve made up of the
same raw material as the roofing sheet. The flashing to be
profile cut as per underside of the corrugated sheet. The rate
to include factory bending as per architectural details. Final
complete executed areas will be paid for.
        
12.07 Providing and fixing in position 16mm thick multi wall sqm 339.12
polycarbonate sheet (3/16-16) for roofing as per designs
including top and bottom anodized aluminum profile sections
(top and bottom) as per approved colour, EPDM Rubber
Gasket, SDST Screw.(Zinc Coated with Epdm washer), Pop
Rivet, Nut, Bolts, Screw, Washer, Tape, Hook, Clamp etc.,
Silicon Sealant (Neutral Cure), Aluminum L Angle / C Channel
at the end of sheets, Anti Dust Tape at opening of Sheet,
Gutter for drainage, Bended Aluminum Sheet at Ridges, Tools
and tackles for Fixing and installation with all standard
accessories, labour, safety arrangement etc. complete as per
manufacturers standard and to the complete satisfaction of the
Engineer in charge. No screws shall be drilled directly in the
sheet. Sheets to be cut in profiles and fixed including edge
bending as per design and drawings. Final complete executed
areas will be paid for. All the junctions to be made water tight.

        

96
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
12.08 Providing and fixing in position 10mm thick multi wall sqm 604.00
polycarbonate sheet for roofing/cladding as per designs
including top and bottom anodized aluminum profile sections
(top and bottom) as per approved colour, EPDM Rubber
Gasket, SDST Screw.(Zinc Coated with Epdm washer), Pop
Rivet, Nut, Bolts, Screw, Washer, Tape, Hook, Clamp etc.,
Silicon Sealant (Neutral Cure), Aluminum L Angle / C Channel
at the end of sheets, Anti Dust Tape at opening of Sheet,
Gutter for drainage, Bended Aluminum Sheet at Ridges, Tools
and tackles for Fixing and installation with all Standard
accessories, labour, safety arrangement etc. complete as per
manufacturers standard and to the complete satisfaction of the
Engineer in charge. No screws shall be drilled directly in the
sheet. Sheets to be cut in profiles and fixed as per design and
drawings. Final complete executed areas will be paid for. All
the junctions to be made water tight.

  
13 Finishing         
13.01 Providing and fixing suspended false ceiling, as per profiles in sqm 172.40
the drawing including horizontals and verticals which includes
GI perimeter channels of 0.55mm thickness having one flange
of 20mm and another flange of 30mm and a web of 27mm
along with perimeter of ceiling, screw fixed to brick wall/
partition/ RCC surface with the help of nylon sleeves and
screws / fasteners as directed, at 610mm centres. Then
suspending GI intermediate channels of 45mm, 0.9mm thick
with two flanges of 15mm each from the soffit at 1220mm
centres with GI angle 25mmx10mmx0.55mm thick fixed to
soffit with GI cleat and steel expansion fasteners. Ceiling
section of 0.55mm thickness having knurled web of 51.5mm
and two flanges of 26mm each with lips of 10.5mm are then
fixed to intermediate channel with the help of connecting clips
and in direction particular to be the intermediate channel at
457mm centres. 8mm thick calcium silicate board of Hilux
make or equivalent is then screw fixed to the ceiling section
with 25mm drywall screws at 230mm centres. Screw fixing is
done mechanically with drilling machine and suitable
attachment. Finally the boards are to be jointed and finished so
as to have flush look which includes filling and finishing with
jointing compound, paper tape and two coats of top coats
suitable for calcium silicate ceiling as recommended by the         

97
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
manufacturers. Item to include making of grooves and
provision for light fittings, fire alarms, air conditioning outlets
etc. as per design Item to be executed as per profiles shown in
the drawings. Final complete executed areas will be paid for.
Calcium silicate board shall conform to BS : 476, part IV.

13.02 Providing and fixing 12 mm toughened glass doors as per


designs using S.S. 304 spider fittings/patch fittings of INOX,
OZONE, Dorma make or equivalent. The spider / patch fittings
shall be firmly screwed with RCC floors and M.S. fabrications
using anchor fasteners as manufacturer's specifications. Rates
shall be inclusive of all kinds of S.S. hardware, patch fittings,
locks, floor springs, pivots etc complete. The work shall be
executed to the complete satisfaction of the Engineer in
charge.
        
a) Fixed glass partition with swing door section C1-1 nos. 1.00         
b) Fixed glass partition section C3-3 nos. 1.00         
c) Fixed glass partition with swing door section C2-2 nos. 1.00         
d) Fixed glass partition with swing door section C4-4 nos. 1.00         
e) Fixed glass partition with swing door section C6-6 nos. 1.00         
13.03 Providing and fixing in position S.S. 304L patch fittings as per nos 112.00
designs for ticket counters etc of ENOX (ESH-401), Dorma,
Hettich, Ozone make or equivalent         

98
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.04 Providing and fixing of six/seven levers branded and approved each 46.00
mortise latch and lock. Godrej, Yale, Dorset, Sris-ma-fil
        
13.05 Providing and fixing of floor spring IS: marked (Everite, Door each 21.00
link or any equivalent make) with stainless steel cover plate
including cutting and making good the floor etc. complete.
        
13.06 Providing and fixing stainless steel tower bolts (Barrel type) each 51.00
with necessary stainless steel screws etc complete. - 250 x
10mm         
13.07 Providing and fixing stainless steel butt hinges with necessary each 105.00
stainless steel screws etc complete. - 125 x 2.5mm heavy         
13.08 Providing and fixing stainless steel door latch with 12mm rod, each 46.00
2.5mm thick flap, necessary stainless steel screws etc
complete. - 300mm   
13.09 Providing and fixing Stainless steel "D" shape door handles each 46.00
made of 10mm dia rod with necessary stainless steel screws
etc complete. - 200mm         
13.1 Providing and fixing stainless steel fixed stopper with each 30.00
necessary stainless steel screws complete. - 60mm long         
13.11 Providing and fixing stainless steel(SS 304 grade) friction each 106.00
hinges to the side/top hung aluminum windows, of approved
quality, with necessary stainless steel screws etc. as per
direction of engineer-in-charge. 200 x 19 x 1.9 mm         
13.12 Providing and fixing S. S finished brass butt hinges with
necessary S.S finished MS screws complete         
a)100x85x5.50 mm (Heavy Type) each 49.00         
13.13 Providing and fixing s.s finished brass door latch with
necessary s.s finished MS screws complete:         
a)300x16x5 mm each 11.00         
13.14 Providing and fixing s.s finished brass handle with necessary
s.s finished MS screws complete:         
a)125 mm each 36.00         
13.15 Providing and fixing bright finished brass 100mm rim latch with each 5.00
a 100mm and pair of knobs, brass polished MS screws etc.
Complete.   

99
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.16 Providing, fabricating, erecting and placing in position stainless kg 10945.94
steel pipe, tubular hollow sections for making the structural
supports, posts etc including cutting, making holes, argon arc
welding and bolting wherever necessary including accessories
fixing hardware. All welded joints to be grinded and cleaned
and finished as satin finish including buffing. Complete as
directed. All S.S. material to undergo spectro analysis
conforming to 304 LM grade. (Only actual finished
measurements will be paid for ;physically measurable after the
completion of the work). All pipes to be non-magnetic.
Stainless steel to have minimum of 8% Nickel.
(Jindal/Chowksi/ Ratnamani/Asian make). Any junction with
M.S. plate and stiffeners, etc to be done with argon arc
welding. Satin finish sample to be approved by the consultant.
All grinding and polishing to be done with uni-directional
finishes where polishing must be carried out in the direction of
pattern of the rest of the satin finish surfaces. Pipe to pipe
joining to be done with a spigot. (inclusive of providing and
fixing accessories such as nuts, bolts, fasteners etc.).

        
13.17 Providing and fixing stainless steel ( Grade 304) railing made kg 9114.32
of Hollow, tubes, channels, plates etc., including welding,
grinding, buffing, polishing and making curvature (wherever
required) and fitting the same with necessary stainless steel
nuts and bolts complete, i/c fixing the railing with necessary
accessories & stainless steel dash fasteners , stainless steel
bolts etc., of required size, on the top of the floor or the side of
waist slab with suitable arrangement as per approval of
Engineer-in-charge, ( for payment purpose only weight of
stainless steel members shall be considered excluding fixing
accessories such as nuts, bolts, fasteners etc.).

        

100
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.18 Providing and fixing in position SS 304 seat as per designs kg 3744.61
made using SS perforated sheet factory moulded / bent as per
profiles shown in the design drawings of the consultant, SS
base plates, SS fasteners of required dia and length, SS flats,
SS pipes, SS angles and SS screws. Rates shall be inclusive
of all materials, labour, tools, tackles, machinery and
equipements. The seats shall be installed in desired positions
and locations as directed in the designs of the consultants and
as per the instructions of the Engineer in charge. The seat
sample shall be approved by the Engineer in charge prior to
mass production.

        
13.19 Providing and fixing in position SS 304 box sections (non kg 608.52
structural items) as per designs made using SS tubular box
sections as per profiles shown in the design drawings of the
consultant, SS base plates, SS fasteners of required dia and
length, SS flats, SS pipes, SS angles and SS screws. Rates
shall be inclusive of all materials, labour, tools, tackles,
machinery and equipments. The door frames shall be installed
in desired positions and locations as directed in the designs of
the consultants and as per the instructions of the Engineer in
charge. The seat sample shall be approved by the Engineer in
charge prior to mass production.

        
Distempering Painting and finishing         
13.2 Wall painting with acrylic emulsion paint, having VOC (Volatile         
Organic Compound ) content less than 50 grams/ litre, of
approved         
brand and manufacture, including applying additional coats
wherever         
required, to achieve even shade and colour.         
On new work (two or more coats) sqm 6414.00         
13.21 Providing and applying 2mm thick ready mix exterior grade sqm 6304.00
putty (Birla wall care, Alltek Superfine W/R of (NCL), J.K. wall
putty) on walls to make the surface smooth and even.
        

101
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.22 Providing and laying PU polish on new wood work (two or sqm 614.79
more coats) with spray machine after preparing surface by
rubbing down smooth with sand papers, preparation of surface,
applying 5 to 10 coats of french sprit polish, applying two coats
of PU sealer and finally applying two coats of PU clear as per
manufacturers specifications complete:
  
13.23 Providing and applying transparent solvent based silicon paint sqm 9501.32
- repellent of STP or equivalent make. To be applied evenly to
ensure that the surface becomes completely water repellant.
        
13.24 Providing and applying 2.5 mm thick road marking strips sqm 667.85
(retroreflective) of specified shade/ colour using hot
thermoplastic material by fully/ semi automatic thermoplastic
paint applicator machine fitted with profile shoe, glass beads
dispenser, propane tank heater and profile shoe heater, driven
by experienced operator on road surface including cost of
material, labour ,T&P, cleaning the road surface of all dirt,
seals, oil, grease and foreign material etc. complete as per
direction of Engineer-in-charge and accordance with applicable
specifications.
  
13.25 Providing and laying Melamine polish on new wood work (two sqm 455.63
or more coats) with spray machine after preparing surface by
rubbing down smooth with sand papers, preparation of surface,
applying 5 to 10 coats of french sprit polish, applying two coats
of Melamine sealer and finally applying two coats of Melamine
clear as per manufacturers specifications complete:
        

102
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.26 Providing and making Exposed RCC signage walls including
fixing of 3mm thick 304L brush finish SS signage plates as per
sizes shown in the drawings of the consultant. Signages shall
be of retro reflective self adhesive type of 3M or equivalent.
The colour of the retro reflective film shall be approved by the
consultants prior to use. The contractor shall provide for the
samples as per the direction of the Engineer in charge at no
extra costs. The rates shall be inclusive of all material, labour,
excavations, foundations and exposed rendering along with
fixing signages as per the Art work provided by the consultants
on the SS plates. The contractor shall be responsible to stick
the signage signs in line and levels as per the drawings. The
SS plates shall be firmly fixed and cut as per the profiles of
round, square and rectangular as shown in the design
drawings.

        
Signage Type 1 nos 3.00         
Signage Type 2 nos 4.00         
Signage Type 3 nos 2.00         
Signage Type 4 nos 2.00         
Signage Type 5 nos 2.00         
Signage Type 6 nos 2.00         
Signage Type 7 nos 2.00         

103
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.27 MANDATORY SIGNAGES: Street furniture Fabricating and
erecting in position directional signage made from YST 310
TATA sections using MS hollow box sections, MS pipes, 2mm
thick aluminum sheet, MS round bars etc as per designs and
painting the same using a coat of anti-corrosive zinc chromte
paint and three coats of synthetic enamel paint sprayed using
a compressor spray machine. The retro reflective directional
signages of 3M make as per the norms of IRC with appropriate
directional signage information shall be stuck in line and level
on the 2mm thick MS sheets firmly and without any crease or
peeling. The signage shall be fabricated exactly as per the
designs of the consultants and shall be firmly fixed in positions
as directed. The rates shall include for all kinds of excavation,
M25 grade RCC work and reinforcement work required for
making the foundations for the signages. The rates shall also
include for all kinds of welding, rivetting, nut bolting, erection
equipments, tools and tackles, all kinds of mechanized
equipments and tools, all material and labour and supporting
arrangement. The signage shall be erected in correct line,
level and plumb and in correct positions. - as per drwg . The
2mm thick MS sheets shall be bent proper in bending
machines only and shall have a proper curvature.
        
Signage Type A1: mandatory signage nos 2.00         
Signage Type A2: mandatory signage nos 4.00         
Signage Type A3: mandatory signage nos 10.00         
Signage Type A4: mandatory signage nos 2.00         
Signage Type A5: mandatory signage nos 2.00         
Signage Type A6: mandatory signage nos 2.00         
Signage Type A7: mandatory signage nos 2.00         
Signage Type B1: mandatory signage nos 17.00         

104
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.28 Providing and fixing 304L grade SS 4mm thick brush finish
signage plates with vinyl lettering stuck on it as per the Art
work provided by the consultants. The vinyl letters shall be
15micron and of 3M make. The sticking and cutting of letters
shall be done as per the instructions of the manufacturer. The
work of signage sticking shall be done by experts approved by
the manufacturer. The signage plates shall be fixed to brick
and RCC walls using 20mm dia SS studs 2 nos/ 4 nos.

        
Name plate: 900 x 160mm nos 35.00         
Name plate: 750 x 160mm nos 2.00   
Name plate: 600 x 160mm nos 3.00         
Name plate: 400 x 160mm nos 1.00         
Name plate: 500 x 250mm nos 20.00         
Name plate: 800 x 200mm nos 5.00         
Name plate: 1000 x 80mm nos 9.00         
Fencing         
13.29 Providing and fixing 4mm thick G.I diamond shaped chainlink sqm 72.00
fencing as per designs. The rate shall be inclusive of all labour
and material. The contractor shall ensure that the chainlink is
in perfect alignment and in properly tight condition on
execution         
15 Dismantling And Demolishing         
15.01 Demolishing brick masonry including arches, stacking of
serviceable material disposal of unserviceable material within
50 metres lead.         
a) In cement mortar. cum 233.75   
15.02 Demolishing cement concrete including disposal of material
within 50 metre lead.         
a) 1:3:6 or richer mix cum 317.91         
15.03 Demolishing R.C.C. work including stacking of steel bars and cum 22.88
disposal of unserviceable material within 50 metre lead.         
15.04 Dismantling steel work in built-up section without kg 9400.00
dismembering for a span upto 10 metre and height upto 5.0
metre above plinth level including stacking with in 50 metre
lead.   

105
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
15.05 Dismantling lime/ cement plaster or skirting at any height sqm 206.00
raking out joints and cleaning the surface for plaster including
disposal of rubbish within 50 metres lead.
        
15.06 Dismantling G.I. sheet roofing including ridges hips, valleys sqm 242.00
and gutters etc. and stacking the material with 50 m lead.         
15.07 Dismantling doors chowkhats with shutters (steel or wood) each 25.00
including architrave, hold fast etc. complete and stacking within
50 metres lead.         
15.08 Dismantling flag stone flooring laid in cement/lime mortar sqm 250.00
including stacking of serviceable material and disposal of
unserviceable material within 50 metre lead.   
16 Road Work         
16.01 Cement Concrete Pavement (Construction of un-reinforced, cum 4183.63
dowel jointed, plain cement concrete pavement over a
prepared sub base with 43 grade cement @ 400 kg per cum,
coarse and fine aggregate conforming to IS 383, maximum
size of coarse aggregate not exceeding 25 mm, mixed in a
batching and mixing plant as per approved mix design,
transported to site, laid with a fixed form or slip form paver,
spread, compacted and finished in a continuous operation
including provision of contraction, expansion, construction and
longitudinal joints, joint filler, separation membrane, sealant
primer, joint sealant, debonding strip, dowel bar, tie rod,
admixtures as approved, curing compound, finishing to lines
and grades as per drawing)

        

106
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
16.02 Dry Lean Cement Concrete Sub- base (Construction of dry cum 2509.38
lean cement concrete Sub- base over a prepared sub-grade
with coarse and fine aggregate conforming to IS: 383, the size
of coarse aggregate not exceeding 25 mm, aggregate cement
ratio not to exceed 15:1, aggregate gradation after blending to
be as per table 600-1, cement content not to be less than 150
kg/ cum, optimum moisture content to be determined during
trial length construction, concrete strength not to be less than
10 Mpa at 7 days, mixed in a batching plant, transported to
site, laid with a paver with electronic sensor, compacting with
8-10 tones vibratory roller, finishing and curing.)

        
16.03 Granular Sub-base as per Table:- 400-II            
Construction of granular sub-base by providing close graded
Material, , carriage of mixed Material to work site, spreading in
uniform layers with motor grader on prepared surface watering,
rolling and compacting with vibratory power roller at OMC to
achieve the desired density, complete as per clause 401            
Plant mix method         
for grading- II Material cum  2330.04         
16.04 Construction of embankment / sub grade with Material cum 7230.41
Obtained from Borrow Pits (Construction of embankment with
approved material/selected soil having C.B.R. > 5 (unless
specified otherwise in the contract) obtained from borrow pits
with all lifts and leads, transporting to site, spreading, grading
to required slope and compacting to meet requirement of table
300-2)   
17 Sanitary Installations         
SANITARY FIXTURES & FITTINGS         
17.1 Providing and fixing vitreous china water closet (European type Nos. 10.00
W.C. pan) with white ISI marked plastic seat and lid, 10 litre
low level white P.V.C. flushing cistern (same colour),
conforming to IS : 7231, with all fittings and fixtures complete
including cutting and making good the walls and floors
wherever required :Coloured wall hung type         

107
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
17.2 Providing and fixing water closet squatting pan (Indian type Nos. 4.00
W.C. pan), 100mm sand cast Iron P or S trap, 10 litre low level
P.V.C. flushing cistern (same colour) conforming to IS : 7231,
with flush bend and other fittings and fixtures complete
including cutting and making good the walls and floors
wherever required : Coloured Orissa pattern W.C. pan of size
580x440 mm   
17.3 Providing and fixing vitreous china wash basin with C.I.
brackets, 32 mm C.P. brass waste of standard pattern,
including painting of brackets, cutting and making good the
walls wherever required :         
17.3.1 i) White Size 630x450 mm Nos. 14.00
Basin mixer pillar tap with spout (1000gms)         
17.3.2 ii)White Vitreous China Flat back wash basin size White Size Nos. 2.00
550x400 mm with single 15 mm C.P. brass pillar tap         
17.4 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen Nos. 4.00
sink with drain board as per IS 13983 with C.I. brackets and
stainless steel plug 40 mm including painting of fittings and
brackets, cutting and making good the walls wherever required
: 510x1040 mm bowl depth 225mm.
        
17.5 Providing and fixing 15 mm nominal bore C.P. brass fittings of Nos. 30.00
approved make and conforming to IS:8931 including C.P.
brass extension if required. Bib cock (450gms)
        
17.6 Providing & fixing chrome plated brass battery based infrared Nos. 14.00
sensor operated pillar cock, having foam flow technology.         
17.7 Providing and fixing 15mm NB CP brass heavy quality wall or Nos. 4.00
floor mounted sink tap, swivel type, with CP wall flange, casted
spout of Jaquar make Clarion series Cat. No. PSR 031 etc.
complete to the satisfaction of EIC         
17.8 Providing and fixing 600x450 mm beveled edge 4mm mirror of sq.m. 14.00
superior glass (of approved quality) complete with 6 mm thick
hard board ground fixed to wooden cleats with C.P. brass
screws and washers complete.         
17.9 Providing and fixing PTMT towel ring trapezoidal shape 215 Nos. 8.00
mm long, 200 mm wide with minimum istances of 37 mm from
wall face with concealed fittings arrangement of approved
quality and colour, weighing not less than 88 gms         

108
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
17.1 Providing and fixing a screw-to-wall type toilet paper-roll holder Nos. 14.00
fixed to the wall with CP brass screws, of Jaquar make
Continental series Cat. No. 1153 complete to the satisfaction of
EIC         
17.11 Providing and fixing the first quality approved make (Chilly or Nos. 35.00
equivalent) stainless steel liquid soap dispenser with SS cap
and SS bracket, fixed to wall with CP brass screw, etc.,
complete.         
17.12 Providing and fixing brass stop cock of approved quality : Nos. 44.00         
17.13 Providing and fixing Hand Shower (Health Faucet) of Jaquar Nos. 14.00
make Allied series Cat. No. 573 with angle valve of Jaquar
make Clarion series Cat. No 23053 with CP flange with 8 mm
dia., 1 m long PVC tube and wall hook of approved make and
as approved by the consultants.
        
17.13.1 Providing and fixing white vitreous china battery based infrared Nos. 8.00
sensor   
operated urinal of approx. size 610 x 390 x 370 mm having pre
&         
post flushing with water (250 ml & 500 ml consumption),
having         
water inlet from back side, including fixing to wall with suitable         
brackets all as per manufacturers specification and direction of         
Engineer-in-charge.         
17.14 Providing and fixing a vitreous chinaware White colour division Nos. 8.00
plat for Urinal of Kohler make with brass screws silicon sealant
etc. complete. (cera cat.no. 5011)
        
17.15 Supply, installation, testing & commissioning of S.S. storage Nos. 4.00
type water cooler with inbuilt R.O. plant of primary & secondary
treatment with on line U.V. filtration along with built in booster
pumps all interconnection piping, supports and valve and other
electrical requirement ,along with inbuilt storage tank with
necessary accessories, safety valve, air valve, drain
arrangement, all instrumentation, base frame, necessary
electrification, etc. complete for Drinking Water supply. (
Voltas, Blu star, Power H2o Make)
Capacity : 80 storage capacity.

        

109
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
18 Water supply         
SECTION - 1.00 - EXTERNAL WORK         
18.1 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC)
pipes on wall surface, having thermal stability for hot & cold
water supply including all CPVC plain & brass threaded fittings
i/c fixing the pipe with clamps at 1.00 m spacing. This includes
jointing of pipes & fittings with one step CPVC solvent cement
and testing of joints complete as per direction of Engineer in
Charge. (Internal work & all downtakes)
        
18.1.1 15mm Dia m 75.00         
18.1.2 20mm Dia m 75.00         
18.1.3 25mm Dia m 50.00         
18.1.4 32mm Dia m 75.00         
18.1.5 40mm Dia m 25.00         
18.1.6 50mm Dia m 25.00         
18.1.7 50mm Dia (OHT Riser & Supply Line ) m 250.00         
18.1.8 65mm Dia m 100.00         
18.1.9 110mm Dia m 150.00         
18.2 Providing and fixing gun metal gate valve with C.I. wheel of
approved quality (screwed end):) :         
18.2.1 80mm Dia Nos. 2.00         
18.2.2 65mm Dia Nos. 4.00         
18.2.3 32mm Dia Nos. 6.00         
18.2.4 40mm Dia Nos. 15.00   
SECTION - 2.00 - INTERNAL WORK   
WATER SUPPLY         
18.3 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC)
pipes in trenches, having thermal stability for hot & cold water
supply including all CPVC plain & brass threaded fittings. This
included jointing of pipes & fittings with one step CPVC
solvent   
cement, trenching, refilling & testing of joints complete as per
direction of Engineer in Charge.         
(External work)   
18.3.1 65 mm dia m 15.00         

110
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
18.3.2 50 mm dia (OHT riser) m 75.00         
18.3.3 65MM (Connection from borewell to Underground water tank) m 150.00         
18.3.4 65mm (Connection from Main Line to underground water tank) m 150.00         
18.4 Providing, fixing and testing, heavy quality IS marked gunmetal
gate valve of approved make, with screwed/flanges ends,
factory tested at 10kg/sq.m. on pipe lines of the following
nominal bore (NB) size:         
18.4.1 50mm Nos. 4.00         
18.4.2 65mm Nos. 4.00         
18.5 Making connection with the existing water supply line including Nos. 1.00
fittings & fixtures.         
IRRIGATION         
18.6 Providing and fixing , high density Polyethylene (HDPE) pipes
of approved make Schedule PE - 80 (for Irrigation line) and all
type of fittings readymade of Hasti make or approved moulded
fabricated, including jointing using butt welding, testing, etc.
complete, with a working pressure of 6 Kg/m2. etc complete to
be laid open/concealed to wall / column / slab etc with all
required hardwares, chilly make clamps, anchor fastener etc.
complete to the satisfaction of EIC of following size :

        
40 mm OD m 250.00         
18.6.1 Providing and fixing, including making good connections and of Nos. 8.00
40 mm Nipple and Ball valve as Garden Hydrants at location
shown as / manuf. Specifications         
18.6.2 Supplying mechanical sprinklers of 3m dia throw of approved Nos. 3.00
make and type and under warranties for garden irrigation
purposes.         
18.6.3 Providing 40 mm dia flexible breaded pipe in rolls of 50 m Nos. 3.00
length for purpose of Garden maintenance         
19 Drainage         
DRAINAGE SYSTEM (SOIL, WASTE & RAIN WATER
PIPING)   

111
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
19.1 Fixing, testing & commissioning PVC Pipe ISI marked brand as
per IS 4985 6 kg/sq. cm complete with PVC Fittings conforms
to IS: 14735-99 & fittings dimensions as per DIN 19531 & DIN
19534, Rubber ring conforms to IS:5382 & clamps, hinges, nut
bolts including (Internal drainage work) of following nominal
outside diameter waste/soil pipes complete as per
specifications         
19.1.1 40 mm dia (Internal piping) Providing and fixing P.V.C. waste m 75.00
pipe for sink or wash basin including P.V.C. waste fittings
complete.         
19.1.2 75 mm dia (Internal piping) m 75.00         
19.1.3 110 mm dia (Internal piping) m 50.00         
19.2 Fixing, testing & commissioning UPVC Pipe ISI marked brand
as per IS:13592-1992, type B ring fitted complete with PVC
Fittings conforms to IS: 14735-99 & fittings dimensions as per
DIN 19531 & DIN 19534, Rubber ring conforms to IS:5382 &
clamps, hinges, nut bolts etc. of following nominal outside
diameter waste/soil pipes, as per specifications
        
19.2.1 110 mm dia. (Drainage downtake) m 100.00         
19.3 Fixing, testing & commissioning UPVC Pipe ISI marked brand
as per IS:13592-1992, type A ring fitted complete with PVC
Fittings conforms to IS: 14735-99 & fittings dimensions as per
DIN 19531 & DIN 19534, Rubber ring conforms to IS:5382 &
clamps, hinges, nut bolts etc. of following nominal outside
diameter waste/soil pipes, as per specifications
        
19.3.1 110 mm dia. (Rain water down take) m 100.00         
19.4 Providing and fixing stainless steel drain jali of approved Nos. 35.00
make/quality.         
19.5 Fixing, testing & commissioning Nahani trap self cleansing Nos. 35.00
design with jali complete as per specifications ,110 mm inlet
and 75 mm outlet   
19.6 Fixing, testing & commissioning SWR quality, heavy duty, Nos. 10.00
uPVC ‘P’ trap of 6 kg/sq. cm complete as per specification to
the satisfaction of EIC having 110 mm inlet and 110 mm outlet.
        
19.7 Fixing, testing & commissioning PVC cowl of approved quality
complete as per specifications         
19.7.1 110 mm dia. Nos. 10.00         

112
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
19.8 Providing, laying, jointing and testing and otherwise installing in RMT 120.00
position partly perforated (upper half) 200mm dia UPVC pipe of
standard make conforming to IS:4958, including injection
molded fittings with bosses in French Drain as / detail with
2mm thick garden fabric repeat wrapped as filter membrane,
and back-filling with graded stone aggregate and garden earth
as shown.         
INTERNAL DRAINAGE   
19.9 Providing and laying non-pressure NP2 class (light duty)
R.C.C. pipes with collars jointed with stiff mixture of cement
mortar in the proportion of 1:2 (1 cement : 2 fine sand)
including testing of joints etc. complete :         
19.9.1 150mm dia m 450.00         
19.9.2 250mm dia m 250.00   
19.1 Constructing brick masonry manhole with well burnt modular
clay bricks crushing strength not less than 35kg/ cm² in cement
mortar 1:4 ( 1 cement : 4 coarse sand), R.C.C. top slab with
1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), foundation in cement concrete
1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone
aggregate 40mm nominal size) inside plastering 12mm thick
with cement mortar 1:3 (1 cement : 3 coarse sand) finished
with floating coat of neat cement and making channels in
cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate 20mm nominal size) finished with a floating
coat of neat cement complete as per standard design :

           
Inside size 90x80 cm and 45 cm deep including C.I.   
Inside size 90x80 cm and 45 cm deep including C.I. cover with Nos. 29.00
frame (light duty) 455x610 mm internal dimensions total weight
of cover and frame to be not less than 38 kg (weight of cover
23 kg and weight of frame 15 kg) :         
20 Pile work         
21 Aluminum Work   

113
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
21.01 Providing and fixing aluminum work for doors, windows,
ventilators and partitions made out of extruded aluminum
standard sections (main section with minimum 1.5mm
thickness) conforming to IS: 733, IS: 1285 mitred and jointed
mechanically including aluminum cleats, neoprene weather
stripping gasket beveled edge beading, screws duly fixed in
wall/ floor with fixing clips or hold fasteners or bolts and nuts as
required aluminum sections shall be anodized transparent or
dyed to approved shade according to IS: 1868, minimum
anodic coating shall be of grade AC-15. (Glazing and paneling
to be paid for separately)

        
a. For fixed portion kg 990.00         
b. For shutter of doors, windows, advertisement frames & kg 1091.63
ventilators including providing and making provision for fixing
of fitting wherever required including the cost of PVC/
neoprene gasket required (Fittings shall be paid for
separately).         
c. With decorative lamination on both side sqm 390.00         
21.02 Providing and fixing glazing in aluminum door, window, sqm 250.38
ventilator shutters and partitions etc. with PVC/ neoprene
gasket etc. complete. (Cost of aluminum snap beading shall be
paid in basic item):         
With 8 mm thickness toughened glass         
21.03 Providing and fixing structural glass glazing of 6+1.52+6 mm sqm 273.80
toughened glass/laminated glass in partitions, elevation panels
as per designs using S.S. 304 spider fittings/patch fittings
including gasket of INOX, OZONE, Dorma make or equivalent.
The spider fittings shall be firmly screwed with RCC floors and
M.S. fabrications using anchor fasteners as manufacturers
specifications. The rate shall be inclusive of making all types of
holes in glass. including scaffolding.

        

114
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
21.04 Providing and fixing of the 122 x 19.2 anodized oval shaped
aluminum extruded section, 1.5mm thick 0.845kg per mtr
weight as per the drawings and details. Oval section to be fixed
on the M.S./ S.S. ends with necessary S.S. screws, S.S. cleats
and timber plugs. The rate shall be inclusive of the cost of
timber plug / SS screws, SS cleats and including screws &
other fixing material that may be required to erect in position
the aluminum section in line & level as per detail drawings.
Aluminum section profile and shade of anodizing to be
approved by the consultant. (Anodizing to be of minimum 20
microns) Rates are inclusive of all kinds of necessary
scaffolding         
a) 122 x 19.2 x 1.5 mm-.845 kg/mt kg 2920.66         
b) 122x 19.2 x 1.8 mm - 1.63kg/mt kg 657.00         
21.05 Fabricating, supplying, cutting, bending and fixing aluminum kg 259.20
chequered sheet with criss cross pattern of
JINDAL/HINDALCO make or equivalent of 5mm thickness
fixed to MS framing with S.S. screws in counter sunk/ S.S.
rivets, S.S washers, necessary accessories and hardware
complete as per detailed drawing and design. (Only finished
measurements will be paid for, M.S. framing shall not be part
of this item.) The rate shall include 20 micron anodizing of
approved shade.
        
21.06 Providing and fixing glazing in aluminum door, window,
ventilator shutters and partitions etc. with PVC/ neoprene
gasket etc. complete. (Cost of aluminum snap beading shall be
paid in basic item):   
a)With float glass panels of 6 mm thickness sqm 40.36   
b) Wired glass 6 mm thick sqm 80.00         

115
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
21.07 Designing, providing and fixing aluminum frame work made of kg 6090.37
special aluminum section on M.S. tubular truss with angle iron
brackets fixed on MS truss with S.S. hold fasteners, screws,
nuts and bolts, including providing and fixing two sided
structural adhesive tape of appropriate grade (NORTON or
equivalent), on aluminum sections for fixing aluminum
composite panel (ACP sheets), panel rib ceilings etc and
sealing on periphery of frame work, by providing EPDM gasket,
silicon weather sealant between aluminum frame and MS
structure including hire charges of double scaffolding
complete.

        
21.08 Providing and fixing aluminum composite panels in approved sqm 1618.28
panel sizes, thickness and shape on aluminum frame work on
ceilings as per designs for works at all heights and levels.
(Frame to be paid for separately) - 4mm thick ACP sheets.
Rates shall be inclusive of marking and making cutouts in
the ceiling as per the designs of the consultants to make
provisions for light fittings and other desired cut outs as
per the instruction of the Engineer in charge.

        
22 WATER PROOFING         
22.01 Extra for providing and mixing water proofing materials in kg 16.19
cement plaster work in proportion as recommended by
manufacturer.         
22.02 Providing and mixing water proofing material in PCC/ RCC kg 155.00
work in the proportion recommended by the manufacturer.
Waterproofing material to be integral water proofing compound
of Sika, Fosroc, CICO make         
22.03 Providing and laying water proofing treatment on roofs of slabs
by applying cement slurry mixed with water proofing cement
compound consisting of following applications including
surface preparation:         
i). 1st layer of slurry of cement @ 0.488 kg/sqm mixed with
water proofing cement compound @ 0.253 kg/sqm.         
ii).2nd layer of Fibre glass cloth when the first layer is still
green. Overlaps of joints of fibre cloth should not be less than
10 cm.         

116
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
iii). 3rd layer of 1.5 mm thickness consisting of slurry of
cement @ 1.289 kg/sqm mixed with coarse sand @ 1.289
kg/sqm and water proofing cement compound @ 0.07 kg/sqm.
This will be allowed to air cure for 4 hours followed by water
curing for 48 hours. The entire treatment will be taken upto
30cm on parapet wall and tucked into groove in parapet all
around.         
iv). 4th and final layer of brick tiling with cement mortar (which sqm 219.00
will be paid for separately)For the purpose of measurement the
entire treated surface will be measured.
        
        
22.04 Providing and laying integral cement based water proofing sqm 415.46
treatment on roofs, balconies, terraces etc with average
thickness of 120mm and minimum thickness at khurra as 65
mm, consisting of following operations including surface
preparation:         
i) Applying a slurry coat of neat cement using 2.75 kg/sqm. of
cement mixed with water proofing compound conforming to IS.
2645 over the RCC slab including adjoining walls upto 300mm
height.         
ii) Laying brick bats with mortar using broken bricks/brick bats
25 mm to 115mm size with 50% of cement mortar 1:5 (1
cement : 5 coarse sand) mixed with water proofing compound
conforming to IS : 2645 over 20 mm thick layer of cement
mortar of mix 1:5 (1 cement :5 coarse sand ) mixed with water
proofing compound conforming to IS : 2645 to required slope
and treating similarly the adjoining walls upto 300 mm height
including rounding of junctions of walls and slabs.
  
iii) After two days of proper curing applying a second coat of
cement slurry using 2.75kg/ sqm of cement admixed with water
proofing compound conforming to IS : 2645.
        
iv) Finishing the surface with 20 mm thick joint less cement
mortar of mix 1:4 (1 cement :4 coarse sand) mixed with water
proofing compound conforming to IS : 2645 including laying
glass fibre cloth of approved quality in top layer of plaster and
finally finishing the surface with trowel with neat cement slurry
and making pattern of 300x300 mm square 3mm deep.         

117
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
v) The whole terrace so finished shall be flooded with water for
a minimum period of two weeks for curing and for final test. All
above operations to be done in order:
        
23 Horticulture & Landscaping         
23.1 Trenching in ordinary soil upto a depth of 60cm including cum 60
removal and stacking of serviceable materials and then
disposing of by spreading and neatly leveling with in a lead of
50m and making up the trenched area to proper levels by filling
with earth or earth mixed with sludge or/and manure before
and after flooding trench with water (excluding cost of imported
earth, sludge or manure).         
23.2 Supplying and stacking of good earth at site including royalty, cum 5,628.00
loading, unloading and carriage (earth measured in stacks will
be reduced by 20% for payment).
        
23.3 Supplying and stacking well composted sludge free of odour cum 532.3
and off a type useful as manure at site including royalty,
loading, unloading and carriage. (Sludge measured in stacks
will be reduced by 8% for payment).         
23.4 Supplying and stacking at site well decayed cow dung manure cum 310
from approved source, including loading, unloading and
carriage (manure measured in stacks will be reduced by 8% for
payment) :         
23.5 Rough dressing the trenched ground including breaking clods. sqm 60   
23.6 Uprooting weeds from the trenched area after 10 to 15 days of sqm 1,360.00
its flooding with water including disposal of uprooted
vegetation.         
23.7 Fine dressing the ground sqm 400         
23.8 Spreading of sludge, dump manure or/and good earth in cum 697.3
required thickness (Cost of sludge, dump manure or/ and good
earth to be paid separately).   
23.9 Mixing earth and sludge or manure in proportion specified or cum 760
directed.         
23.1 Grassing with ‘Doob’ grass including watering and
maintenance of the lawn for 30 days or more till the grass
forms a thick lawn free from weeds and fit for mowing including
supplying good earth if needed (the good earth shall be paid
for separately).         
In rows 15 cm apart in either direction. sqm 20         
In rows 7.5 cm apart in either direction. sqm 950         

118
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
In rows 5 cm apart in either direction. sqm 100         
23.11 Uprooting rank vegetation and weeds by digging the area to a sqm 4,330.00
depth of 60cm removing all weeds and other growth with roots
by forking repeatedly, breaking clods, rough dressing, flooding
with water, uprooting fresh growths after 10 to 15 days and
then fine dressing for planting new grass, including disposal of
all rubbish with all leads and lifts.   
23.12 Preparation of beds for hedging and shrubbery by excavating cum 1,705.00
up to 60cm deep and trenching the excavated base to a further
depth of 30cm, refilling the excavated earth after breaking
clods and mixing with sludge or manure in the ratio of 8:1 (8
parts of stacked volume of earth after reduction by 20% : one
part of stacked volume of sludge or manure after reduction by
8%), flooding with water, filling with earth if necessary,
watering and finally fine dressing, leveling etc. including
stacking and disposal of materials declared unserviceable and
surplus earth by spreading and leveling as directed, within a
lead of 50m lift upto 1.5 m complete (cost of sludge, manure or
extra earth to be paid for separately).         
23.13 Digging holes in ordinary soil and refilling the same with the
excavated earth mixed with manure or sludge in the ratio of 2:1
by volume (2 parts of stacked volume of earth after reduction
by 20% : 1 part of stacked volume of manure after reduction by
8%) flooding with water, dressing including removal of rubbish
and surplus earth, if any with all leads and lifts (cost of manure,
sludge or extra good earth if needed to be paid for separately) :         
Holes 1.2 m dia and 1.2 m deep. each 250         
Holes 60 cm dia, and 60 cm deep. each 30         
23.14 Filling mixture of earth and sludge or manure in the desired cum 1,345.00
proportion in trenches, flooding with water and leveling (cost of
supplying earth and sludge or manure and mixing excluded).
        
23.15 Excavation in dumped stones or malba including stacking of cum 190
serviceable and unserviceable material separately and
disposal of unserviceable material lead upto 50 m and lift upto
1.5 m disposed material to be neatly dressed.         
23.16 Flooding the ground with water including making kiaries and sqm 1,000.00
dismantling the same.         
23.17 Trees         

119
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying on site and Planting, in Pits of 1mX1mX1m, and
backfilled with a recommended mix of Sweet Earth, Farm yard
Manure and other soil additive as may be necessary in the
opinion of the consultant, with adequate precautions against
mortality or damage, and including all materials and operations
associated with planting successfully the following indicative
number of Trees at the discretion of the consultant, with a
reasonable standard of care and training for a period of six
months thereafter, constituting the establishment phase*         
Botanical name of plant - Height Multi-branching /
Characteristics         
TREES - 1 yr. old. Ht. 1.5m ft, multi-branching at 0.9m         
23.17.1 AZADIRACHTA INDICA nos. 5         
23.17.2 BAUHINIA PURPUREA nos. 49         
23.17.3 BORASSUS FLABELLIFER nos. 11         
23.17.4 BOMBAX CEIBA nos. 10         
23.17.5 CASSIA FISTULA nos. 25         
23.17.6 CHORISIA SPECIOSA nos. 15         
23.17.7 ALSTONIA SCHOLARIS nos. 10         
23.17.8 BUTEA MONOSPERMA nos. 21         
23.17.9 FICUS BENGHALENSIS nos. 5         
23.17.10 FILICIUM DECIPIENS nos. 20         
23.17.11 MADHUCA LATIFOLIA nos. 12   
23.17.12 MARKHAMIA PLATYCALYX nos. 18         
23.17.13 MILLINGTONIA HORTENSIS nos. 30         
22.17.14 MIMUSOPS ELENGI nos. 10         
23.17.15 PELTOPHORUM FERRUGINEUM nos. 23         
23.17.16 PONGAMIA GLABRA nos. 6         
23.17.17 KIGELIA PINNATA nos. 10         
23.17.18 PUTRANJIVA ROXBURGHII nos. 5         
23.17.19 SPATHODEA CAMPANULATA nos. 7         
23.17.20 DALBERGIA SISSOO nos. 3         
23.17.21 SWIETENIA MAHOGANY nos. 20         
23.17.22 TABEBUIA ROSEA nos. 15         
23.17.23 TABEBUIA SPECTABILIS nos. 55         
23.17.24 HOLOPTELEA INTEGRIFOLIA nos. 3         

120
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
        
23.18 Shrubs         
Supplying on site and Planting, in pits of 0.6mX0.6mX0.6m,
dug for the purpose of, and back-filled with mix of Sweet Earth,
Farm Yard Manure and any Soil additives as may be
necessary, in the opinion of the Consultant, with adequate
precautions against mortality or damage, and including all
materials and operations associated with planting successfully
the following indicative number of shrubs and climbers at the
discretion of the consultant, with a reasonable standard of care
and training for a period of six months thereafter, constituting
the establishment phase*         
SHRUBS (6-9 months old, Ht.-between 0.6 m - 1.2 m.)         
23.18.1 Adhatoda vasica nos. 92         
23.18.2 Acalypha Wilkesiana nos. 92         
23.18.3 Allamanda schottii nos. 72         
23.18.4 Barleria nos. 72         
23.18.5 Bauhinia tomentosa nos. 72         
23.18.6 Calliandra nos. 92         
23.18.7 Clerodendrum inerme nos. 72         
23.18.8 Cassia glauca nos. 72         
23.18.9 Cassia tora nos. 72   
23.18.10 Gliricidia sepium nos. 72         
23.18.11 Hibiscus rosa-sinensis nos. 72         
23.18.12 Jatropha nos. 60         
23.18.13 Leucaena leucophloea nos. 60         
23.18.14 Milletia ovalifolia nos. 60         
23.18.15 Tecoma stans nos. 60         
23.18.16 Tecomaria capensis nos. 60         
23.19 Climbers (planted at 0.4m c/c amounting to 6 nos per sq.
m)         
23.19.1 Bauhinia no. 60         
23.19.2 Allamanda no. 60         
23.19.3 Quisqualis indica no. 60         
23.19.4 Ixora parviflora no. 60         
23.19.5 Jacquemontia violacea no. 60         

121
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
23.19.6 Petrea volubilis no. 60         
23.2 Ground Covers         
Supplying on site and Planting of, with adequate precautions
against mortality or damage, and including all materials and
operations associated with planting successfully the following
indicative number of ground covers at the discretion of the
authority, with a reasonable standard of care and training for a
period of six months thereafter, constituting the establishment
phase*   
Botanical name of plant -Height Multi-branching /
Characteristics         
23.20.1 Apluda mutica sq m. 296         
23.20.2 Anthraxon ciliaris sq m. 296         
23.20.3 Desmostachya bipinnata sq m. 266   
23.20.4 Wedelia trilobata sq m. 220   
23.20.5 Digitaria ischaemum sq m. 360         
23.20.6 Eragrostis sq m. 200         
23.20.7 Stenotaphrum sq m. 1,100.00         
23.20.8 Paspalum spp. sq m. 520         
23.21 MAINTANANCE OF TREES         
Watering, Manuring, hoeing, Training with secateurs, stakes Nos. 282
and ropes to desired form, stocking with fertilizer, oilcake and
bonemeal, applying necessary pesticides, and deweeding and
all tasks necessary to growing and maintenance of Trees
planted for the duration of the maintenance contract of 24
months, which is deemed to commence from the certification of
the end of the establishment period as indicated in the
conditions of contract and paid in monthly installments upon
submission of certificate by authority appointed Horticultural
supervisor. The cost will include replacement of plants in case
of casualty, the plant has to be maintained in a state of good
health and vigorous growth. The leaves are to be washed
regularly and disease and deficiency free.         
23.22 MAINTANANCE OF SHRUBS, CLIMBERS AND
GROUNDCOVERS (planted at 0.4m c/c amounting to 6 nos
per sq. m)         

122
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Watering, Manuring, hoeing, Training with secateurs to desired sq.m. 2,060.00
form, stocking with fertilizer, oilcake and bonemeal, applying
necessary pesticides, and deweeding and all tasks necessary
to growing and maintenance of Shrubs and Groundcovers
planted for the duration of the maintenance contract of 24
months, which is deemed to commence from the certification of
the end of the establishment period as indicated in the
conditions of contract and paid in monthly installments upon
submission of certificate by authority appointed Horticultural
supervisor. The cost will include replacement of plants in case
of casualty, the plant has to be maintained in a state of good
health and vigorous growth. The leaves are to be washed
regularly and disease and deficiency free.         
23.23 MAINTANANCE OF LAWNS AND AREAS UNDER
GRASSES (planted at 0.4m c/c amounting to 6 nos per sq.
m)         
Watering, Manuring, hoeing, rolling, leveling with additional sq.m. 1,250.00
sand, stocking with fertilizer, oilcake and bonemeal, applying
necessary pesticides, and deweeding and all tasks necessary
to growing and maintenance of Lawns and other areas under
Grasses planted for the duration of the maintenance contract
of 24 months, which is deemed to commence from the
certification of the end of the establishment period as indicated
in the conditions of contract and paid in monthly installments
upon submission of certificate by authority appointed
Horticultural supervisor. The cost will include replacement of
plants in case of casualty, the Lawns have to be maintained in
a state of good health and vigorous growth. De-weeding done
and repairs regularly and kept disease and deficiency free.
        
24 Rain water harvesting & Tubewells         
STORM DRAINAGE         
24.1 Fixing, testing & commissioning heavy duty (To ASTM D1785)
ASTM CPVC SDR-11.0 pipes & Fittings with solvent weld
socket joints and necessary fittings of brass thred including
necessary supports viz., split clamps with anchor fastener of
Chilly make to RCC or brick masonry pedestals and battens, if
required complete as per specifications (External work)         
50 mm dia (from basement to ground level) m 25   
24.2 Providing and laying non-pressure NP2 class (light duty)
R.C.C. pipes         
with collars jointed with stiff mixture of cement mortar in the         

123
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
proportion
of 1:2 (1 cement : 2 fine sand) including testing of joints etc.
complete :         
24.2.1 150mm dia m 200         
24.2.2 200mm dia m 200         
24.2.3 250mm dia m 200         
24.2.4 300mm dia m 150         
24.3 Providing M.S. Grating on rain water channel as per design & kg 500
Specifications         
24.4 Excavation for foundation for foundation up to 1.5m depth
including sorting out and stacking useful materials and
disposing of the excavated stuff up to 50 meter lead
  
(1) Recharge Pit -1 to 4 Cu.m. 200         
24.5 Excavation for foundation for depth from 1.5 mt to 3.0 mt
Including sorting out and stacking of useful materials and
disposing of the excavated slull up to 50 meter lead
        
(1) Recharge Pit -1 to 4 Cu.m. 200         
24.6 Excavation for foundation for depth from 3.0 mt to 5.0 mt
Including sorting out and stacking of useful materials and
disposing of the excavated slull up to 50 meter lead
        
(1) Recharge Pit -1 to 4 Cu.m. 120         
24.7 Providing and laying Cement Concrete 1:5:10 (1 Cement: 5
coarse sand: 10 hand broken stone aggregates 40 mm
nominal size) and curing complete excluding cost of form work
In   
(1) Recharge Pit -1 to 4 Cu.m. 5         
24.8 Providing and laying Controlled Cement Concrete M-15
exposed Work with curing etc. complete including the cost of
formwork but excluding the cost of Reinforcement for R.C.C.
work In         
Slabs having more than 13 cm and upto 15 cm thickness         
(1) Recharge Pit -1 to 4 Cu.m. 10         
24.9 Brick work using common burnt clay building brick having
crushing strength not less than 35 kg/sq. cm. In foundation and
plinth in Cement mortar 1:6 (1 Cement: 6 fine sand)
        
(1) Recharge Pit -1 to 4 Cu.m. 50         

124
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
24.1 Fixing, testing & commissioning PVC sloted Pipe ISI marked
brand as per IS 4985 6 kg/sq. cm complete         
(1) Recharge Pit -1 to 4 Cu.m. 250         
24.11 Providing and laying Gravel of size 5 to 10mm at bottom of
Rain water Recharge Pit         
(1) Recharge Pit -1 to 4 Cu.m. 20         
24.12 Providing and laying Boulders of size 15 to 20mm at bottom of
Rain water Recharge Pit         
(1) Recharge Pit -1 to 4 Cu.m. 10         
24.13 Providing and laying Course Sand of size 1.5mm to 2.0mm at
bottom of Rain water Recharge Pit         
(1) Recharge Pit -1 to 4 Cu.m. 10         
PUMPS, PLANT & MACHINERY         
        
24.14 Supplying, installing, testing and commissioning of centrifugal
monoset submersible pumps with C.I. casing, Bronze impeller,
SS Shaft and driven by 415 V AC, 3 phase, 50HZ., motor
running at 2900 rpm speed and shall be supplied with all
accessories viz., base plate, coupling, motor, starter panel,
cabling up to panel, earthing, delivery & header pipes & valves
etc., complete.)

        
Capacity = 10 Cu. Mtr/hr & 25mtr head (1W + 1S) (for Nos. 4
Overhead Water Transfer Pump)( STP and Make up water
Reuse Systems)         
24.15 Supply, installation, testing & commissioning of Submersible Nos. 1
type drain sump pump having CI casing & SS impleller. The
scope shall also include necessary PVC piping with delivery
isolation valve & NRV with starter panel, etc. complete. (for
Water Body, Basement Wash Area Drain ) ( Groundfos, ITT
Lowara, Kirosker Make)         
Capacity 10 cu.m/hr & Head - 10m         
BORE WELL         

125
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
24.16 Supply installation, testing, commissioning of Bore well Nos. 1
complete job, including drilling 6" bore hole, casing pipe MS c-
class, pluming pipe tata-c class, testing of yield test report,
including water testing report, submersible pump to be installed
in the tube well of required indicated capacity and head as per
relevant IS for Bore water lifting with suitable submersible vet
type, water cooled, squirrel case motor conforming to IS 9283,
working of 3-phase, 50Hz +/- 3% 415 VAT +/- 10%, AC supply
2900 RPM synchronous speed with 10mtr. copper conductor
flat cable from pump to starter panel with cables and
termination ( all supports clamps pipe fittings mechanical seal,
bearing, bush, strainer, etc. comp., Casing C.I., S.S. CF8M
impeller, bronze casing, wearing and bearing bush, TC
mechanical seal, S.S. bearing, S.S. shaft with sleeve, S.S.
strainer, and M.S. morter along with water gurd, single phase
preventer with all cables of appropriate size control and
instrumentations, switches, testing, and installation along with
testing. Comp Job

        
Capacity = 15 Cu. Mtr/hr & Depth : APPROX 250 to 500 ft.(
As per Geological Report)         
DEWATS / SOIL SCAPE SYSTEM         
24.17 Supply, installation, testing & commissioning of waste water Job 1
DEWATA / SOIL SCAPE SYSTEM Treatment Plant with
collection tank in RCC civil works, primary, secondary civil
tanks, with includes all type of soil & plants, as per
specification given by venders, tertiary treatment also with all
electromechanical equipments, interconnected piping, valves,
pumps of 1 working & 1 stand bu units, instruments, gauges,
electrification like panel, starter, cabling, earthing, etc. &
treated waste water transfer pump to Flushing tank
compartment, Dewate system which inlcuding , plants and its
all necessary system design and irrection components etc.
complete. The sizing of tank/equipment shall take care of
average as well as peak flow. The outlet parameters shall be
as per IS requirements. The job is included starts from
collection sump to out put water tank collection sump and the
make up water pump will be installed in the tank. Comp. Job as
per req.         

126
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
24.18 WATER TREATMENT PLANTS         
Supply installation, testing and commissioning of domestic No. 1
water treatment plant comprising of pressure sand filter, multi
media, activated carbon filter, chlorination, etc. according to
input water quality/analysis. The scope shall include
interconnection piping, valves, instruments, back wash
arrangement, etc. complete ( Ionexchange, Tharmax,
PowerH2o Make)   
Inlet Flow Range : 10CMT/ Hr.   
Input Water Hardness :         
Output Water Hardness : < 50 PPM         
24.19 OIL & GREASE SEPRATORS PLANT         
Supply, installation, testing & commissioning of Oil & Grease
separator Plant with collection tank, primary, secondary &
tertiary treatment also with all electromechanical equipments,
interconnected piping, valves, pumps, instruments, gauges,
electrification like panel, starter, cabling, earthing, etc. &
treated waste water transfer pump to Flushing tank
compartment, etc. complete. The sizing of tank/equipment
shall take care of average as well as peak flow. The outlet
parameters shall be as per design drawings and
specifications. ( ION EXCHANGE, THARMAX, POWER H2O
MAKE)         
Capacity : 20 mtr3/day Job 1         
25 Conservation of Heritage Buildings         
26 BACKLIT SIGNAGES:         
26.01 Providing and fixing in position 10mm thick acrylic sheet UV sqm 63.36
resistant as per designs on RCC marker walls for Signages.
The acrylic sheet shall be firmly screwed to the RCC surface
so as to withstand wind speeds upto 47m/s using SS stud
fittings and structural silicon sealant of Dow corning or
equivalent. The rates shall be inclusive of all kinds of
scaffolding, staging, tools, tackles, hardware and adhesives.
The work shall be done to the complete satisfaction of the
Engineer in charge. (for advertisements/route maps)         

127
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
26.02 Providing and Sticking Vinyl with eight color eco solvent epson sqm 224.64
printing. The Vinyl to be of 100 microns 3M media or
equivalent. The vinyl to be laminated by 80 microns film after
the printing and before sticking. The sample of the same needs
to be approved by the consultant. To be stuck in line and level
without any crease or bubbles on the prelaminated board
surface. The graphics shall be provided by the consultant. The
contractor to check the graphic size and the available surface
before printing. (for advertisements/route maps)         
26.03 Providing and fixing of flex signage with eco solvent printing sqm 224.64
for external use and with uniformity so that the same can be
backlit. The flex is to be fixed neatly with adhesive to M.S.
frame, stretched in line and level. The flex to be 15 ounce of
LG Media for backlit and printed on vientech machine. The
graphic size is to be cross checked with the area available
before printing. The graphic shall be provided by the
consultant. (for advertisements/route maps)         
26.04 Do as per item 23.03 but for backlit purpose to be stuck behind sqm 224.64
glass/acrylic/polycarbonate surface with additional white vinyl
media as a backing layer. (for advertisements/route maps)
        
26.05 Providing , fabricating and fixing in position Internal BRT nos 46
hanging signages from existing MS trusses /RCC slabs as
per designs of the consultants. The rates shall be inclusive of
SS pipes, SS bars, SS 3mm thick sheet, 2mm thick clear/ plain
polycarbonate, MS angles, signage material in vinyl of LG,
Star, 3M make or equivalent all other hardware including
riveting, welding etc complete to the satisfaction of the
Engineer in charge. Samples shall be approved by the
Engineer in charge prior to mass production.         
27 MISCELLENEOUS WORKS & STREET FURNITURE         

128
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
27.1 Providing and installing in position HDPE synthetic Fiber carry nos 429
rollers of 100mm dia as per the design drawings of the
Consultant. The rollers shall have seals which are with
labyrinth seal components, non-rubbing polymer seal and
attached with dust and water deflectors. The rollers shall be
such that they shall have good rolling during impact and shall
not damage the body of the bus nor shall get damaged during
impact and shall act as a protecting mechanism for the bus
and the surface of the bus shelter. The installation of the rollers
shall be as per the instructions of the manufacturers. Samples
shall be approved prior to installation. Roller shafts shall be
made of stainless steel and multi labyrinth seals shall be filled
with high grade lubricants.         
27.2 Providing & fixing in position exposed R.C.C pre cast bollard in nos 201
M30 desired locations as per designs of the consultants. The
bollards shall be cast in rubber lined M.S moulds. The
contractor shall take approvals for the moulds from the
engineer in charge prior to casting. The bollards shall be
placed on 150 mm thick PCC bedding in 1:4:8 shown as per
designs. The rates shall be inclusive of all materials like M30
concrete for bollards, PCC, excavation, removal of debris from
the site and making the site clean. after work, marking of
bollards in positiones as per the consultant's design drawings
providing for and fixing 3M diamond grade retro reflectors
using adhesive tapes as per the instructions of the engineer in
charge, labour for all works, erection and erection equipments
all tools, tackels, moulds and all lead, lifts and transportation.
The works shall be carried out to the complete satisfaction of
the engineer in charge.         

129
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
27.3 Making of Pre-cast exposed RCC benches as per designs and nos
placing the same in positions as directed using M25 grade
concrete. The concrete shall be poured in pre-fab rubber lined
MS moulds to form the shape of the bench and the resting
blocks. The bench and the resting blocks shall be cast in
separate moulds to the most precise dimensions as per the
drawings. The pre-cast exposed RCC blocks shall be placed
on a level RCC (M20) base of 200mm as per the designs. The
bench shall then be firmly fixed using 20mm dia polished bar
MS pins with the precast blocks and the pin holes shall be filled
using non-shrink cementitious grouts of approved makes. The
Rates shall be inclusive of all kinds of materials like concrete,
reinforcement, exposed rendering, plasticizers etc. The rates
shall also include for part excavation on site to firmly place the
benches in positions as required - rate per bench as per
drawing. The contractor shall ensure that the moulds are cast
in a proper manner so that the holes for the connecting 20mm
dia pins are well co-ordinated so as to achieve a firm fixity after
final placement. The bench shall be placed on the resting
blocks by placing a fine layer of cement slurry.         
a. Bench Type A short nos 25         
b. Bench Type B (L shaped) nos 12         
        
27.4 Fabricating and placing in position MS dust bins as per the nos 67
designs. The rates shall be inclusive of all MS sections, MS
sheets, MS perforated sheets, MS base and shoe plates of
8mm thickness, MS angles, heavy duty pivots, excavation,
M25 precast RCC base blocks and grouting of the dust bin
supports as per designs and fixing the same using 12mm dia
anchor bolts. The rates shall also include for applying Duco
putty and duco spray paint in two coats of approved colour and
make.         
Total for CVIL PLUMBING AND LANDSCAPING (PART –A)

  
        
Part B :- FIRE FIGHTING         
F-01 FIRE FIGHTING WORKS - SECTION III         
F 01 FIRE EXTINGUISHERS AND EXIT SIGNS         

130
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying and fixing following optical signs having its own
independent power source etc. complete (supply from
1.1 batteries)         
(1) “Fire Exits” ( Size 365 x 119 x 84 mm or nearest ) No 15   
(2)Fire exit signs of standard size photoluminous type.(glowing No 15
in dark type)         
Providing and fixing portable fire extinguishers of approved
make ISI marked of following Capacity at the places shown on
1.2 Drawing & mentioned in CFO letter         
(1) Dry chemical powder of 5 kg capacity as per ISI 2171 No 1         
(2) Dry chemical powder of 10 kg capacity as per ISI 2171 No 15         
(3) Mechanical Foam type fire extinguisher of 50 ltr. capacity No 1
as per IS: 13386   
(4) ABC stored pressure type fire extinguisher of 5 kg. capacity No 15
as per IS:13849         
No 1
(5) ABC stored pressure type fire extinguisher of 2 kg.
capacity as per IS:13849         
(6) Water-Co2 type fire extinguisher of 9 Lit.capacity as per No 1
IS:940         
(7) Co2 type fire extinguisher of 4.5 kg. Capacity as per No 1
IS:2878         
Set 9
(8) Fire buckets of 9 lit. capacity 3 Nos.)in each set including
stand with paint etc. complete   
F-02 FIRE WET RISER SYSTEM         
Supplying, installation testing and commissioning of the
following         
        
  
MS ‘C’ class Pipe as per IS1239. pipe with flanges welded and
with heavy clamps, hangers, brackets or pipe supports (all with
screwed/welded joints) as required including pipe of shorter
lengths, tapering connecting pieces, short or long bends, GI
specials like sockets, union nuts, elbows, reducers, plugs,
Tees etc.         
Complete to make the system operative as required by LPA /
TAC/AHJ authorities the pipes will have to be laid and fixed in
trenches on walls, ceilings, into brick walls or RCC with lead
anchor fasteners.         
2.1         

131
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
The work includes making holes in brick or RCC walls, slabs/
roofs and making good the damages by bringing to the original
condition to the satisfaction of the Architect/Consultant/Client
and painting two coats of approved shade(Post office red)of
enamel paint over a coat of approved primer for over heads
pipes and for underground pipe shall         
  

Note : The piping installation has to be put to hydraulic test


to1.5 times Working pressure before applying paint or pipe
coating and wrapping etc. Complete         
        
(1) 150mm (Wet Riser hydrant ) Rmt 25         
(2) 100mm Rmt 40   
Supply and installation, testing and commissioning of CI
Butterfly valves ( heavy ) tested to ISI marked, PN1.6 tested to
500 psi hydraulic pressure with necessary , companion
flanges, bolts, nuts, gasket packing and any other marked,
PN1.6 tested to 500 psi hydraulic pressure with necessary,
companion flanges, bolts, nuts, gasket packing and any other
spares, including indicator for open and shut position as per
2.2 fire practice etc complete.         
(1) 150 mm dia No 2         
(2) 100 mm dia No 6         
Providing and fixing 63 mm dia (2.1/2”) N.B. hydrant Single Nos. 5
outlet (IS:5290) landing valve in Gunmetal Morris Pattern
instanteous coupling type TAC / LPA approved & ISI certified
heavy type hydraulically tested to 250 psi working pressure
2.3 with necessary nuts, bolts etc.         
Set 5
Providing & fixing 2 Nos.70mm dia RRL hose pipe as per IS
636 TAC/ LPA approved of 15 m standard length each of
approved pattern and size including gun metal male and
2.4 female Coupling duely bound with copper wire etc. complete         
Supplying & fixing first aid fire hose of braided rubber suitably Nos. 5
reinforced Dunlop make 20mm size & 30m standard length
with 6mm tapering branch nozzle, 32mm dia. Pipe to connect
to riser with cut off valve attachment. Hose to be swinging type
wall mounted drum & recessing into hose cabinet to suit
location including fixing with lead anchor fasteners & bolts (
2.5 Incluiding drum and swivel arrangment ) etc complete.         

132
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying and fixing 2 way Fire Brigade service inlet of size Set 1
150 mm dia. with 2 No. 63mm (2.1/2") size GM male outlets
(bronze male coupling) including metallic cover of mild steel
and glass front, indicator plates,150mm BFV and schematic
mimic diagrams on metallic plate for easy operation as directed
2.6 by Architect etc.complete to system         
Providing and fixing heavy quality Drain pipe & valves
approved by TAC/ LPA etc. complete.For draining of sprinkler
2.7 riser.         
(1) Ball Valve : 50 mm dia, PN 1.0 Nos. 2         
(2) Drain pipe : 50 mm (medium duty : IS 1239) Mtr. 2         
Nos. 5
Supplying & fixing fire door to cover fire shaft opening of size
suitable at site condition (approx.1.5 mtr. x 0.9 mtr.) made up
of 16 guage MS plate continuously welded on all edges or
fabricated with bends at all edges using using single plate
Including railway coach lock up arrangement & lever for
opening the door after breaking the glass. Each door is to be
fitted with front glass door painted "FIRE" with red luminous
paint. Hinges should be sturdy to bear the weight of fully open
door without sagging. Cabinet should be powder coated by
standard process on all sides with red paint of approved make
suitable for fixing to wall as directed by Architect (flush/surface
mounted) etc. complete.Contractor to get sample approved for
2.8 workmanship from Architect/consultant/client   
Providing, fixing, testing and commissioning of MS air cushion No 2
tank on top of each riser fabricated from 6mm thick MS plate,
200mm in diameter and 1200mm in height and dished ends
fabricaed from 8mm thick MS plate with Air release valve with
2.9 stop cock.         
Supplying and fixing G.M.Branch pipes including all No 5
2.1 accessaries etc.complete         
Supplying and fixing specially designed gunmetal orifice plates Nos. 5
on hydrant outlets of landing valves including distant pieces of
suitable size for adjustment of delivery pressure of 3.5 kg/
sq.cm as required by LPA complete with necessary
2.11 companion flanges,nuts, bolts, gaskets etc. complete.         
2.12 Flow Switch on 80 mm Dia pipe Nos. 1         
F 03 EXTERNAL HYDRANT SYSTEM :         

133
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying, installation testing and commissioning of the
following C’ class MS BLACK Pipe as per IS3589.for
‘undegound,and as per IS:1239(I) for overhead pipes with
flanges welded and with heavyclamps,hangers, brackets or
pipe supports (all with screwed/welded joints) as required
including pipe of shorter lengths, tapering connecting pieces,
short or long bends, specials like sockets, union nuts, elbows,
reducers, plugs, Tees etc.Complete to make the system
operative as required by LPA / TAC authorities the pipes will
have to be laid and fixed in trenches on walls, ceilings, into
brick walls or RCC with lead anchor fastners.The work
3.1 includes excavation in all types of soils and back filling and         
condition to the satisfaction of the Architect and painting two
coats of approved shade(Post office red)of enamel paint over a
coat of approved primerfor over heads pipes and for
underground pipe shall [It includes providing and fixing
pypkote (corrosion protection tape) including supply and
application of pipe coating and spiral Wrapping (wrapping
should have overlap of 15 to 20 mm) etc.Complete as per
ASTM standards/IS:10221 for corrosion protection of pipes
that will be laid under the ground Corrosion.]         
Note : The piping installation has to be put to hydraulic
test to1.5 times         
Working pressure before applying paint or pipe coating and
wrapping etc. Complete         
(1) 150mm Rmt 75         
(2) 100mm Rmt 550         
Providing and fixing hydrant stand posts of 80 mm dia. With No 12
flanges and accessories and supply,fixing single headed 63
mm dia G.M. Hydrant Valve in the courtyard IS:5290 Including
2 coats of approved enamel paint (red) over a coat of
primer,complete with 2.1/2” ‘Morris’ pattern instaneous
couplings including 80mm dia. Pipe of 2 mtr. length etc.
3.2 complete.         
Providing & fixing 2 Nos.65mm dia RRL hose pipe as per IS Set 12
636 TAC/ LPA approved of 15 m standard length each with
hose cabinet of suitable size approved pattern and size
including gun metal male and female Coupling duely bound
with copper wire with gun metal nozzle etc. complete installed
3.3 on MS angle frame which is partially burried in ground in PCC         

134
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying and fixing specially designed gunmetal orifice plates Nos. 12
on hydrant outlets of landing valves including distant pieces of
suitable size for adjustment of delivery pressure of 3.5 kg/
sq.cm as required by LPA complete with necessary companion
3.4 flanges,nuts, bolts, gaskets etc. complete.         

Supply and installation,testing and commisioning of Isolation


valves ( heavy ) tested to ISI marked ,PN1.6 tested to 500 psi
hydraulic pressure with necessary , companion flanges,bolts,
nuts, gasket packing and any other spares, including indicator
3.6 for open andshut position as per fire practice etc complete.         
(1) 150 mm dia No 2         
(2) 100 mm dia No 12   
Supply and installation,testing and commisioning of Isolation
valves ( heavy ) tested to ISI marked ,PN 1.6 500 psi hydraulic
pressure with necessary companion flanges, bolts, nuts,
gasket packing and any other spares, including indicator for
open and shut position to be installed underground with
suitable size brick work/RCC valve chamber and MS plate
3.7 cover as per fire practice etc complete.         
(1) 100 mm dia No 12         
F 04 MAIN FIRE PUMP ROOM ,TANK AND ACCESSORIES         
Supplying & installing completely testing & commissioning Nos. 1
main fire pump (electrical driven) for hydrant main & sprinkler
main with cast iron casing & bronze or phosphor bronze
internal parts, make as approved by TAC/CFO for fire duty,
complete with coupling guard necessary RCC
foundation,capable of discharging 2280 lt/min against 55 meter
head metre head against all losses complete electrically
operated TEFC 3-ph, 440-V, 50 Hz, 1500 RPM motor of ‘B’
class winding, make as approved by TAC with automatic star/
Delta starter complete with 1 – phasing preventor & No volt
release as per LPA requirements foundation bolts, suitable
cable entry gland box for -AL cable (70 sq.mm) pressure
guages & wired for automatic start of the water pump on drop
of pressure in the wet riser/ hydrant and sprinkler system. The
motor starter and pump should confirm to LPA / BSES & and
IE Regulations. The pump shall be capable of giving not less
than 150% discharge at a head not less than 65% of the rated
4.1 head. Motor to be of continuous rating etc. complete.   

135
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying & installing completely testing & commissioning Nos. 1
main fire pump (diesel driven)with cast iron casing & bronze or
phosphor bronze internal parts, make as approved by
TAC/CFO for fire duty, complete with coupling guard, exhaust
piping (@40 mtr. length, MS C class ) with necessary fittings,
4.2 supports, clamps, insulation , ect. complete         
RCC foundation,capable of discharging 2280 lt/min against
55 meter head metre head against all losses complete with
suitable diesel engine ,auto start facility with battery,nessesary
wiring,fuel tank         
,exhaust system,foundation guages & wired for automatic start
of the water pump on drop of pressure in the wet riser/ hydrant
and sprinkler system. The motor starter and pump should
confirm to LPA / BSES & and IE Regulations. The pump shall
be capable of giving not less than 150% discharge at a head
not less than 65% of the rated head. Motor to be of continuous
rating etc. complete.         
Providing, installing & commissioning automatic Starter panel Nos. 1
switchgear unit for the main hydrant pump , jockey pump and
sprinkler pumps to suit the motor H.P.for the rated capacity &
4.3 desired head of         
the pumps,comprising of automatic switch unit, isolator,
pressure switches to set operating pressures, switches rated to
440-V, 50 HZ supply to continuous maximum lead & electric
supply   
companies / IEregulations, contacts of suitable size / rating
terminal boxes for A-AL cables suitably screwed, standard
250-V,15watt bayonetcap indicator lamps for the pump behind
ruby         
domes suitably protected against damage interlocking
arrangements as per LPA rules and requirements, auxiliary
switch / switches to provide audio & visual alarm both at pump
room & MCP         
(Mainfireconsole) with acknowledge switches & reset Switches.
Auxiliary switches to be rated at 5 Amps,250 volts, 50 Hz
complete with CT connected         
ammeters, voltmeters & 3-ph selector switches with ON/OFF
for reading currents & voltages to be provided on the panel. All
installation shall comply with IE rules, TAC/LPA guidelines
BSES rules & NEC etc. complete.   

136
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supplying & installing 1100-V grade PVC insulated & sheathed Mtrs. 15
armoured aluminium cable, IS certified, 3.5 core x 95 sq.mm
AYFY size cable for electric motor in Rate should include for
necessary hardware for fixing, crimping including Dowels,
copper lugs, suppply of brass cable glands, all material and
4.4 labour etc. complete.(Star Delta for Main hydrant Pump)         
Supplying & installing PVC insulated & sheathed armoured Mtrs. 15
copper cable for Jockey pump, IS certified, 3C x 4 sq.mm
YWY size cable for electric motor in Rate should include for
necessary hardware for fixing, crimping including Dowels,
copper lugs, suppply of brass cable glands, all material and
4.5 labour etc. Complete. (Star Delta for Jockey Pump)         
Mtrs 25
Providing and fixing Power wiring with 2 core x 1.5 sq.mm.
PVC armoured copper cable for wiring pressure switches, etc.
4.6 Including all required material and labour etc. Complete.         
Note : All cable sizing are tentative. It shall be designed
according to actual motor rating & got approved for consultant /
Client before procurement.         
No 2
Providing, fixing, testing and commissioning of precharged air
vessel (size 450 mm dia & 2000 mm height) for pressurization
of hydrant / sprinkler system complete with adequate pressure
4.7 switches (as per design / requirment) with valve.         
Supplying, installing, testing and commissioning of jockey No 1
pump with discharge 180 lpm against head 55 mtr. pump on
slab as per site conditions and instructions of site engineer-in-
charge including proper fixing, drop pipe of necessary length
with strainer, sluice valve, non return valve, pressure guage,
pressure switch etc. complete including all necessary valves
and fittings up to main header on discharge Line.The electrical
motor for the pump should comply as per Specification In
4.8 Sr,no.1 of this section.         
Supplying and fixing 4 way Fire Brigade service inlet of size Set 1
150 mm dia. with 4 No. 63mm (2.1/2") size GM male outlets (
bronze male coupling) including metallic cover of mild steel
and glass front, indicator plates,150mm BFV and schematic
mimic diagrams on metallic plate for easy operation as directed
4.9 by Architect etc.complete to UGR         
Supplying, installation testing and commissioning of the
4.1 following ‘C’ class MS Pipe as per IS:1239(I)         

137
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words

for overhead pipes with flanges welded and with


heavyclamps,hangers, brackets or pipe supports         
(all with screwed/welded joints) as required including pipe of
shorter lengths, tapering connecting pieces, short or long
bends, GI specials like sockets,         
union nuts, elbows, reducers, plugs, Tees etc.Complete to
make the system operative as required by LPA / TAC
authorities the pipes will         
have to be laid and fixed in trenches on walls, ceilings, into
brick walls or RCC with lead anchor fastners.         
The work includes excavation in all types of soils and back
filling and making holes in brick or RCC walls, slabs/ roofs and
making good the damages by bringing to the original condition
to the satisfaction of the Architect and painting two coats of
approved shade(Post office red)of enamel paint over a coat of
approved primerfor over heads pipes         
Note : The piping installation has to be put to hydraulic test
to1.5 times         
(1) Working pressure before applying paint or pipe coating and
wrapping etc. Complete         
(2) 200mm(Suction and discharge header) Rmt 8         
(3) 150mm(Aboveground) Rmt 8         
(4) 80 mm Rmt 3         
(5) 50 mm Rmt 2         
Providing, installing testing & commissioning following
4.11 components in pump room Strainer of approved make         
(1) 200 mm size (For MAIN hydrant and sprinkler pump No 1
suction)         
(2) Size : 150 mm No 1         
(3) 80 mm size(for jockey pump suction) No 1         
(4) Gate valve ISI Marked and approved make         
(5) 200 mm size No 1         
(6) 150 mm size No 3         
(7) 80 mm size No 1         
(8) 50 mm size No 1         
4.11.1 NRV ISI Marked and approved make         
(1) 200 mm size No         

138
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
(2) 150 mm size No 2         
(3) 50 mm size No 1         
Supply,installation testing and commisioning pressure switch
4.11.2 assembly with following components         
(1) Approved pressure switches with required cable No 2         
(2) Ball Valve 50 mm dia No 1         
(3) Ball Valve 15 mm dia No 1         
(4) 15 mm dia pipe Mtr. 3         
(5) 50 mm dia pipe Mtr. 3         
(6) Pressure gauge with ball valve No 3   

Charges for liasoning with CFO and getting all approvals and
permissions & NOC 's required for fire fighting at various
4.12 stages & after completion of the project.         
(All official and receipted payments wuold be submitted and Lumsum 1
Reembursed)         
TERRACE (BOOSTER) PUMPS ,TANK ,PIPING AND
F05 ACCESSORIES         
Supplying & fixing monoblock booster pump of capacity 900 No 1
Lt/min & against head of 35 m to get a pressure of 3.5 kg /
sq.cm at the topmost hydrant with booster starter with M.S.
frame and clamps as necessary for fixing the pumps on the top
of slab as per site conditions and instructions of site engineer
in charge including proper fixing Stainer, sluice valve, non
return valve, pressure guage, pressure switch etc. including
5.1 complete with necessary wiring etc.         
Supplying & installing PVC insulated & sheathed armoured Mtrs. 15
copper cable for Booster pump, IS certified, 3.5 core x 10
sq.mm YWY size cable for electric motor in Rate should
include for necessary hardware for fixing, crimping including
Dowels, copper lugs, suppply of brass cable glands, all
5.2 material and labour etc. Complete.         
Supplying, installing, testing and commissioning of isolation No 1
panal For booster pump in pump house at basement including
starter including all necessary controls and accesaries. Etc.
5.3 complete.   
Providing, installing testing & commissioning following
5.4 components in pump room         
(1)100 mm size(For suction) No 2         

139
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
5.4.1 Butterfly valve ISI Marked and approved make         
(1) 100 mm size No 2         
(2) 65 mm size No 1         
5.4.2 NRV ISI Marked and approved make         
(1) 65 mm size No 1         
5.4.3 Pressure gauge with ball valve No 1         
Supplying, installation testing and commissioning of the
following ‘C’ class MS Pipe as per IS:1239(I) for overhead
pipes with flanges welded and with heavyclamps,hangers,
5.5 brackets or pipe supports (all         
with screwed/welded joints) as required including pipe of
shorter lengths, tapering connecting pieces, short or long
bends, GI specials like sockets, union         
nuts, elbows, reducers, plugs, Tees etc.Complete to make the
system operative as required by LPA /         
TAC authorities the pipes will have to be laid and fixed in
trenches on walls, ceilings, into brick walls         
or RCC with lead anchor fastners.The work includes
excavation in all types of soils and back filling and making
holes in brick or RCC walls, slabs/roofs and making good the
damages by bringing to the original condition to the satisfaction
of the Architect and painting two coats of approved shade(Post
office red)of enamel paint over a coat of approved primerfor
over heads pipes         
Note : The piping installation has to be put to hydraulic test
to1.5 times         
Working pressure before applying paint or pipe coating and
wrapping etc. Complete         
(1) 100mm Rmt 30         
(2) 65mm Rmt 15         
F 06 SPRINKLER PROTECTION (Suppression system)         
Providing and fixing M.S ‘C” class IS certified pipes with
screwed on flanges / couplings with specials as necessary
clamped to wall, beams ceilings as required and head anchor
fastners, testing to1.5 times working pressure hydraulic
pressure after installation and applying two coats of approved
enamel paint shade as directed over a coat of primer the
6.1 following sizes.         

140
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
(1) 150 mm dia. (ring) Rmt. 2         
(2) 100 mm dia Rmt. 5         
(3) 80 mm dia. Rmt. 5         
(4) 65 mm dia Rmt. 5         
(5) 50 mm dia Rmt. 5         
(6) 40 mm dia. Rmt. 5         
(7) 32 mm dia Rmt. 5         
(8) 25 mm dia Rmt. 5   
IMP NOTE:50mm and Below Pipe Size by Socket weld or
Thred Joint         
Supplying ,Installing,testing and commisioning of 15mm
inlet,80 k-factor following type sprinkler heads including
required reducer and Pipe length with quartzoid bulb of LFB
6.2 approved   
Make and quality to operate at 68 degrees c.etc. complete.   
(1) Conventional Pendent type Sprinkler(with rossete) 68 Nos. 15
degree temp.         
(2) Upright Sprinklers having 68 degree temp. rating Nos. 1         
(3) Side wall Sprinklers having 68 degree temp. rating Nos. 1         
(4) Concealed pendent sprinklers with 68 deg. Rating Nos. 1         
Note : If space between slab & false ceiling is 800 mm &
more, upright sprinklers to be provided by Contarctor         
6.2.1 1 Mtr. Length Flexible Drops For Sprinklers with accessories Nos. 5   
Providing ,fixing,testing ,commisioning approved make flow Nos. 1
switche on 100 mm supply line for connecting to main fire
alarm panel operating at 24-V at BMS room/security room
6.3 including 2 core 1.5 sq.mm cabling,         
Supply ,Installation Testing Commisioning of Wet Chemical Set 1
System for Kitchen system with nessary Nozzles,Piping and
Wet Chemical storage WITH Detection system in hood
Considering considering 20 Points of Detection and 15 Points
6.4 of supprsion nozzles         
Providing and fixing including supply of isolation valve of
approved make of following dia including necessary fittings
like Companion flanges,nut ,bolt & gaskets.unions, elbows Etc.
6.5 complete.         
(1) 25mm dia (Drain Valve) Nos 2         
(2) 150mm dia Gate Valve Nos 1         

141
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
(3) 15 mm dia test valve Nos 1         
(4) 150 mm ALARM VALVE with all accessories like motor Nos 1
gong test valve etc         
Total for Fire Fighting ( 1 to 8 ) (PART – B)

        
        
Part C :- ELECTTRICAL WORK         
E1 Internal Wiring         
Supply, installation, connection, testing & commissioning of
following outlet points as per Specification & IS. The unit rate
for the point shall consist of the wiring from LDB or switch
board to outlet point through MCB / switch as required &
including the outlet points with connector & sockets as per
specification.   
All the wiring, outlet points shall be done in a concealed
manner with ISI approved medium duty, rigid FR PVC, ISI
conduit of minimum 25 mm. dia. using 650 V FRLS copper
conductor wire, modular switches with suitable plate, PVC /
Metal back box with brass chromium / cadmium plated
machine screws etc.         
1.1 Point Wiring ( With modular type Switch )         
1.1.1 Wiring for the following light points with 3nos. 1.5 sq.mm
FRLS flexible copper conductor 1100 volts grade wires of
approved make in concealed 25 mm dia medium guage
PVC Conduit including providing and fixing of 6 amps single
pole rocker operated flush mounted switch of approved quality
colour make & design in 2 mm thick GI box and earthing of
fixtures and the outlet box with 1.5 sq.mm PVC insulated
copper conductor stranded flexible "FRLS" wire.
        
a Primary Light point controlled by one single way 6 A switch. ( no 465
Up to 3 mtr Building Height light point )         
a1 Primary Light point controlled by one single way 6 A switch. no 65
(Above 3 mtr building height light point only)         
b Primary light point controlled by one SP MCB no 115         
b1 Primary light point controlled by one SP MCB (Double height no 5
light point only)         
c Secondary light point controlled by same switch / MCB no 185         

142
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1.1.2 Wiring for the 2 way controlled light points with 1.5
sq.mm FRLS flexible copper conductor 1100 volts grade
wires of approved make in concealed 25 mm dia medium
guage PVC Conduit including providing and fixing of 2 Nos. 6
amps 2 way rocker rocker operated flush mounted switch of
approved quality colour make & design in 2 mm thick GI box
and earthing of fixtures and the outlet box         
a Primary light point controlled by two, two way 6 A switch no 8         
b Secondary light point controlled by same switch no 335         
1.1.3 Wiring for the Ceiling Fan points with 1.5 sq.mm FRLS no 61
flexible copper conductor 1100 volts grade wires of
approved make in concealed 25 mm dia medium guage
PVC Conduit including providing fan hook box, 6 amps switch
and 300 watts electronic hum free fan regulator of approved
quality colour make & design in 2 mm thick GI box and
earthing of fixtures and the outlet box with 1.5 sq.mm PVC
insulated copper conductor stranded flexible "FRLS" wire.
        
1.1.4 Wiring for the 250 volts single phase and neutral 6 amps
switched socket outlet with 2.5 sq.mm FRLS flexible
copper conductor 1100 volts grade wires of approved
make in concealed 25 mm dia medium guage PVC Conduit
including providing and fixing of 6 amps 5 pin switch socket
outlet of approved quality colour make & design in 2 mm
thick GI box and earthing of fixtures and the outlet box
with 1.5 sq.mm PVC insulated copper conductor stranded
flexible "FRLS" wire.
        
a One 6 A x 5 pin 250 Volt socket outlet point controlled by one 6 no 105
A switch located on board.         
b 6 A x 5 pin 250 Volt switched socket outlet point at convenient no 185
location.   
1.1.5 Wiring for the 250 volts single phase and neutral 16 no 52
amps switched socket outlet with 4 sq.mm FRLS flexible
copper conductor 1100 volts grade wires as phase &
Neutral of approved make in concealed 25 mm dia medium
guage PVC Conduit including providing and fixing of 16 amps
5 pin switch socket outlet of approved quality colour make &
design in 2 mm thick GI box and earthing of fixtures and
the outlet box with 1.5 sq.mm PVC insulated copper
conductor stranded flexible "FRLS" wire as earthing wire.         

143
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1.1.6 DO - as 1.1.5 but with4 sq.mm wire for phase & Neutral & 2.5 no 10
sq. mm for Earthing but for looping Plug wiring         
1.1.7 -Do- as 1.1.6 but With 20 Amp DP switch and socket at no 10
different location         
1.1.8 Wiring for the Exhaust fan point with 1.5 sq.mm FRLS no 15
flexible copper conductor 1100 volts grade wires of
approved make in concealed 25 mm dia medium guage PVC
Conduit including providing and fixing of 6 amps flush mounted
switch at the normal switch level in 2 mm thick GI box and 6
amps 3 pin flush mounted socket out of near exhaust fan and
earthing of exhaust fan through the third pin of the socket
outlet of approved quality colour make & design in 2 mm thick
GI box and earthing of fixtures and the outlet box with 1.5
sq.mm PVC insulated copper conductor stranded flexible
"FRLS" wire.         
1.1.9 Wiring for the Bell point with 1.5 sq.mm FRLS flexible no 10
copper conductor 1100 volts grade wires of approved
make in concealed 25 mm dia medium guage PVC Conduit
including providing and fixing of 6 amps flush mounted Bell
switch in 2 mm thick GI box of approved quality colour make &
design in 2 mm thick GI box and earthing of fixtures and
the outlet box with 1.5 sq.mm PVC insulated copper
conductor stranded flexible "FRLS" wire.         
1.1.10 Wiring for the UPS / Comp. / Raw Power outlet with 2 nos. of no 84
250 volts single phase and neutral 16 amps switched
socket outlet with 2.5 sq.mm x 3 core FRLS flexible copper
conductor 1100 volts grade wires of approved make in
concealed prelaid 25 mm dia medium guage PVC Conduit /
Race ways including providing and fixing of 2 no.s of 16 amps
5 pin switch socket outlet of approved quality colour make &
design in 2 mm thick GI box and earthing of fixtures and
the outlet box with 1.5 sq.mm PVC insulated copper
conductor stranded flexible "FRLS" wire. ( Maximum 3 nos.
of Plugs can be looped in 1 Circuit )         

144
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1.1.11 Wiring for the UPS / Comp. / Raw Power outlet with 2 nos. no 40
of 250 volts single phase and neutral 16 amps switched
socket outlet with 4 sq mm x 3 core FRLS Round flexible
copper conductor 1100 volts grade wires of approved
make in concealed prelaid 25 mm dia medium guage PVC
Conduit / Race ways including providing and fixing of 2 no.s of
16 amps 5 pin switch socket outlet of approved quality colour
make & design in 2 mm thick GI box and earthing of
fixtures and the outlet box . ( Maximum 2 nos. of Plugs can be
looped in 1 Circuit )         
1.1.12 Wiring for the Three phase and neutral 32 / 40 amps no 15
polycarbonate industrial 5 pin (IP 65/66) socket outlet with 32 /
40 amps Four pole MCB in a poly carbonate enclosure
including providing and fixing of 32 amps socket in poly
carbonate enclosure and neutral & earthing pin of the socket
and with FP MCB of approved quality colour make & design in
polycarbonate IP 66 enclosure of Hensel / Spelsberg make         
1.1.13 Wiring for the Single phase and neutral 32 amps no 23
polycarbonate industrial 3 pin (IP66) socket outlet with 32
amps Double pole MCB in a poly carbonate enclosure
including providing and fixing of 32 amps socket in poly
carbonate enclosure and neutral & earthing pin of the socket
and with FP MCB of approved quality colour make & design in
polycarbonate IP 66 enclosure of Hensel / Spelsberg make         
1.1.14 Supply and laying of 25 mm rigid PVC pipe of 1.6-1.8 mm rmt 8,100.00
thickness         
1.2 RACEWAYS & JUNCTION BOX         
1.2.1 Providing and fixing 2 mm thick steel sheet factory fabricated
post galvanized raceway with internal partition of the following
sizes including providing removable 3 mm thick GI cover,
knock out holes and fixing accessories earthing with 8 SWG
copper earth wire complete as required including floor
supports, Vertical bends, access boxes, tap off boxes and
cross over, Connection Shackle & Duct end closer as per
specification and site requirement of OBO Betterman make

        
a. 350 mm wide x 38 mm deep raceway ( 3 Compartment )         
a1 Providing and fixing junction box for 350 mm wide raceway of no. 1
OBO Betterman make 65mm deep 2 mm thick GI sheet
junction box including providing 3 mm thick stainless steel
        

145
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
cover as per specification with service outlet opening.

b. 250 mm wide x 38 mm deep raceway ( 3 Compartment )         


b1 Providing and fixing junction box for 250 mm wide raceway of no. 1
OBO Betterman make 65mm deep 2 mm thick GI sheet
junction box including providing 3 mm thick stainless steel
cover as per specification with service outlet opening.         
c. 150 mm wide x 38 mm deep raceway         
c1 Providing and fixing 200 x 200 x 40 mm deep 1.6 mm thick GI no. 1
sheet junction box including providing 3 mm thick stainless
steel cover as per specification.   
1.2.2 SITC of 100 x 50 mm UPVC trunking with all necessary mtr 330
accessories like bends, Coupler, End Caps etc… of OBO
betterman or Legrand make         
1.2.3 SITC of 90 mm x 35 mm high impact UPVC material (hammer mtr 740
test according to DIN EN 60068-2-75) in compliance with the
relevant standard to EN 50085-2-2 floor Trunking as per
specification of OBO Better man make with all fixing
accessories.         
1.2.4 SITC of 308 mm x 308 mm x 65 mm under floor Juncton box no. 99
as per specification & drawing of OBO Better man make cat.
No. UDSPD 9035 9         
with all fixing accessories with ss plate and/or cable outlet.   
1.2.5 SITC of Vertical connection box made of galvanised sheet no. 71
steel for feeding the cables from the Distribution Box through
the under floor ducts suitable for 3 nos of UPVC ducts as per
specification & drawing of OBO Better man make cat. no. VAB
6025 with all fixing accessories         
1.2.6 Supplying, Fabricating, Installtion, Testing & Commissining of kg 275
the 2 mm thick CRCA sheet Steel Powder Coated MS box as
per the approved Design with locking Arrangement
        
1.3 MAINS :         
1.3.1 Supplying and Laying of mains with Cu. PVC insulated flexible
wire with ISI and FIA approval for 650 V/ 1100 V with earth
wires of Cu. PVC insulated flexible wires with ISI approval for
650 V/ 1100 V as earth wires to be drawn in Suitable dia rigid
PVC Pipe of Heavy Guage ( Scope Also includes Supply of
with. )         

146
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1.3.1.1 Supplying and Laying of 4 nos. of 35 sq mm Cu. flexible wires mtr 30
with 2 nos 16 sqmm Cu. flexible wires to be drawn in 1 nos. of
100 mm dia Pipe         
1.3.2 Supplying and Laying of mains with FRLS Cu. PVC insulated
flexible wire with ISI and FIA approval for 650 V/ 1100 V with
earth wires of FRLS Cu. PVC insulated flexible wires with ISI
approval for 650 V/ 1100 V as earth wires to be drawn in
Suitable dia rigid PVC Pipe of Heavy Guage         
1.3.2.1 Supplying and Laying of 4 nos. of 10 sq mm Cu. flexible wires mtr 190
with 2 nos 6 sqmm Cu. flexible wires to be drawn in 2 nos. of
40 mm dia Pipe         
1.3.2.2 Supplying and Laying of 4 nos. of 6 sq mm Cu. flexible wires mtr 50
with 1 nos 4 sqmm Cu. flexible wires to be drawn in 40 mm dia
Pipe         
1.3.2.3 Supplying and Laying of 2 nos. of 10 sq mm Cu. flexible wires mtr 50
with 1 nos 6 sqmm Cu. flexible wires to be drawn in 40 mm dia
Pipe         
1.3.2.4 Supplying and Laying of 2 nos. of 6 sq mm Cu. flexible wires mtr 50
with 1 nos 4 sqmm Cu. flexible wires to be drawn in 40 mm dia
Pipe         
1.3.2.5 Supplying and Laying of 2 nos. of 4 sq mm Cu. flexible wires mtr 2,100.00
with 1 nos 2.5 sqmm Cu. flexible wires to be drawn in 25 mm
dia Pipe         
1.3.2.6 Supplying and Laying of 2 nos. of 2.5 sq mm Cu. flexible mtr 4,250.00
wires with 1 nos 2.5 sqmm Cu. flexible wires to be drawn in 25
mm dia Pipe         
1.3.2.7 Supply & Laying of 1.5 sq mm x 2 core round flexible wire in mtr 200
prelaid pipe / Raceway.         
1.3.2.8 Supply & Laying of 1.5 sq mm x 3 core round flexible wire in mtr 800
prelaid pipe / Raceway.         
1.3.2.9 Supply & Laying of 2.5 sq mm x 3 core round flexible wires in mtr 1,875.00
prelaid pipe / Raceway.         
1.3.2.10 Supply & Laying of 4 sq mm x 4 core round flexible wires in mtr 800
prelaid pipe / Raceway.         
E2 Distribution Board         
2.1 Distribution Board-VTPN         

147
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
2.1.1 Supply, Erecting, testing and commissioning of only VTPN no 1
D.B. PPI type with space for FPMCCB as incoming and space
for DPELMCB and 8 TPMCB as outgoing per phase (i.e. 8 way
VTPN D.B.) of Legrand Make Cat. No. 607761 or equivalent
make from Make of material List         
2.1.1 Supply, Erecting, testing and commissioning of only VTPN no 1
D.B. PPI type with space for FPMCCB as incoming and space
for DPELMCB and 4 TPMCB as outgoing per phase (i.e. 4 way
VTPN D.B.) of Legrand Make Cat. No. 607760 or equivalent
make from Make of material List         
2.2 Distribution Board-TPN         
2.2.1 Supply, Erecting, testing and commissioning of only TPN D.B. no 2
PPI type with space for FPMCB as incoming and space for
DPELMCB and 12 SPMCB as outgoing per phase (i.e. 16 way
per phase D.B.) of Hensel Make KV9354M or Spelsberg make
  
2.2.2 Supply, Erecting, testing and commissioning of only TPN D.B. no 16
PPI type with space for FPMCB as incoming and space for
DPELMCB and 8 SPMCB as outgoing per phase (i.e. 12 way
per phase D.B.) of Hensel Make KV9448M or Spelsberg make
        
2.2.3 Supply, Erecting, testing and commissioning of only TPN D.B. no 3
PPI type with space for FPMCB as incoming and space for
DPELMCB and 4 SPMCB as outgoing per phase (i.e. 8 way
per phase D.B.) of Hensel Make KV9336M or Spelsberg make
        
2.2.4 Supply, Erecting, testing and commissioning of only TPN D.B. no 1
PPI type with space for FPMCB as incoming and space for
DPELMCB and 2 SPMCB as outgoing per phase (i.e. 6 way
per phase D.B.) of Hensel Make KV9224M or Spelsberg
make         
2.3 Distribution Board-SPN         
2.3.1 Supply, Erecting, testing and commissioning of SPN D.B. PPI no 12
type with space for DPELMCB as incoming and 12 SPMCB as
outgoing per phase (i.e. 16 way D.B.) of Hensel Make
KV9118M or Spelsberg make         
2.3.2 Supply, Erecting, testing and commissioning of SPN D.B. PPI no 12
type with space for DPELMCB as incoming and 8 SPMCB as
outgoing per phase (i.e. 12 way D.B.) of Hensel Make
KV9112M or Spelsberg make         

148
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
2.3.3 Supply, Erecting, testing and commissioning of SPN D.B. PPI no 1
type with space for DPELMCB as incoming and 4 SPMCB as
outgoing per phase (i.e. 8 way D.B.) of Hensel Make KV7109M
or Spelsberg make         
2.4 MCB         
All MCB's, ELMCB's, ELCB's should be of 10 KA only         
2.4.1 6 to 32 A SP MCB no 770         
2.4.2 40 A SP MCB no 2   
2.4.3 63 A SP MCB no 1   
2.4.4 6 to 32 A DP MCB no 10         
2.4.5 40 A DP MCB no 24         
2.4.6 63 A DP MCB no 1         
2.4.7 25 A / 100 mA DP ELMCB no 12         
2.4.8 32 A / 100 mA DP ELMCB no 42         
2.4.9 40 A / 100 mA DP ELMCB no 32         
2.4.10 63 A / 100 mA DP ELMCB no 1         
2.4.11 6 to 32 A TP MCB no 5         
2.4.12 40 A TP MCB no 2         
2.4.13 63 A TP MCB no 1         
2.4.14 25 A FP MCB no 2         
2.4.15 32 A FP MCB no 3         
2.4.16 40 A FP MCB no 55   
2.4.17 63 A FP MCB no 7   
2.4.18 125 Amp. FP MCCB ( 16 KA ) with Spreader Link no 2         
2.4.19 Dual Channel Timer of Theben Make TR612 TOP no 13         
2.4.20 20 Amp DP Dinrail Mouned Contactor of Legrand make Cat. no 24
No. 004049         
2.4.21 40 Amp DP Dinrail Mouned Contactor of Legrand make Cat. no 17
No. 004068         
2.4.22 Sheet steel enclouser for DP MCB no 15         
2.4.23 Sheet steel enclouser for FP MCB no 26         
2.4.24 125 Amp. MCCB ( 16 KA ) with the Enclauser & Both Side no
Cable end Box with the Handle with Spreader Link with On off
Indicating Lamp         
2.4.25 IP66 - 40 amp. FP Isolator switch with box of Clipsal Make no 5         
2.4.26 IP66 - 40 amp. DP Isolator switch with box of Clipsal Make no 3         

149
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
E3 Cable Trench         
3.1 Making trench in soft soil of suitable width of 60 cms deep for mt 100
laying cable or locating the fault all over the run including
excavation, sand cushioning, protective covering and refilling
the trench etc as required.and backfilling the same and making
the surface proper.Providing and erecting iron clad cable route
marker duly marked with ELE.CABLE of size 23 cms.X 12
cms. Flushed with ground in cement foundation as directed by
Engineer incharge. The width shall be as per requirement
        
3.2 Supplying and spreading fine sand for a thickness of 100 mm. rmt 100
and providing and laying bricks on all the three sides.         
3.3 Construction of brick masonery pulling chamber 450 mm x no 4
450 mm inside clear size and depth upto 0.6 meter with 350
mm thick masonery in cerment mortar proporation 1:5,cement
finish cement plaster in CM proportion of 15 mm thickness
from inside with 150 mm thick PCC at bottom with top slab
minmum 200 mm thickness in M20 grade with reinforcement.
The rate shall be inclusive of providing and fixing frame and
450 mm dia cover of FRC for the Heavy Duty. Rate also
inclusive of excavation and back filling & clearing the site by
removing debris & Shifting of the debris & making site good As
per the Instruction of the Engineer Incharge complete in all
respect.         
3.4 Construction of brick masonery pulling chamber 600 mm x no 5
600 mm inside clear size and depth upto 0.60 meter with 350
mm thick masonery in cerment mortar proporation 1:5,cement
finish cement plaster in CM proportion of 15 mm thickness
from inside with 150 mm thick PCC at bottom with top slab
minmum 200 mm thickness in M20 grade with reinforcement.
The rate shall be inclusive of providing and fixing frame and
600 mm dia cover of FRC for the Heavy Duty. Rate also
inclusive of excavation and back filling & clearing the site by
removing debris & Shifting of the debris & making site good As
per the Instruction of the Engineer Incharge complete in all
respect.         

150
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
3.5 Construction of brick masonery pulling chamber 750 mm x no 23
750 mm inside clear size and depth upto 0.75 meter with 350
mm thick masonery in cerment mortar proporation 1:5,cement
finish cement plaster in CM proportion of 15 mm thickness
from inside with 150 mm thick PCC at bottom with top slab
minmum 200 mm thickness in M20 grade with reinforcement.
The rate shall be inclusive of providing and fixing frame and
750 mm dia cover of FRC for the Heavy Duty. Rate also
inclusive of excavation and back filling & clearing the site by
removing debris & Shifting of the debris & making site good As
per the Instruction of the Engineer Incharge complete in all
respect.         
3.6 Construction of brick masonry pulling chamber 1000 mm x no 30
1000 mm inside clear size and depth up to 1.75 meter with 350
mm thick masonry in cement mortar proportion 1:5,cement
finish cement plaster in CM proportion of 15 mm thickness
from inside with 150 mm thick PCC at bottom with top slab
minimum 200 mm thickness in M20 grade with reinforcement.
The rate shall be inclusive of providing and fixing frame and
cover of FRC for the Heavy Duty. Rate also inclusive of
excavation and back filling & clearing the site by removing
debris & Shifting of the debris & making site good As per the
Instruction of the Engineer In charge complete in all respect.         
E4 Cable Tray         
4.1 Supply and fixing GI ladder type cable trays, with radial bends,
T Junctions, supports of the following sizes as per specification
with a all required Hardware.   
4.1.1 1000 mm wide mtr. 10   
Runners 25 x 100 x 25 x 3 mm         
Rungs 20 x 40 x 20 x 3 mm 250 mm C/C         
4.2 Supply and fixing of perforated type pregalvanized GI cable
trays of the following sizes         
4.2.1 300 mm Wide ( 100 mm x 100 mm x 3 mm thick ) mtr. 20         
4.2.2 450 mm Wide ( 100 mm x 100 mm x 3 mm thick ) mtr. 20         
4.2.3 600 mm Wide ( 100 mm x 100 mm x 3 mm thick ) mtr. 10         

151
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
4.3 Supplying , fabricating and installation of various sizes MS race kg 1,500.00
way / junction boxes/clamps/hangers for Cable Tray, Light
Fixture made out ot specified size sheet/Angle/Flat/rod/
channel etc as per design with all necessary accessories like
bend, juncation boxes, coupler, Anchor fastner, Bolt Nuts, etc..
& work from MS structure for other work with anchor fastner of
Hilti make and necessary hardware with necessary welding
has to be done to complete the job from ISA / ISMC / PLATE.
The job also includes to paint the structure with two coats of
red oxide and two coats color of enamel paint as approved and
recommended by consultant. Complete in all respect to be
installed at any height with all necessary arrangements.
Contractor has to complete the work up to satisfaction of
Consultant         
E5 Cables         
Supply, Installation, Testing, Laying, Commissining of
following 1100 volt grade XLPE insulated PVC sheathed
aluminium / Copper conductor armoured cables as per
(IS:7098)(I)-88 ISI marked & specification in trenches, cable
trays, ducts, over bed of sand, clamped to wall with suitable
clamps including, saddles fixing bolts, connecting testing and
commissioning with identification tags at every 10 mtr. & Both
ends. with All the fixing accessories, excavation Back filling &
Cable protection with Bricks as per the drawing ( If required ).         
5.1 400 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 200         
5.2 240 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 300         
5.3 185 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 300         
5.4 120 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 10         
5.5 95 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 150         
5.6 70 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 30         
5.7 50 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 10         
5.8 35 sq.mm x 3.5 c Al. XLPE Arm. Cable mt 10         
5.9 25 sq.mm x 4 c Al. XLPE Arm. Cable mt 1,000.00         
5.1 16 sq.mm x 4 c Al. XLPE Arm. Cable mt 2,275.00         
5.11 10 sq.mm x 4 c Al. XLPE Arm. Cable mt 2,200.00         
5.12 6 sq.mm x 4 c Cu. cable mt 600   
5.13 6 sq.mm x 3 c Cu. cable mt 1,090.00   
5.14 4 sq.mm x 4 c Cu. cable mt 120         

152
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
E6 Cable Termination         
SITC of Cable end termination of the following XLPE insulated
PVC sheathed aluminium/copper conductor armoured cables
of 1100 volt grade including supplying and fixing of bimettalic
Long neck crimping lugs, Double compression Brass glands
with earthing.         
6.1 400 sq.mm x 3.5 c Al. cable no 15         
6.2 240 sq.mm x 3.5 c Al. XLPE Arm. Cable no 6         
6.3 185 sq.mm x 3.5 c Al. cable no 10         
6.4 120 sq.mm x 3.5 c Al. cable no 4         
6.5 95 sq.mm x 3.5 c Al. cable no 6         
6.6 70 sq.mm x 4 c Al. cable no 4         
6.7 50 sq.mm x 4 c Al. cable no 4   
6.8 35 sq.mm x 4 c Al. cable no 4   
6.9 25 sq.mm x 4 c Al. cable no 40         
6.1 16 sq.mm x 4 c Al. cable no 98         
6.11 10 sq.mm x 4 c Al. cable no 90         
6.12 6 sq.mm x 4 c Cu. cable no 20         
6.13 6 sq.mm x 3 c Cu. cable no 60         
6.14 4 sq.mm x 4 c Cu. cable no 10         
E7 MV Switchgear & Power Panels         
Design, fabrication, assembling, Supply, Unloading at site,
shifting to site, assembling, leveling, grouting, erecting,
Testing, & Commissioning L.T. panel board, fabricated from
M.S. sheet & folded channel totally enclosed cubical type
compartmentalized as per detail specification. Scope Covers
Unloading at Site, Store in Weather Proof Condition, Shift to
the Location Basement / GF / FF, Grouting, Installation,
Testing & Commissioning complete in all respect & As per the
instruction of Architect / Consultant / Engineer Incharge. Scope
also covers Co ordination with Panel Manufacturer. All the
Notes will be applicable to the all Panels in this Section.         
Design, fabrication, assembling, supply, installation , testing of
Panels for 415 V, 3 phase, 50 Hz, 4 wire power supply system.         

153
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Panels shall be fabricated out of 2 mm thick CRCA sheet steel
in cubical formation, compartmentalized in Form 3b
Construction, floor mounted, free standing and shall be dust
and vermin proof. 3 mm thick cable gland plate, shall be
provided both at the top and the bottom of the panel.         
All large panels shall be provided with lifting hooks.
Distribution panels shall be fabricated in accordance with the
specifications.         
Note : Panel vendor has to provide Surge Protection at
every stage of the Distribution,         
1 Supporting rigid steel framework.         
2 Cubicle type, 14 gauge CRCA sheet steel enclosed.         
3 Complete with interconnections and distribution bus bars.   
4 Proper bonding to earth.         
5 Painting/lettering on Breakers and distribution boards, the
location they serve, providing on each panel its circuit
diagram.         
6 Providing cable clamps / supports within distribution boards
cable alley.         
7 TPN ACB’s / MCCB’s shall mean 3 pole ACB’s / MCCB’s
with adequate size of neutral link.         
8 All MCB’s shall be of minimum 10 KA breaking capacity.         
9 The breaking capacity of MCCB’s are mentioned panel wise.
All MCCB’s shall be miroprocessor based 6.0E release, unless
specified otherwise.         
i) Free Alrming for O/L, Healthinesscheck of the Breaker, Fault
Differentiation on front of the MCB from Display / LED.         
ii) All MCCB should be Communicable & have all kind of
comminication accessories with In built metering         
iii) MCCB should provide switch board display unit for panel
cutout.         
10 All motor feeders MCCBs shall be of motor duty.         
11 Distribution panels shall be Powder Coated with Siemens gray
paint shade no. RAL-7032 of IS-5.         
12 Degree of protection for following type of distribution panel
enclosure shall be as per IS:13947-1993.         
a. IP 52 for indoor panels.         

154
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
b. IP 54 for kitchen and laundry panels.         
c. IP 55 for outdoor panels.         
13 All MCCB’s shall be provided with operating mechanism for
door interlock & with the roraty handle.         
14 Current density of aluminium shall be 1 sq mm for 1.0 amps
for rated current of bus bars and current density of copper shall
be 1 sq.mm for 1.2 amps for rated current of bus bars.
        
15 Tinned copper earth bus as specified in the BOQ / SLD shall
be provided through out the length of each board.         
16 All measuring instruments (Meters) shall be of digital electronic
with LED of approved make and compatible with BAS.         
17 All hinged door shall be earthed through 2.5 sq mm tinned
braided copper wire.         
18 All panels shall have provision of the following:         
a. Pad locking of Switch board doors.   
b. Pad locking of MCCB’s handles in “OFF” Position.   
19 Additional set of C.T.s, potential free contacts, connectors,
contactors with wiring etc are to be provided for BAS including
space required for various transducers in Main Switch Board
sections. Only transducers shall be supplied by BAS
contractor.   
20 All the C.T.s should be auto short link type.         
21 All the MCCB's should be with rotary handle.         
22 All MCB’s used for protection of resistive and lightly inductive
load shall be type “B” characteristic and inductive (motor) load
shall be of type “C” characteristic and discharge lamps and
UPS etc. shall be of type D characteristic.         
23 All incoming and outgoing air circuit breakers shall be placed
on middle portion of the vertical in single tier formation.         
24 All PTs / control transformer shall be provided with centre tap
earth secondary.   
25 If Any descripancy found in SLD & BOQ, it should be brought
in the notice of the Client / Consultant, Client / Consultant's
decision will be final in case of any descripancy.
        
26 G.A. Drawing should be checked & Finalised by consultant
before fabrication. Other wise panels will not be accepted by
client         

155
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
7.1 MAIN LT Panel no. 1         
1 Incoming Air Circuit Breaker `A’         
(For Transformer supply)         
800 amps 4 pole Electrically operated fully drawout type
Communicable air circuit breaker with built in microprocessor
based release 6.0 P unit for protection and measurment as per
specification and with following accessories : 1 Set.
        
i. LED type Phase indicating light shall be protected by 2 amps
MCB’s.   
ii. Breaker ON / OFF / TRIP indicating lights with control MCB’s.         
iii. Under voltage release         
iv. 24 V DC Shunt trip coil         
v Breaker control switch         
vi. 3 Nos. of Digital type 0-2500 / 5 amps CTR digital ammeter
with 3 nos 2500 / 1250 / 5 amps, 15 VA Class 0.5 CT’s.         
vii. Digital type 0-500 Volt digital voltmeter with inbuilt selector
switch & shall be protected by 2 amp TP MCB’s         
viii Load Manager of Schneider make PM 210 with RS 485
connectivity with 3 nos. of Class 0.5, 2500 / 1250 / 5 Amp. CT
of 15 VA         
ix. 3 Nos.2000 / 1250 / 5, 15 VA CT’s of Class 0.5 shall be
provided for APFCR         
        
2 Incoming Air Circuit Breaker `B’         
(For DG set Incoming )         
Incomer         
800 amps 4 pole Electrically operated fully drawout type
Communicable air circuit breaker with built in microprocessor
based release 6.0 P unit for protection and measurment as per
specification and with following accessories : 1 Set.
        
i. LED type Phase indicating light shall be protected by 2 amps
MCB’s.         
ii. Breaker ON / OFF / TRIP indicating lights with control MCB’s.   
iii. Under voltage release         
iv. 24 V DC Shunt trip coil         
v Breaker control switch         

156
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
vi. 3 Nos. of Digital type 0-2500 / 5 amps CTR digital ammeter
with 3 nos 2500 / 1250 / 5 amps, 15 VA Class I CT’s.         
vii. Digital type 0-500 Volt digital voltmeter with inbuilt selector
switch & shall be protected by 2 amp TP MCB’s         
The control cubicle shall be complete with necessary
internal / cabling / control wiring (between alternator & AMF
panel), control circuit MCB's etc and shall have provision for
control/power cables and complete in all respects inc
        
Bus Bars         
800 amps 4 pole (65 KA) Copper tinned bus bars with colour
coded heat shrinkable insulating sleeves..         
3 ATS   
800 amps FP Auto Tranfer switch with overlapping neutral of
ASCO make 7000 series         
i. LED type Phase indicating light shall be protected by 2 amps
MCB’s.         
ii. Breaker Normal / Emergency indicating lights with control
MCB’s.         
4 Outgoing         
i. 400 amps 4 pole MCCB ( 25 KA ) : 8 No.         
ii. 100 amps 4 pole MCCB ( 16 KA ) : 1 No.         
iii. 63 amps 4 pole MCB ( 10 KA ) : 2 No.         
iv. 40 amps 4 pole MCB ( 10 KA ) : 1 No.         
v. 6-32 amps 2 pole MCB ( 10 KA ) : 3 No.         
Notes :         
i. ALL THE INCOMING BREAKER SHOULD BE INTERLOCKED
WITH EACH OTHER WITH HARD WIRING. ( Electrically &
Mechanical interlocked required ) .
        
ii. BREAKER SHOULD BE CAPABLE TO SWITCHED 'ON' &
'OFF' AUTOMATICALLY AS PER POWER AVAILABILITY. AS
PER DETAIL SPECIFICATION.
        
A) WHEN SUPPLY CO. POWER IS AVAILABLE BREAKER 'A'
(X'MER POWER) SHOULD BE 'ON' AUTOMATICALLY.         

157
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
B) WHEN X'MER POWER FAIL, BREACKER-'A' (NORMAL
POWER) SHOULD BE 'OFF' AUTOMATICALLY & External
POWER COMES ON BREAKER 'B' SHOULD BE 'ON'
AUTOMATICALLY.         
C) WHEN X'MER POWER COMES THE BREAKER-'B'
SHOULD BE 'OFF' AFTER 15 SECONDS AUTOMATICALLY
& BREAKER 'A' (NORMAL SUPPLY BREAKER) SHOULD BE
"ON" AUTOMATICALLY.         
iii. All outgoing feeders shall have suitable range of followings         
a. Three LED type Phase indicating lamps shall be protected
by 2 amps SP MCBs.         
iv. All breakers shall be electrically/ mechanically interlocked as
per schematic diagram.         
v. All MCCB’s shall be suitable for ICS = ICU breaking capacity.         
vi. All ACB's shall be suitable for 50 kA( Icu=Ics=Icw for 1 sec.)         
vii. 415 / 110 V suitable rating control transformer shall be
provided for aux. Control supply         
viii. Wiring with space heater, thermostat and control MCB’s shall
be provided all vertical sections of main LT panel.         
ix. All MCCB’s feeders shall be provided with built-in
microprocessor release unit with earth fault protection and
time delay.         
x. All incoming as well as outgoing feeders shall have pad locking
facility.         
xi. suitable danger board shall be provided.   
xii. All bus bar section / backside panels shall have pad locking
facility and hinged type door.         
Panel should be as per SLD   
7.2 APFC Panel no. 1   
1 Automatic & Manual mode Thyristor based APFCR panels. It
shall provide rated 160 KVAR in suitable nos. of steps & of
suitable rating of capacitors, as per specification. The panel
shall also comply with following :         
a 400 Amps FP MCCB microprocessor based with 6.0E release
incomer with 36KA breaking capacity to be provided :         
b Digital type 0-400 / 5 amps CTR digital ammeter with in built
selector switch with 3 nos 800 / 5 amps, 15 VA Class 0.5 CT’s.         

158
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
c Digital type 0-500 Volt digital voltmeter with inbuilt selector
switch & shall be protected by 2 amp TP MCB’s         
d Digital type P.F. Meter with control MCB         
1 Microprocessor 12 stage IPF controller shall continuously
monitor all three phases and displays various Electrical
Parameters like voltage, input current, capacitive current, KVA
demand,KW, Power Factor, self diagnostic error code
indication with printout         
2 Zero cross over & Fast response time of ‘ON’ capacitors 40-60
miliseconds.         
3 MCCB and links of the proper rating to be used for grouping
the capacitor banks.   
4 Thyristor having suitable capacity to carry expected current
continuosly.         
5 Necessary control and firing card with proper wiring and lugs of
the required rating to be provided.         
6 Heavy duty exhaust fans to be provided for cooling Thyristors.         
7 LED indication for number of capacitor banks ‘ON’.         
8 LED indication of Power Factor lagging or leading.         
The APFC system shall be provided with following :   
Protections :   
a. Over voltage.         
b. Voltage imbalance.         
c. Over temperature-system should be in standby mode and
automatically restart after above condition restored.         
d. Earth leakage.         
e. 7% value reactors with iron core.         
Capacitor automatic control panel (160 KVAR)         
as described above & Should be as per SLD.         
        
        
7.3 Main Panel for Control Center no 1         
Incoming :         
400 amps FP MCCB (25 KA) with following accessories: 2
Sets         

159
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1. ALL INCOMING BREAKER SHOULD BE INTERLOCKED
WITH EACH OTHER.         
2. MCCB SHOULD BE MOTORISED & IT SHOULD BE
CAPABLE TO ON-OFF AUTOMATICALLY AS PER POWER
AVAILBILITY.         
i. 1 no. of Load Manager of Schneider make PM210 with RS 485
port and 3 nos. of 400/5 amps 15 VA, CL 1 CTs . & shall be
protected by 2 amps TP MCB's.         
ii. LED type Phase indicating & ON, OFF light through 415 / 110
V PT, primary & secondary of PT shall be protected by 2 amps
SP MCB's.         
Bus Bars         
400 amps FP Tinned copper bus bars with coloured heat
shrinkable insulated sleeve.         
ATS         
400 amps FP Auto Tranfer switch with overlapping neutral of
ASCO make 7000 series         
i. LED type Phase indicating light shall be protected by 2 amps
MCB’s.         
ii. Breaker Normal / Emergency indicating lights with control
MCB’s.         
Outgoing         
i. 125 amps 4 pole MCCB ( 16 KA ) : 1 No.         
ii. 100 amps 4 pole MCCB ( 16 KA ) : 2 No.         
iii. 63 amps 4 pole MCB ( 10 KA ) : 2 No.         
iv. 40 amps 4 pole MCB ( 10 KA ) : 6 No.         
v. 6-32 amps 2 pole MCB ( 10 KA ) : 3 No.         
Panel should be as per SLD         
        
7.4 Main Panel for Workshop no 1         
Incoming :         
400 amps FP MCCB (25 KA) with following accessories: 1
Sets         
i. 1 no. of Load Manager of Schneider make PM210 with RS 485
port and 3 nos. of 400/5 amps 15 VA, CL 1 CTs . & shall be
protected by 2 amps TP MCB's.         

160
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
ii. LED type Phase indicating & ON, OFF light through 415 / 110
V PT, primary & secondary of PT shall be protected by 2 amps
SP MCB's.         
Bus Bars   
400 amps FP Tinned copper bus bars with coloured heat
shrinkable insulated sleeve.         
Outgoing   
i. 160 amps 4 pole MCCB ( 16 KA ) : 1 No.   
ii. 125 amps 4 pole MCCB ( 16 KA ) : 1 No.         
iii. 63 amps 4 pole MCB ( 10 KA ) : 9 No.         
iv. 40 amps 4 pole MCB ( 10 KA ) : 6 No.         
v. 6-32 amps 4 pole MCB ( 10 KA ) : 13 No.         
vi. 40 amps 2 pole MCB ( 10 KA ) : 4 No.         
v. 6-32 amps 2 pole MCB ( 10 KA ) : 26 No.         
Panel should be as per SLD         
        
7.5 Control center UPS Panel no 1         
Incoming :         
100 amps FP MCCB (16 KA) with following accessories: 1
Sets         
i. 0-500 volts digital electronic volt meter with In built selector
switch & shall be protected by 2 amps TP MCB's.         
ii. 0-100 Amps digital electronic ammeter with inbuilt selector
switch and 100/5 amps 15 VA, CL 1 CTs .         
iii. LED type Phase indicating & ON, OFF light through 415 / 110
V PT, primary & secondary of PT shall be protected by 2 amps
SP MCB's.         
Bus Bars         
100 amps FP Tinned copper bus bars with coloured heat
shrinkable insulated sleeve.         
Outgoing         
i. 40 amps 4 pole MCB ( 10 KA ) : 5 No.         
Panel should be as per SLD   

161
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
7.6 Supplying, unloading at site, shifting to site, assembling,
leveling, grouting, erecting, Testing, & Commissioning double
compartmentalized Street light control panel with IP 65
protection & Enclosure should be powder coated fabricated
from 10 Gauge M.S. sheet & folded channel totally enclosed
cubical type with made out of Modular Panel Box System of
high quality polycarbonate thermoplastic, Degree of Protection
IP 65, in accordance with IEC 60 529, type tested in
accordance with IEC 60 439 – 1. with pad lock arrangement.
The successful tenderer will have to prepare general
arrangement with dimensions & get it approve through
Architect/ Consultant. All civil work including RCC platform for
street light panel should be in scope of Electrical contractor
complete in all respect as per detail drawing and directed by
engineer in charge. with the 600 mm height MS angle covered
stand. (From Spec lsberg / HENSEL only)         
The panel board shall be made up of high quality
polycarbonate thermoplastic, shock proof, anti-corrosive, acid
& chemical resistant, fire retardant, self extinguishing, highly
impact resistant, halogen free, silicon free, recyclable, having
internally embedded gasket. The switchboard (panel) shall
have provision for future expansion & shall be modular in
construction. The bus bars shall be connected with C type
clamps without any drilling on the bus bars. The panel shall be
in accordance with IEC 60 439 – 1 (Fully TTA). The Degree of
Ingress Protection shall be in accordance with IEC 60 529.         
Washing Area Panel ( IP 65 Panel )         
        
7.6.1 SITC of the IP 65 Section feeder panel for the Washing area no 1
Consisting of following         
Incoming : 125 Amp FP MCCB with the spreader link         
R-Y-B-On-Off indicating Lamp with control fuse.         
Bus bar :         
        
Set of 125 A. FP tinned copper bus bars of EC. grade &
adequate capacity, size & insulated with color tape & should be
connected with jointless system.         
Auto/Manual bypass switch with indicating lamp         
Meter : VAF meter equivalent to Enercon make ELF 3259 with
125/ 5 A Class 1 ct.         

162
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Outgoing : MCB's Should be of 10 KA.         
           
63 Amp. FP MCB : 2 nos.         
           
40 Amp. FP MCB : 3 nos.         
           
6 -32 Amp. FP MCB : 2 nos.         
     
6 - 32 amp. DP MCB : 3 nos.         
           
32 amp DP ELMCB ( 100 ma ) : 1 no         
           
6 - 32 amp. SP MCB : 4 nos.         
7.6.2 SITC of the IP 65 Section feeder panel for the Washing area no 2
Consisting of following         
Incoming : 63 Amp FP ELMCB - 1 no.         
           
40 amp DP ELMCB - 1 no.         
           
Bus bar :         
           
Set of 63 A. FP and 40 amp DP tinned copper bus bars of EC.
grade & adequate capacity, size & insulated with color tape &
should be connected with jointless system.
        
Dual Channel Timer or Theben make with Auto/Manual bypass
switch with indicating lamp         
40 AMP FP Din rail maounted Contactor         
Outgoing : MCB's Should be of 10 KA.         
           
40 Amp. FP MCB : 3 nos.         
           
6 -32 Amp. FP MCB : 2 nos.         
     
6 - 32 amp. DP MCB : 3 nos.   

163
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
           
6 - 32 amp. SP MCB : 4 nos.         
           
Panel should have lockable space for the 2 nos. of 3 phase
KWH meter boxes ( Sizes should be considered as per local
supply company norms )         
7.6.3 SITC of the IP 65 Section feeder panel for the Washing area no 8
Consisting of following   
Incoming : 63 Amp FP ELMCB - 1 no.         
           
40 amp DP ELMCB - 1 no.         
           
           
Panel should have lockable space for the 2 nos. of 3 phase
KWH meter boxes ( Sizes should be considered as per local
supply company norms )         
7.7 SITC of 100 A FP MCCB Enclosure Box. Incoming: 1 nos. of no. 2
100A FP MCCB (16kA) with Handle, as a isolation breaker for
UPS.         
        
E8 Light Fixtures & Fans         
8.1 Light Fixtures: Supply, Installation, Testing &
Commisssioning of Light Fixtures with all necessary Hadware,
Internal Wiring with Lamps, Ballast etc.. Complete in all
Respect Contractor has to supply the fitting as per architect /
Consultants final approval. ( all the lamps should be of
intermidiate colour only)         
8.1.1 1 x 28 W type light fixture with 28W lamp of Philips make TWG no 49
207 / 1 x TL5 28W Adreno V2 or Regent or Schreder or GE
make         

164
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.1.2 SITC of Recessed integral LED Midbay luminaire with a no 35
pressure die cast housing with dedicated optics for optimal
light distribution.System Lumen output should be 7000 lumens
or more. A specially designed heat management system to
ensure luminous efficacy > 85 lm/ W for the system and ensure
lumen depreciation of maximum 30% over 50k burning hours.
The luminaire should be designed to meet IP 65 classification
and is compliant with relevant immunity, safety and
performance and EMI standards. Submission of LM80-08 for
LED source & LM79-08 for Luminaire from third party lab
manadatory. Beam Symmetric. of Philips make BY400V
LED70S CW SK PSU S1 FG WH or Schreder or GE or Regent
make with all kind of supporting system.         
8.1.3 SITC of Recessed integral LED luminaire with a pressure die no 20
cast housing with dedicated optics for optimal light
distribution.System Lumen output should be 7000 lumens or
more. A specially designed heat management system to
ensure luminous efficacy > 85 lm/ W for the system and ensure
lumen depreciation of maximum 30% over 50k burning hours.
The luminaire should be designed to meet IP 65 classification
and is compliant with relevant immunity, safety and
performance and EMI standards. Submission of LM80-08 for
LED source & LM79-08 for Luminaire from third party lab
manadatory. Beam Asymmeric. of Philips make BY400V
LED70S CW AK PSU S1 FG WH or Schreder or GE or regent
make with all kind of supporting system.         
8.1.4 SITC of 4feet LED Batten with 3600 system lumen output & no 7
40W Power Consumption. specially designed heat
management system to ensure luminous efficacy > 90 lm/ W
for the system and ensure lumen depreciation upto 30% over
50k burning hours.Submission of LM80-08 for LED source &
LM79-08 for Luminaire from third party lab manadatory.of
Philips make BN208C or schreder or GE or Regent make         
8.1.5 SITC of 2 Feet LED Batten with system lumen output of 1280 no 4
lumens & 15W power consumption.Specillay designed heat
mangement system to ensure luminous efficacy of >80lm/W &
ensure lumen depreciation of max 30% 0ver 40K burning
hours. of Philips make BN150 or schreder or GE or Regent
make         

165
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.1.6 SITC of Energy saving recessed mounted LED down light no 2
luminaire with pressure die cast aluminum housing which acts
as a proper heat sink to ensure a long service life. The total
power consumption should not exceed 15W (including driver)
with system lumen output of 850 lumens. The Luminaire
should have an integrated electronic driver delivering constant
current output. The luminaire should have a matt finished high
efficiency aluminum reflector with polycarbonate diffuser . LED
should have life of 40K with minimum 70% lumen
maientenance.Submission of LM80-08 for LED source &
LM79-08 for Luminaire from third party lab manadatory.
75mm.Color temp - 4000K degree Kelvin CRI>=70 of
PHILIPS make GreenLed 15W BBS170 or schreder or GE
make or Regent make         
8.1.7 SITC of Energy saving recessed mounted LED down light no 2
luminaire with pressure die cast aluminum housing which acts
as a proper heat sink to ensure a long service life. The total
power consumption should not exceed 18W (including driver)
with system lumen output of 950 lumens. The Luminaire
should have an integrated electronic driver delivering constant
current output. The luminaire should have a matt finished high
efficiency aluminum reflector with polycarbonate diffuser . LED
should have life of 50K with minimum 70% lumen
maientenance.Submission of LM80-08 for LED source &
LM79-08 for Luminaire from third party lab manadatory.Color
temp 4000K degree Kelvin CRI>=80.of Philips BBS145 LEDO
with lumieo diffuser. or schreder or GE or Regent make   
8.1.8 SITC of Energy saving recessed mounted led down light no 2
luminaire with pressure die cast aluminum housing which acts
as a proper heat sink to ensure a long service life. The total
power consumption should not exceed 32W (including driver)
with system lumen output of 1850 lumens. The Luminaire
should have an integrated electronic driver delivering constant
current output. The luminaire should have a matt finished high
efficiency aluminum reflector with polycarbonate diffuser . Led
should have life of 50K with minimum 70% lumen
maientenance.The Luminaire should be complaint for LM80 for
LED source & LM79 for system.Color temp 4000K degree
Kelvin CRI>=80.of Philips make BBS145 LEDO+ with lumieo
diffuser or Schreder or GE or Regent make         

166
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.1.9 SITC of IP65 LED floodlight with minmum system lumenoutput no 1
of 5000 lumens system efficacy should not be less than
90lm/W. Luminaire shoul be with die cast alumunium housing
& specially designed heat management system to ensure
luminous efficacy > 90 lm/ W for the system and ensure lumen
depreciation of maximum 30% over 50k burning hours.
Submission of LM80-08 for LED source & LM79-08 for
Luminaire from third party lab manadatory.of Philips make
BVP260 56W or Schreder or GE or Regent make         
8.1.10 SITC of IP67 & IK08 surface Mounted LED luminaire with no 22
system lumen output of 600 lumens System power
consumption should not exceed 12W.Life : 50000 burning hrs
with 70% lumen maintenance. Submission of LM80-08 for LED
source & LM79-08 for Luminaire from third party lab
manadatory. of Philips make BCW098 or Schreder or GE or
Regent make         
8.1.11 SITC of IP65 & Ik08 floodlight luminaire having adjustable no 1
beam with housing made of pressure die cast alumunium
housing with toughned glass. of Philips make Decoflood 2
DVP626 of Schreder or GE or Regent make   
8.1.12 IP 65 - LED rope light with 15 watt Per meter of Warm white mtr 100
color & running on 220 volt to be installed in circular / straight
manner complete with control gear & sticked with 3M tape
complete in all respect. Of Proled or Philips or Osram or VIN
make   
8.1.13 SITC of Recessed mounted type light fixtures of Philips make no 1
TBS570 4xTL5-14W HF ODF-WH WITH 4xTL5-14W lamp or
Schreder or GE or Regent make         
8.1.14 1 x 11 watt mirolta type light fixture with lamp equialent to no 10
Philips make FMS200/111 or Schreder or Regent make         
8.1.15 IP43 - 1 X 55 watt recessed mounting light fixture with circular
lamp of 55 watt , with all necessary fixing accessories of
Regent make SOLO         
Having Housing for recessed or semi recessed installation
without ceiling trim         
– Housing in metal, powder coated white         
– Incorporated HF electronic control gear with flat Satin
dffusers         
- With Silicon Ring         
8.1.16 1 x 28 watt T5 Light fixture equivalnt To Philips make : Vector no 55
TCH207 1XTL5-28W or Regent or Schreder or GE make         

167
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.1.17 1 x 14 watt T5 Light fixture equivalnt To Philips make : Vector no 67
TCH207 1XTL5-14W or Regent or Schreder or GE make         
8.1.18 16 watt PCB Mounted LED Strip 4 feet Module with all no 430
necessary Ballast, Transformer, wiring up to the Light Point,
with all necessary fixing accessory of Philips, Osram or VIN
make         
8.1.19 SITC of 28 watt T5 tubes with choke & all fixing accessories as no 440
per instrauction & looping wiring from nearest Tube in the
signage. ( For installation in signage )of Philips or Osram make
        
8.1.20 IP 55 : 1 x 18 watt CFL Fitting of Artlite make RL 4106 or no 210
Philips or Regent or Schreder make         
8.1.21 SITC of the 12 volt - 50 watt electronic Transformer of Philips no 1
or Osram or Voslloh make         
8.1.22 SITC Of LED Light fixture consisting 3 nos. of LED on linear no 10
PCB of warm white colour with epoxy filling to be installed in
SS pipe with necessary wiring Complete in All Respect.
  
8.1.23 1 x 7 / 11 watt CFL fitting with Square SS Frame of Havells no 60
make Innova or Philips or Osram make         
8.1.24 SITC of 2 x 26 watt recessed Square down lighter with lamp of no 25
Philips make FBS 033 2 x PLC 4P 26 watt RG FREBW         
8.1.25 SITC of 1 x 22 watt Square down lighter surface mounted with no 52
lamp of Philips make FCG 318         
8.1.26 SITC of IP 54 - Concealed type channel fitting Mtr 253.00         
Single luminaire CHANNEL with 1 fluorescent lamps 28W
FDH (T16) with baseG5 with and/ or/ combination of 14W FDH
(T16) with baseG5, 230V, diagonal positioned lamps, direct
light emission, support profile in anodised aluminium,opal
diffuser for a homogenous light distribution, integral HF
electronic control gear, suspension Protection class I, IP40L
with Dilatation set to CHANNEL Material Lexan, opal
weissIngress protection to achieve IP54L = 85.5 mm B = 10
mm H = 17.44 mm
        

168
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
with all accessary like Support profile, Endpiece, Brackets,
Profile Connector, Corner Connector horizontal & Vertical,
Mounting set for Wall / Recessed / Angular profile, all kind of
wire cord suspention, all kind of wiring accessory, Through
wiring etc.. of Regent make Channel with satin diffuser / Satin
Specular reflector Asymmetric.
  
Channel should be erected before false ceiling starts as per
guidence of Architect / Consultant /company representative
complete in all respect including cutting of the ceiling &
finishing it in line & level as well as putiing in order the flashing.
        
( Quantity will be considered per meter basis with batten
luminaire, Lamp, Ballast )         
8.1.27 SITC of IP 54 - Concealed type channel fitting Mtr 330.00         
Single luminaire CHANNEL with 1 fluorescent lamps 54W
FDH (T16) with baseG5 with and/ or/ combination of 14W FDH
(T16) with baseG5, 230V, diagonal positioned lamps, direct
light emission, support profile in anodised aluminium,opal
diffuser for a homogenous light distribution, integral HF
electronic control gear, suspension Protection class I, IP40L
with Dilatation set to CHANNEL Material Lexan, opal
weissIngress protection to achieve IP54L = 85.5 mm B = 10
mm H = 17.44 mm
  
with all accessary like Support profile, Endpiece, Brackets,
Profile Connector, Corner Connector horizontal & Vertical,
Mounting set for Wall / Recessed / Angular profile, all kind of
wire cord suspention, all kind of wiring accessory, Through
wiring etc.. of Regent make Channel with satin diffuser / Satin
Specular reflector Asymmetric.
        
Channel should be erected before false ceiling starts as per
guidence of Architect / Consultant /company representative
complete in all respect including cutting of the ceiling &
finishing it in line & level as well as putiing in order the flashing.
        
( Quantity will be considered per meter basis with batten
luminaire, Lamp, Ballast )         
8.1.28 SITC of IP 40 - Concealed type channel fitting  Mtr           110.00          

169
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Single luminaire CHANNEL with 1 fluorescent lamps 28W      
FDH (T16) with baseG5 with and/ or/ combination of 14W FDH
(T16) with baseG5, 230V, diagonal positioned lamps, direct
light emission, support profile in anodised aluminium,opal
diffuser for a homogenous light distribution, integral HF
electronic control gear, suspension Protection class I, IP40L
with all accessary like Support profile, Endpiece, Brackets,
Profile Connector, Corner Connector horizontal & Vertical,
Mounting set for Wall / Recessed / Angular profile, all kind of
wire cord suspention, all kind of wiring accessory, Through
wiring etc.. of Regent make Channel with satin diffuser / Satin
Specular reflector Asymmetric.

        
Channel should be erected before false ceiling starts as per      
guidence of Architect / Consultant /company representative
complete in all respect including cutting of the ceiling &
finishing it in line & level as well as putiing in order the flashing.
  
( Quantity will be considered per meter basis with batten      
luminaire, Lamp, Ballast )   
8.1.29 SITC of IP 40 - Concealed type channel fitting  Mtr           165.00          
Single luminaire CHANNEL with 1 fluorescent lamps 54W      
FDH (T16) with baseG5 with and/ or/ combination of 14W FDH
(T16) with baseG5, 230V, diagonal positioned lamps, direct
light emission, support profile in anodised aluminium,opal
diffuser for a homogenous light distribution, integral HF
electronic control gear, suspension Protection class I, IP40L
with all accessary like Support profile, Endpiece, Brackets,
Profile Connector, Corner Connector horizontal & Vertical,
Mounting set for Wall / Recessed / Angular profile, all kind of
wire cord suspention, all kind of wiring accessory, Through
wiring etc.. of Regent make Channel with satin diffuser / Satin
Specular reflector Asymmetric.

  
Channel should be erected before false ceiling starts as per      
guidence of Architect / Consultant /company representative
complete in all respect including cutting of the ceiling &
finishing it in line & level as well as putiing in order the flashing.
        

170
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
( Quantity will be considered per meter basis with batten      
luminaire, Lamp, Ballast )         
8.1.30 SITC of Desklamp of Philips make Benji QDS303 with 12 / 18 no 20
watt lamp. Or Schreder or Regent make         
8.1.31 SITC IP 65 of 8 watt LED Bollard of 800 mm height with all no 55
necessary foundation & Hardwares of Philips make BCP 150
or Schreder make or schreder or Regent make
  
8.1.32 Supply, installation, testing and commissioning of IP-66 no 4
luminaries consisting of two parts made of painted, die cast
Aluminium alloy. The body contains a reflector made of
polished and anodised Aluminium and a removable control
gear plate. The protector is made of hardened glass having
impact resistance of glass IK 08. It is sealed to the cover with a
silicone gasket. It is suitable for 150W HPSV / MH Lamp .
complete in all respect with the Control Gear, Lamp & other
Accessories integral type of Schreder make NEOS 3 / NB /
150/ 1709. with Son T + PIA / MH lamp ( Fitting should be with
Street light optics ) or Philips or Regent make         
8.1.33 Supply, installation, testing and commisioning of 400 watt Son no 4
T + PIA / MH type IP66 protected for the whole luminaire &
IK05 with complete High pressure die-cast housing &
frame.The Opticalcompartment Should be with high purity
electrochemically brightened and annodised Aluminium
reflector.Should have heat dissipiation plate for better thermal
management. There should be a dedicated form breather well
located near the cable gland for reliable heat management.The
Shape of the luminaire should be ellipsoidal .The Fixture
should be with Flat Glass. Tooless maintainence should be
possible through Tooless ‘Click & Release’ housing,gear tray
& lamp of Philips make City Soul with 400 watt SON T + PIA
Lamp or Kesselec Schreder make MAYA 400 watt with lamp
& other accessories or Philips or Regent make         

171
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.1.34 Supply, installation, testing and commisioning of 250 watt Son no 10
T + PIA / MH type IP66 protected for the whole luminaire &
IK05 with complete High pressure die-cast housing &
frame.The Opticalcompartment Should be with high purity
electrochemically brightened and annodised Aluminium
reflector.Should have heat dissipiation plate for better thermal
management. There should be a dedicated form breather well
located near the cable gland for reliable heat management.The
Shape of the luminaire should be ellipsoidal .The Fixture
should be with Flat Glass. Tooless maintainence should be
possible through Tooless ‘Click & Release’ housing,gear tray
& lamp of Philips make City Soul with 250 watt SON T + PIA
Lamp or Kesselec Schreder make MAYA 250 watt with lamp
& other accessories or Philips or Regent make         
8.1.35 Supply, installation, testing and commisioning of 150 watt Son no 27
T + PIA / MH type IP66 protected for the whole luminaire &
IK05 with complete High pressure die-cast housing &
frame.The Opticalcompartment Should be with high purity
electrochemically brightened and annodised Aluminium
reflector.Should have heat dissipiation plate for better thermal
management. There should be a dedicated form breather well
located near the cable gland for reliable heat management.The
Shape of the luminaire should be ellipsoidal .The Fixture
should be with Flat Glass. Tooless maintainence should be
possible through Tooless ‘Click & Release’ housing,gear tray
& lamp of Philips make City Soul with 150 watt SON T + PIA
Lamp or Kesselec Schreder make MAYA 150 watt with lamp
& other accessories or Philips or Regent make         
8.1.36 Supply, installation, testing and commissioning of IP-66 no 2
luminaries consisting of two parts made of painted, die cast
Aluminium alloy. The body contains a reflector made of
polished and anodised Aluminium and a removable control
gear plate. The protector is made of hardened glass having
impact resistance of glass IK 08. It is sealed to the cover with a
silicone gasket. It is suitable for 250W HPSV Lamp . complete
in all respect with the Control Gear, Lamp & other Accessories
integral type of Schreder make NEOS 3 / NB / 250/ 1709. with
Son T + PIA / MH lamp ( Fitting should be with Street light
optics ) or Philips or Regent make         

172
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.1.37 Supply,Erecting,installation,testing and commissioning of IP no 2
65- 1 x 400 W light fixtures with the lamps, Control Gear
including all accessories on hight mast of Phillips make
SWF331 AK / 400 ( Assm ) w with SON T + PIA lamp complete
in all respect as per the specifications or Schreder or GE or
Regent make         
8.1.38 Supply,Erecting,installation,testing and commissioning of IP no 2
65- 1 x 250 W light fixtures with the lamps, Control Gear
including all accessories on hight mast of Phillips make
SWF331 AK / 250 ( Assm ) w with SON T + PIA lamp complete
in all respect as per the specifications or Schreder or GE or
Regent make         
8.1.39 Supply,Erecting,installation,testing and commissioning of IP no 28
65 Asymetric type - 2 x 400 W light fixtures with the lamps,
Control Gear including all accessories on hight mast of Phillips
make RVP 501/2x 400 w with SON T + PIA Lamp / MH lamp
complete in all respect as per the specifications or Schreder or
GE or Regent make         
8.1.40 Supply,Erecting,installation,testing and commissioning of 1 x no 8
400 W light fixtures with the lamps, Control Gear including all
accessories on hight mast of Phillips make HLF/SLF 125x 400
w complete in all respect as per the specifications or Schreder
or GE or Regent make         
8.1.41 Supplying, erecting, connecting, testing and commissioning of
following type Light Fixture with all necessary Hadware,
Internal Wiring with Lamp, Ballast etc. all required accessories
Complete in all respect.         
8.1.41.1 Any Kind of Light Fixture type - A (With Basic Rate of Rs. no 10
2000)         
8.1.41.2 Any Kind of Light Fixture type - A (With Basic Rate of Rs. no 30
5000)         
8.1.41.3 Any Kind of Light Fixture type - B (With Basic Rate of Rs. no 5
10000)         
8.1.41.4 Any Kind of Light Fixture type - C (With Basic Rate of Rs. no 1
20000)         
8.1.41.5 Any Kind of Light Fixture type - D (With Basic Rate of Rs. no 1
50000)         
8.2 Supply, Installation, testing and commissioning of Fans
without fan regulator.
        
8.2.1 48" dia sweep high speed high breeze ceiling fans white in no 61
colour.         

173
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
8.2.2 Supply of Additional fan rod made out of 10 guage painted GI Rmt 34
pipe with all required accessories for fan suspention.         
8.3 Exhaust Fans :         
8.3.1 Supplying, installation, testing and commissioning of following no 15
sizes fancy exhaust fan having built in lovers in existing
opening in wall including earthing etc. complete as required.of
300 mm sweep         
E9 Earthing         
9.1 Providing and laying of following tined copper / GI plate
electrode, with 2 Nos 50 x 6 mm copper strips from earth
plate electrode to inspection chamber, 50 mm dia medium
class GI pipe, CI funnel with 20 gauge GI wire mesh,
masonry chamber 1000 x 500 mm with concrete base C I
heavy duty / chequered plate manhole cover with frame
painted with bitumastic paint and packing with mixture of
charcoal and common salt around plate electrode including
digging of pit upto permanent moisture level and as per soil
condition but not less than 3 meters and back filling as
required.
  
9.1.1 600 x 600 x 3.15 mm GI plate no 2   
9.1.2 600 x 600 x 3.15 mm cu. plate no 7         
9.1.3 Supplying & erecting in earthpit of minimum bore dia. 225mm
size , approved make Safe Earthing Electrode consisting Pipe-
in-Pipe Technology as per IS 3043-1987 made of corrosion
free CU. Pipes PIPE IN PIPE TECHNOLOGY, connection
terminal dia of 14 mm with constant ohmic value surrounded
by highly conductive compound with high charge dissipation
suitable for following type of applications. ( Contractor to
achieve ohmic value less than 1 OHM )

no  25          
'-Length of Pipe : 3000 mm               
'-Back filling Compound :2 no. Bag of 25 Kg each               
of OBO betterman or LPI make               
        
9.2 Earth wire/strips :         

174
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supply and laying cu. earthing strips for interconnecting the
earthing stations, panels, DB's etc. in built-up trenches, on
walls/ceiling, buried in ground generally as specified and
shown on drawings complete with : fixing accessories
  
Corrosion protection of buried conductors with bituminous
coating and covered with PVC tapes.   
9.2.1 50 x 6 mm cu. Tape mtr 100   
9.2.2 32x 6 mm cu. Tape mtr 100         
9.2.3 25 x 3 mm cu. Tape mtr 200         
9.2.4 No.8 gauge bare cu. earth wire mtr 1,400.00         
9.2.5 No.6 gauge bare G.I. earth wire mtr 5,795.00         
9.3 Earth Link : 40mm x 6 mm earth link fixed by necessary screws no 8
on wall.   
9.4 Earth Plate : 600 mm L x 300 mm H x 6 mm Thick earth link no 1
fixed by necessary Insulators & Clamps on wall / Floor with
Anchor Fastners.         
9.5 Supplying and Laying mains with 1 no. of 6 sq mm Cu. PVC mtr 100
insulated flexible wire ( Green Colour Only )
        
9.6 Supplying and Laying mains with 1 no. of 35 sq mm Cu. PVC mtr 50
insulated flexible wire ( Green Colour Only )         
9.7 Supplying and Laying mains with 1 no. of 50 sq mm Cu. PVC mtr 20
insulated flexible wire ( Green Colour Only )         
9.8 Supplying and Laying mains with 1 no. of 70 sq mm Cu. PVC mtr 20
insulated flexible wire ( Green Colour Only )
        
9.9 SITC of poly carbonate Water Tight Junction Box of Hensel no 22
make Cat. No. KG9003IN or Spelsberg make. With necessary
clamp for mounting of the J.B. ( All the cable / wire connections
to the JB shall be with the Water tight Glands only )
        

175
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
9.1 SITC of IP66 polycarbonate Water Tight Junction Box 210mm no 22
x 260mm x 117mm With necessary clamp for mounting of the
J.B. ( All the cable / wire connections to the JB shall be with
the Water tight IP 66 Polyamide Glands, open Holes should be
sealed with the IP65 Grommets only ) J. B. Should be provided
with Hensel make cable connectors to connect 2 nos. of 25 sq.
mm. x 4 core cables + Earthing wires. of Hensel make cat. no.
KD5355 + Connectors + IP65 Glands + IP65 Grommets with
GEL or spelsberg make or Spelsberg make
        
        
E10 Telephone Distribution         
Providing and installing of all conduiting and structured cabling
for telephone system including providing and fixing of the
following:   
1 All necessary specials and fittings         
2 Approved cover plates for inspection, junction and outlet
boxes.         
3 2 mm thick outlet boxes and junction boxes.         
4 All fixing accessories such as clips, nails, screws etc.   
5 Providing and fixing approved saddles, hooks and grouting the
same as required, in the case of all exposed conduit work.         
6 Embedding conduits and accesssories in wall, floors etc.
during construction and / or cutting chases and making good
as necessary in the case of all concealed conduit work.
        
10.1 Supply and installation, testing and commissioning
following size KRONE make telephone tag block in
lockable 16 gauge sheet steel enclosure complete as
required.         
10.1.1 100 pair Krone type tag block no 1         
10.1.2 50 pair Krone type tag block no 1   
10.1.3 20 pair Krone type tag block no 2         
10.1.4 10 pair Krone type tag block no 3         
10.1.5 5 pair Krone type tag block no 1         
10.2 PVC & HDPE Conduits         
10.2.1 Supply & laying of 25 mm dia. rigid PVC conduit of 2.0-2.2 mm mtr 1,000.00
thick heavy gauge with all accessories.         

176
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
10.2.2 Supply & laying of 40 mm dia. rigid PVC conduit of 2.1 -2.3 mm mtr 500
thick medium gauge with all accessories.         
10.3 Telephone Point Wiring         
Supply and laying of specified make 0.51 mm dia Tinned
copper telephone wire of specified make to be done in prelaid
PVC pipe of 25 mm dia/raceway of specified make, but without
the cost of pipe or raceway. (the wire is to be drawn from
Krone connector of respective area to outlet point )         
10.3.3 20 pair telephone wire mtr 300         
10.3.4 10 pair telephone wire mtr 300         
10.3.5 5 pair telephone wire mtr 3,550.00         
10.3.6 2 pair telephone wire mtr 100         
10.4 Supply and laying of specified make Cat 6 wire of specified mtr 7,050.00
make to be done in prelaid PVC pipe of 25 mm dia / raceway
of specified make, but without the cost of raceway or pipe ( the
wire is to be drawn from HUB \ Switch of respective area to
outlet point ) with the cost of the crimping with material         
10.5 Telephone Outlet Point         
Supply and installation of flush mounted Category 6 T 568 A or
B outlet. The plastic shall be high impact, flame-retardant UL
rated thermoplastic. Dust cover / Blank shall be provided to
protect unused face plate openings. Termination cap and
plastic cover shall be provided to protect jack wiring.
        
10.5.1 one telephone point to be done with telephone outlet socket no 77
RJ-11 (jack type) and box of the specified make.         
10.5.2 one Data I/O point to be done with data outlet socket of RJ-45 no 120
and Face Plate, box of the specified make.         
E 11 Street Light Poles         
11.1 Supply & installation of 4 Mtr (Approx 13') high G.I. decorative
Conical Column 4.0 mtr height above the ground level having
top 75.0mm O.D. &bottom 118.0mmO.D. with avg. thickness of
3.0mm. The column shall also be provided with flush door at
the bottom with proper strengthening to the cutout of the door
opening. A junction/ looping box with 32 Amps heavy duty
connector shall be built into the pole. street light pole with
Single Arm Bracket / arrangement for the top mounting fixture
as per drawing.
no  1          

177
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1) 4 way connector and 6A MCB               
                 
2) 50 mm diameter DWC pipe for each cable entry. Pipe length
is up to 3.5 mtr. Per cable               
                 
3) Wiring up to the light fixture from the junction box using
3core x 1.5 sq.mm. flexible copper wires / Fixture of specified
make.   
                 
4) Concrete coping with foundation bolt with base plate with
stiffener.               
5) Spiral/Coil Type Earthing from the 8 swg Cu. Wire of 2.5
mtr. With the suitable size pipe with clamps and painting.               
                 
6) Radium strip of two color at suitable height & Pole
Numbering as per Client / Consultant's instruction               
                 
7) Excavation & back filling for erection of poles. Debris to be
removed from the site to suitable location as per the instruction
of the engineer in charge               
11.2 Supply & installation of 6 Mtr (Approx 20') high G.I. decorative  no             25.00 
Conical Column 4.0 mtr height above the ground level having
top 75.0mm O.D. &bottom 140.0mmO.D. with avg. thickness of
3.0mm. The column shall also be provided with flush door at
the bottom with proper strengthening to the cutout of the door
opening. A junction/ looping box with 32 Amps heavy duty
connector shall be built into the pole. street light pole with
Single Arm Bracket / arrangement for the top mounting fixture
as per drawing.         
1) 4 way connector and 6A MCB               
                 
2) 50 mm diameter DWC pipe for each cable entry. Pipe length      
is up to 3.5 mtr. Per cable.         
                 
3) Wiring up to the light fixture from the junction box using      
3core x 1.5 sq.mm. flexible copper wires / Fixture of specified
make.         
                 

178
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
4) Concrete coping with foundation bolt with base plate with      
stiffener.         
              
5) Spiral/Coil Type Earthing from the 8 swg Cu. Wire of 2.5      
mtr. With the suitable size pipe with clamps and painting.         
                 
6) Radium strip of two color at suitable height & Pole      
Numbering as per Client / Consultant's instruction         
                 
7) Excavation & back filling for erection of poles. Debris to be      
removed from the site to suitable location as per the instruction
of the engineer in charge.         
11.3 Supply & installation of 9 Mtr high G.I. decorative Conical  no                1.00 
Column 4.0 mtr height above the ground level having top
75.0mm O.D. &bottom 162.0mmO.D. with avg. thickness of
3.0mm. The column shall also be provided with flush door at
the bottom with proper strengthening to the cutout of the door
opening. A junction/ looping box with 32 Amps heavy duty
connector shall be built into the pole. with single arm bracket
from the 42 to 60 mm dia pipe with Suitable size of M.S. sleeve
/reducer duly welded at the end of the arm, The total play
should not be more than 10 mm as per drawing.

        
1) 4 way connector and 6A MCB               
                 
2) 50 mm diameter DWC pipe for each cable entry. Pipe length      
is up to 3.5 mtr. Per cable         
                 
3) Wiring up to the light fixture from the junction box using      
3core x 1.5 sq.mm. flexible copper wires / Fixture of specified
make.         
                 
4) Concrete coping with foundation bolt with base plate with      
stiffener.         
              

179
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
5) Spiral/Coil Type Earthing from the 8 swg Cu. Wire of 2.5      
mtr. With the suitable size pipe with clamps and painting.         
                 
6) Radium strip of two color at suitable height & Pole      
Numbering as per Client / Consultant's instruction.         
                 
7) Excavation & back filling for erection of poles. Debris to be      
removed from the site to suitable location as per the instruction
of the engineer in charge         
11.4 Supply & installation of 12 Mtr high G.I. decorative Conical  no                1.00 
Column 4.0 mtr height above the ground level having top
96.0mm O.D. &bottom 228.0mmO.D. with avg. thickness of
3.0mm. The column shall also be provided with flush door at
the bottom with proper strengthening to the cutout of the door
opening. A junction/ looping box with 32 Amps heavy duty
connector shall be built into the pole. with single arm bracket
from the 42 to 60 mm dia pipe with Suitable size of M.S. sleeve
/reducer duly welded at the end of the arm, The total play
should not be more than 10 mm as per drawing.         
1) 4 way connector and 6A MCB.               
                 
2) 50 mm diameter DWC pipe for each cable entry. Pipe length      
is up to 3.5 mtr. Per cable.         
                 
3) Wiring up to the light fixture from the junction box using      
3core x 1.5 sq.mm. flexible copper wires / Fixture of specified
make.         
                 
4) Concrete coping with foundation bolt with base plate with      
stiffener.   
                 
5) Spiral/Coil Type Earthing from the 8 swg Cu. Wire of 2.5      
mtr. With the suitable size pipe with clamps and painting.         
6) Radium strip of two color at suitable height & Pole      
Numbering as per Client / Consultant's instruction         
                 

180
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
7) Excavation & back filling for erection of poles. Debris to be      
removed from the site to suitable location as per the instruction
of the engineer in charge         
11.5 High Mast   
11.5.1 Supply, Erecting, installation, testing and commissioning of 30 no 2
mtr High Mast with motorised system complete with all
accessories including power tool, Head frame, Wire ropes,
Foundation Bolts, Lantern Carriage, foundation, Excavation,
Backfilling & SBC test complete in all respect as per the
specifications and drawing with all necessary civil work.         
11.5.2 Supply, Erecting, installation, testing and commissioning of 20 no 1
mtr High Mast with motorised system complete with all
accessories including power tool, Head frame, Wire ropes,
Foundation Bolts, Lantern Carriage, foundation, Excavation,
Backfilling & SBC test complete in all respect as per the
specifications and drawing with all necessary civil work.         
11.5.3 SITC of Water Tight Junction Box of Hensel make Cat. No. KF no 3
9500 or spelsberg make. With necessary clamp for mounting
of the J.B. ( All the cable / wire connections to the JB shall be
with the Water tight Glands only )         
E12 HT GOD & HT Work         
12.1 Supply, Unloading, Shifting at site, installation, testing and no
commissioning of 33KV Unitise Sub Station consiting of 1   
VCB Compartment :            
Outdoor type RMU with all metering, Trivector meter & Relays
as per specifications.            
              
- 33KV,630A,26.3kA - 3Sec, Indoor VCB horizontal isloation
Horizontal Drawout type Panel with Rear in & rear out facility.   
              
- 230V AC Motorised Mechanism            
              
- Copper busbar,630A having Raycheem Sleeves            
              
- Colour Coded Wiring, CT circuit - 2.5 sq.mm & Other Circuit -
1.5Sq.mm.            
              
- Degree of Protection - IP5X (For Enclosure)            

181
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
              
- Powder Coated, Paint Shade -RAL-7032            
              
- Shunt Trip Coil & Closing Coil - 110V DC            
              
- Epoxy resin cast P.T. - 1Ph, 33KV/v3//110V /v3// 110V / v3
Class-01/3P, Burden-100/100 VA, Feeder Connected, fixed
type - 3nos.            
              
- Epoxy Resin Cast C. T. 1-Ph CT (STR-26.2 KA / 1 Sec) : 20-
10/1+1 A, Cl-1/5P10,Burden -15VA - 3 nos.            
              
- 1 no. of Digital Ammeter with Inbuilt Selector Switch            
              
- 1 no. of Digital Voltmeter with Inbuilt Selector Switch            
              
- 1 no. of Trivector Meter ER300P of L&T or Equlnt.            
              
- IDMT relay with 2 OC & 1 Earthfault Element .Type            
              
CGI14N of CG .   
              
- Master trip relay Trip Ckt Supervision Relay            
              
- Auxiliary relay for Transformer Protection            
              
- R-Y-B-On-Off- Trip - Trip Circuit Helathy            
           
- Spring charged Indication lamps            
              
- With required accessory, Space heater, 110 v Power pack for
minimum 2 on- off operation, Control MCB's, Cable end boxes
etc...            
              
Transformer Compartment :            

182
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Oil type Transformer with copper winding having a continuous
rating of 500 KVA, 33 KV/415 Volts 3 Phase 50 Hz Vector
group DY-11, tapings in steps of ± 2.5%, ± 5%, --7.5% with
having connecting terminals on HV side suitable for bare
conductor connection,
           
           
cable end box on medium voltage side suitable for 1.1 KV 3½
core UG cable, on double pole structure or Brick /CC/RCC
platform with all fittings, accessories, filled with filtered
transformer oil including testing and commissioning etc.
complete as required            
LV Compartment :            
              
800 amp FP Drawout type ACB with 6.0 P relay with Metering            
With 1 no. of KWH meter with CT & Load manager of
Schneider make PM 210 with CT Complete with all respect as
per specifications & SLD            
12.2 SITC following size 33 KV grade XLPE aluminium conductor
armoured cables laid over MS supports in existing trenches.         
12.2.1 3 C x 240 sq.mm 33 KV XLPE cable (between metering panel RM 30
room to HT panel and HT panel to transformers).         
12.3 Supplying and making cable end terminations for the following
size of 33 KV grade, XLPE aluminium conductor armoured
cable including termination kit complete heat shrinkable sleeve
etc.         
12.3.1 3 C x 240 sq.mm 33 KV XLPE cable (Outdoor) Nos. 4   
12.4 SITC of following 3300 volts grade PVC insulated sheathed
copper conductor armoured control cables in existing trenches
cables trays, clamped on wall with suitable saddles, fixing
bolts, including testing and commissioning.         
12.4.1 12 Core 4.0 sq mm PVC insulated copper conductor armoured RM 30
control cables         
12.5 Cable end termination of the following PVC insulated sheathed
aluminium conductor armoured cables of 3300 volt grade
including supplying and fixing of crimping lugs. Double
compression glands with earthing provision and cable sockets
        
12.5.1 12 Core 4.0 sq.mm Control cable Nos. 8         
E13 Public Address System         

183
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
13.1 SITC of 6W ceiling Mounted Speakers with inbuilt 100V Line no. 25
matching Transformer, wide opening angle, optimized for
music & speech applications.         
13.2 SITC of Call Station, stem type Microphone. no. 1   
13.3 SITC of 480Watt power Audio amplifiers including all no. 1
necessary control desk and microprocessor based control
unit with microphone, BGM, Call Station & PC input including
providing necessary rack for mounting the Amplifier (with Rack
) .Contractor to decide on the number, depending upon his
amplifiers capacity. Contractor shall furnish quantity and unit
rate for each type of amplifier considered by him. The system
should have capability to integrate with EPABX, audio
Message Generator & IBMS System         
13.4 SITC of audio Message Generator ( Multi Message ) no. 1   
13.5 Supply and laying of core twin twisted 40/36 ATC multi strand, mtr. 625
over all PVC sheathed speaker wire in PVC Pipe.         
13.6 SITC of Volume Controller no. 15   
13.7 SITC of 4 zone Switcher no. 2   
13.8 SITC of 2 core - 1 sq. mm shielded wire. mtr. 50         
13.9 SITC of FRLS PVC Conduits with all accessories of following mtr. 100
sizes ( Medium Duty ). (a) 20 mm dia.   
13.1 25 mm dia. mtr. 625         
E14 Access Control System         
All material should be UL listed         
SITC of Microprocessor based door Controller, 12 door/24
Reader Capacity, where the Main Controller will sit directly on
LAN.         
14.1 Supplying, Installation, Testing and Commissioning of no. 1
Intelligent TCP/IP based Controller ( 6 door controller) in
master slave configuration having capacity of controlling I/O or
reader board modules as per system requirement with and
Controller Power supply.         
14.2 Dual Reader /single door Module providing two reader ports, no. 1
up to 4 supervised inputs and up to 2 relay outputs.         
14.3 SITC Smart Card Readers (Read Range 3 "- 5") no. 1         
14.4 Supplying, Installation, Testing and Commissioning of no. 6
Biometric based Smart Card Reader with Pin pad with
enrolment kit         

184
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
14.5 Supplying, Installation, Testing and Commissioning of Smart no. 1
Card Reader with Pin pad         
14.6 SITC of Smart Card swith all details no. 50         
14.7 SITC of Electromagnetic Lock (600 Lbs) suitable for Single no. 5
Door with door position sensor & necessary accessories.         
14.8 SITC of Electromagnetic Lock (600 Lbs) suitable for double no. 1
door with door position sensor & necessary accessories.         
14.9 SITC of Exit Switches for releasing access door. no. 6         
14.1 SITC of Power supply, 230V AC/12 or 24V DC, 5A (or as per no. 6
the system requirements)         
14.11 Supply, installation, testing and commissioning of Enterprise no. 1
Access Control System Software for 128 readers, 32
controllers, alarm handling capacity, graphics support with
license with browser based GUI, support integration with Fire
security and BMS system. with Complete integration with BMS
system including all kind of Hardware & Software's.         
14.12 SITC of Time & Attendance Module with capability to Integrate Lot. 1
with Main BMS Software on the same Platform         
14.13 SITC of Emergency exit switch/Break glass switch no. 1         
14.14 SITC of Panic bar with sounders no. 1         
14.15 SITC of 6 core 1 sq.mm, multi strand, copper conductor, mtr. 300
shielded, FRLS PVC insulated wire. (For reader to controller)         
14.16 SITC of 4 core 1 sq.mm, multi strand, copper conductor, mtr. 200
shielded, FRLS PVC insulated wire. For EML+contacts to
controller)         
14.17 SITC 2 core 1 sq.mm, multi strand, copper conductor, mtr. 100
unshielded, FRLS PVC insulated wire.         
SITC of FRLS PVC Conduits with all accessories of following
sizes ( Medium Duty )   
14.18 25 mm dia. mtr. 600   
15 Addressable Fire Alarm System         
All material should be UL listed / FM approved         

185
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
15.1 SITC of UL Listed, Analogue Addressable Microprocessor no. 1
based 06 loop fire alarm control panel expandable up to 10
loop capable of taking minimum 125 detectors and 125 devices
per loop like MCP, Hooters, control modules, response
indicators etc. and shall contain central processing unit, LCD
Display up to 960 character as per the detailed specification
complete with battery backup of 24 hours operation and 30
minutes alarm operation with battery charger and annunciator
window etc. System shall have provision to integrate with life
safety facilities. i.e. HVAC, PA Lift or elevator by providing
NO/NC contacts and BMS compatibility shall be through
MODBUS/Bacnet protocol. The Panel shall be UL Listed / FM
Approved         
15.2 SITC of Active Repeater panel with LCD display complete no. 2
system function keys for programming and control like system
reset, Alarm Acknowledge, Alarm Silence, Trouble
Acknowledge etc. as per specification. UL Listed / FM
Approved         
15.3 SITC of Analog Addressable multi sensor detector with LED no. 20
indication, electronic addressing, multiple sensitivity levels,
pre-alarm option, non-volatile memory having provision for self
diagnostics and history log, dust and dirt resistant with drift
compensation, plug-in design, with compatible mounting
bases, junction box and other accessories as required and
working on 19 - 24 V DC supply all complete as required. The
detectors shall be UL Listed / FM approved.
        
15.4 SITC of Analog Addressable Photo-electric type, smoke no. 20
detector with Bi-colour LED indication, electronic addressing,
multiple sensitivity levels, pre-alarm option, non-volatile
memory having provision for self diagnostics and history log,
dust and dirt resistant with drift compensation, plug-in design,
with compatible mounting bases, junction box and other
accessories as required and working on 19 - 24 V DC supply
all complete as required. The detectors shall be UL Listed / FM
approved.         

186
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
15.5 SITC of Analog Addressable Heat detector with operating no. 5
temperature of 57 Deg C & 9 Deg C rate of rise of temperature,
with Bi-colour LED indication, electronic addressing, multiple
sensitivity levels, pre-alarm option, non-volatile memory having
provision for self diagnostics and history log, dust and dirt
resistant with drift compensation, plug-in design, with
compatible mounting bases, junction box and other
accessories as required and working on 19 - 24 V DC supply
all complete as required. The detectors shall be UL Listed / FM
approved.         
15.6 Supply, installation, testing & Commissioning of Addressable no. 10
Manual call points. The same shall be of ABS plastic, square in
shape and 4 "x 4" in size. It shall have a "Break glass"
message embedded on the glass. The addressable module
shall be enclosed along with the break glass in a junction box.         
15.7 Supply, installation, testing & Commissioning of Addressable no. 1
sounders, The sounder shall be made of ABS plastic and have
the Db level of 90dbs and a multi tone facility. The addressable
control Module shall be fitted in a junction box.
        
15.8 Supply, installation, testing & Commissioning of Addressable no. 1
strobe cum sounder. The strobe cum sounder shall be made of
ABS plastic and have the Db level of 90dbs and a multi tone
facility. The addressable control Module shall be fitted in a
junction box.         
15.9 Supply, installation, testing & Commissioning Addressable no. 8
Fault isolator modules         
15.1 Supply, installation, testing & Commissioning Addressable no. 4
Control modules for AHU / PAC trip off         
15.11 Supply, installation, testing & Commissioning Addressable no. 1
Control modules for Access trip off         
15.12 Supply, installation, testing & Commissioning Addressable no. 1
Control modules for Public Address system         
15.13 Supply, installation, testing & Commissioning Addressable no. 1
monitor modules for Sprinkler Flow switches + VESDA system         
15.14 Supply, installation, testing & Commissioning of Battery pack no. 1
suitable for back up of 4 hours with charger in case of Alarm
condition.         
15.15 Supply, installation, testing & Commissioning of response no. 20
indicator         

187
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
15.16 Supply, installation, testing & Commissioning of 2c x 1.5 mtr. 500
Sq.mm FRLS Armoured cable RED in colour         
15.17 SITC of FRLS PVC Conduits with all accessories of following mtr. 100
sizes ( Heavy duty ). (a) 20 mm dia.         
15.18 25 mm dia. mtr. 100         
15.19 Supply, installation, testing & Commissioning Fire Exit Signage no. 6
boards with 3hrs battery backup         
15.2 SITC of RS 485 cable for repeater panel Size 4C X 1.5 mtr. 10
sq.mm, cu conductor cable.         
E-16 DG Set & UPS         
16.1 Supply, Unloading, Erecting, Installation, Testing &
Commissioning of 380 KVA Continuous rating ( Prime Rating )
AC 3 phase, 4 wire, 1500 rpm, 0.8pf, 50hz D.G Set with
following accessories like vibration mounts, Base frame, In
Built fuel tank, Residual Silencer flexible connection bellow /
expansion joints, Engine & DG control panel, Batteries - 2 nos.
of 200 AH/12V and Battery leads and Accoustic Enclosure
(Canopy ) Complete in All Respect to run the DG in
synchronisation with AMF Panel. As per Specification complete
in all respect and with all associated equipment / work as
per specifications.The supply includes FP Cu. Busbar
Extentention Cable end Termination box for the 380 KVA DG
Set suitable for the connection of 3 nos. of 400 sq mm x 3.5 c
Al .Arm XLPE cable.

no  1          
Scope also Includes the SITC of AMF panel as per
specification & complete co ordination with the AMF panels,
DG set vendor has to present as when required by the
Engineer incharge / Consultant till it will get completely
coordinated with the AMF panels. Scope also includes the
supply of the DG Set AMF Panel as per specifications
              
16.2 Connection of Control Cable with necessary dressing in DG & Lot 1
AMF SIDE         
16.3 Providing & Fixing the PVC type cable end glands for the no 4
unarmoured 400 sq. mm x 3.5 Core Al. Cables ( Glands of
Hensel / Spelsberg make only)         

188
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
16.4 Preparing necessary drawings submitting to authorities, getting no 1
their approval / senction and final certificate including NOC
from pollution board to energize the D G Set. & KWH Meter
certification from Supply co. Complete in all respect. All the
official charges will be paid by client.
        
16.5 SITC of Exhaust piping : of following dia MS ‘B’ class pipe
according to IS 3589 & 1239 (Part 1 ) inclusive of accessories
complete with necessary bend, flanges, gasket nut bolts etc.
making hole in wall, refinishing etc.   
16.5.1 100 mm (NB) ERW Pipe B Class mtr 5         
16.5.2 125 mm (NB) ERW Pipe B Class mtr 6         
16.5.3 150 mm (NB) ERW Pipe B Class mtr 6         
16.5.4 200 mm (NB) ERW Pipe 4.85 mm Thick mtr 5         
16.6 SITC of 75 mm thick Rockwool LRB Mattress insulation ( of
150 kgs. Per cubic meter density) over the exhaust pipes of
following diameter including cladding with aluminium sheer of
26 SWG and coverig from outside.         
16.6.1 100 mm (NB) ERW Pipe B Class mtr 5         
16.6.2 125 mm (NB) ERW Pipe B Class mtr 6         
16.6.3 150 mm (NB) ERW Pipe B Class mtr 6         
16.6.4 200 mm (NB) ERW Pipe 4.85 mm Thick mtr 5         
16.7 SITC of miscellanious structural support for horizontal / vertical kg 500
exhaust piping including fabrication, hardwares and painting as
per specification : The job also includes to paint the structure
with two coats of red oxide and two coats color of enamel paint
as approved and recommended by consultant. Complete in all
respect         
16.5 SITC of UPS of following Capacity of APC, Emerson, Delta,
DB power make         
16.5.1 SITC of 10 KVA I/p-3 ph, O/p-3 ph. UPS as per Set
specification.         
a Shop Drawings.         
b As-built drawings (including soft copy)         
c O&M Manuals (including soft copy)         
d Factory Testing and site testing as stated in scope         
e Freight & Insurance         
f Freight to job site (final site location)         

189
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
g Storage & site protection         
h 5 % Harmonic filter         
# including of Battery Back up for 2 Hrs. on Individidual
Module         
a 4 hrs. individual back up battery bank warranted for 5 years.         
b DC Switchgear         
c Bypass switchgear         
d Battery Racks         
e Installation and cabling between Battery and UPS         
f Battery Installation & DC Cabling         
16.5.2 SITC of 5 KVA I/p-1 ph, O/p-1 ph. UPS as per specification. Set 11         
a Shop Drawings.         
b As-built drawings (including soft copy)   
c O&M Manuals (including soft copy)   
d Factory Testing and site testing as stated in scope         
e Freight & Insurance         
f Freight to job site (final site location)         
g Storage & site protection         
h 5 % Harmonic filter         
# including of Battery Back up for 2 Hrs. on Individidual
Module         
a 4 hrs. individual back up battery bank warranted for 5 years.         
b DC Switchgear         
c Bypass switchgear         
d Battery Racks         
e Installation and cabling between Battery and UPS         
f Battery Installation & DC Cabling         
E17 Miscellaneous         
17.1 Supplying & Erecting conventional type Carbon Dioxide fire no 8
extinguishers of ISI approved of 2.0 kgs         
17.2 Suppplying & Erecting automatic emergency light with no 30
maintenance free battery for 20 watts tube.         
17.3 Supplying & Erecting Rubber mat 1.1 KV 1000 x 2000 x 6 mm sq. mtr 12         
17.4 Supplying & Erecting Rubber mat 1.1 KV 1000 x 2000 x 12 sq. mtr 6
mm         

190
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
17.5 Providing and erecting danger notice board for medium voltage no 21
installation to be erected as per I.S. The board should be 150 x
150 mm.         
17.6 Providing printed instruction chart both in English & no 21
REGIONAL LANGUAGE & duly framed out on glass for
treatment of person suffering from Electric shock.         
17.7 Providing the A0 Colour size print of the Final Plan / SLD duly no 4
framed out on Glass for Electrical room & BMS Room         
17.8 Providing the A1 Colour size print of the Final Plan / SLD duly no 4
framed out on Glass for Electrical room & BMS Room         
17.9 Providing the A2 Colour size print of the Final Plan / SLD duly no 8
framed out on Glass for Electrical room & BMS Room         
17.1 Providing the A3 Colour size print of the Final Plan / SLD duly no 34
framed out on Glass for Electrical room & BMS Room         
17.11 S & L only PVC medium gauge in concealed manner with GI mtr 8,000.00
pulling wire of 25 mm dia with all accessories.   
17.12 S & L only PVC medium gauge in concealed manner with GI mtr 50
pulling wire of 32 mm dia with all accessories.         
17.13 S & L only PVC medium gauge in concealed manner with GI mtr 1,000.00
pulling wire of 40 mm dia with all accessories.         
17.14 S & L only PVC medium gauge in concealed manner with GI mtr 1,000.00
pulling wire of 50 mm dia with all accessories.         
17.15 Providing & laying. Double walled corrugated pipes (DWC) of
polyethylene(conforming to IS 14930 II ) Anti Rodent type with
necessary connecting accessories of same material at
required depth for laying of cable. below ground / road
surface for enclosing cable and backfilling the same to make
ground as per original.         
17.15.1 (A)50 mm dia mt 2,600.00         
17.15.2 (B)90 mm dia mt 2,150.00         
17.15.3 (C)120 mm dia. mt 1,000.00         
17.15.4 (d)200 mm dia. mt 1,000.00         
17.17 Liason / Follow UP with Supply Co.         

191
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Filling the necessary application to supply co. following up and lot
getting the supply filling the necessary test report to the supply
co. inclusive. All official fees including security deposits will be
paid by the client and out of pocket expenses shall be of
contractor.         
For H T Supply lot 1         
For L. T. Supply lot 10         
TOTAL FOR ELECTRICAL WORK PART ( C)

  
  
PART D :- HVAC WORK

        
EQUIPEMENTS         
        
H 1.0 HI-WALL TYPE SPILT AIRCONDITIONER         
1.1 Supply Installation ,testing & Comissioning HIWALL TPYE
Split air-conditioning unit with aircooled evaporator with coil,
fan, and fan motor, aircooled condenser with hermatically
sealed roatary/ scroll / reciprocating compressor
condenser coil, propeller fans controls, inter connection control
panel. Including control wiring.M.S.STAND FOR OUT DOOR
UNIT. only Raw power will be provided by client upto 1st
isolator. Hi Wall Split Airconditioning Units CAPACITY ARE AS
UNDER. .Mimimum 4 Star rated (on the date of procurments
the minimum EER value of the units should be as per BEE
revised Standerd applicable from JAN 2012) the refregrent
pipe size and gas quontity should suit to the copper pipe length
at actualThe capicity garentee should be ensured by the
vender.(PLEASE REFER DETAIL TECHNICAL
SPECIFICATION OF TENDER)         
1.1.1 1.50 Tr NO         
1.1.2 2.00 Tr NO 1         
CASSETTE TYPE SPILT AIRCONDITIONER         

192
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
Supply Installation ,testing & Comissioning 4WAY COMPACT
CASSETTE TPYE Split air-conditioning unit with aircooled
evaporator with coil, fan, and fan motor, aircooled condenser
with hermatically sealed roatary/ scroll / reciprocating
compressor condenser coil, propeller fans controls, inter
connection control panel. Including control wiring.M.S.STAND
FOR OUT DOOR UNIT. only Raw power will be provided by
client upto 1st isolator. Hi Wall Split Airconditioning Units
CAPACITY ARE AS UNDER. WITH HIGH EER value of the
units. the refregrent pipe size and gas quontity should suit to
the copper pipe length at actualThe capicity garentee should
be ensured by the vender.(PLEASE REFER DETAIL
TECHNICAL SPECIFICATION OF TENDER)         
2.0 Tr NO 4         
1.2 Supply, installation and testing of inter connectecting set of
Refrigerant piping between indoor &outdoor units as per
approved drawing/as per instruction of site incharge,12 mm
thick closed cell nitriletubing insulation on liquideline and
suctionline piping (set of refrigerant piping size for unit as per
OEM), support, piping shall run in G.I. painted cable tray,
addition of any refrigerant complete in all respects for Hi Wall
SPLIT AIRCONDITIONERS ( Please refer tender detail
Technical Specification)         
1.2.1 1.50 Tr RMT         
1.2.2 2.00 Tr RMT 46         
1.3 Supply, installation and testingof interconnecting power/control
cabling upto starter/indoor/outdoor units as per approoved
drawing/instruction of site incharge, as per size of OEM,
support, conducte, farerules shall run in G.I. cable tray
complete in all respects for Hi Wall SPLIT
AIRCONDITIONERS (PLEASE REFER DETAIL TECHNICAL
SPECIFICATION OF TENDER)         
1.3.1 b.1.50 Tr RMT   
1.3.2 c.2.00 Tr RMT 100         

193
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
1.4 Supply ,Installation &testing of heavy class ISI approved PVC
Condensate drain piping for Indoor Units insulated with 6 MM
polyolefin foam hollow pipe sections/rolls with connecting
coupling, drain trap, required bend and fittings bonded with
suitable adhesive, vertically terminated to nearest draip point
with adequate slope and supporting and routed as per layout –
RMT rates shall include supporting materials and UV coating
for any portion exposed to Sun (please refer detail technical
specification of tender)         
1.4.1 50 mm dia RMT 18         
1.4.2 40 mm dia RMT 30         
1.4.3 32 mm dia RMT 20         
1.4.4 25 mm dia RMT 95         
1.5 Supply & Installation &testing of M.S.FABRICATED STAND KG 400
FOR OUT DOOR UNIT complete with all fittings,
supports,clamps specifications duly two coat of primer , 2coat
of epoxy paint as per approved color shade as per approoved
drawing & direction of Engineer-in-charge.(please refer detail
specifications of tender)         
H 2.0 HVAC WORK - SECTION II         
AIR-CONDITIONING WORK WITH VARIABLE
REFRIGERANT FLOW SYSTEM         
2.1 CASSATTEE TYPE INDOOR UNITS         
Low Static Indoor units as 4 way compact Casstte type having
galvanized steel plate casing. The unit shall be insulated with
sound absorbing thermal insulation material, Polystyrene /
Polyethylene foam. The unit shall be supplied with suitable
decorative panel flush with the ceiling matching interiors. The
unit shall be supplied with wall mounted controller, wired
remote having 10 RMT lead wire, direct drive four speed turbo
fan, self closing 4/2 motorized vanes, heat exchanger with Cu
Coil and Al fins designed for minimum air flow resistance,
insulated drain pan below coil, built in drain pump, drain hose,
clamp metal, washer fixing plate, sealing pads, screws,
clamps, washer for hanging bracket & insulation for fitting. The
unit shall be complete with pressurized drain pumping
mechanism; Balance features as sepcified in Tender; Unit
Schedule as under         
2.1.1 2.0 TR CAPCITY NO 16         
2.1.2 1.5 TR CAPACITY NO 5         

194
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
2.2 Low Static Indoor units as hide away type having galvanized
steel plate casing. The unit shall be insulated with sound
absorbing thermal insulation material, Polystyrene /
Polyethylene foam. The unit shall be supplied with wall
mounted controller, wired remote having 10 RMT lead wire,
direct drive four speed turbo fan, heat exchanger with Cu Coil
and Al fins designed for minimum air flow resistance, insulated
drain pan below coil, built in drain pump, drain hose, clamp
metal, washer fixing plate, sealing pads, screws, clamps,
washer for hanging bracket & insulation for fitting. The unit
shall be complete with pressurized drain pumping mechanism;
Balance features as sepcified in Tender; Unit Schedule as
under         
2.2.1 2.67 TR NO 3         
2.3 OUTDOOR UNITS OF VRF SYSTEM         
Supply of Compact Air Cooled type Variable Refrigerant Flow
Technology outdoor units as specified; Latest technology
Compressors (Inverter / Digital Scroll design), Condenser coil
fabricated from Seamless Copper tube & Plate type Al Fins of
Multi Row, Axial Flow, upward/side throw condenser fan with
motor unit, insulated refrigeration piping   
Each Outdoor units with High Pressure switch, Fan driver
overload protector, Over current relay, Compressor motor
Overload Protector & Fusible Plug. The unit shall be suitable
for 415 ± 10 % volts, 50 Hz, 3 phase AC supply, and IP 55
protection.         
CAPACITY OF EACH OUT DOOR UNIT WILL BE BASE ON
OUT SIDE TEMPRATURE 45 DEG.C AND INSIDE
CONDITION 25DEG C         
WARRENTY FOR UNIT WILL BE 2 YEARS FROM DATE OF
HANDING OVER OF COMPLETE SYSTEM         
2.3.1 16 HP NO 3         
2.4 Electrical Works for VRF only         
Factory supplied Control Panel with MCB, power / control
wiring and earthing, external wiring between Indoor & Outdoor
units laid on cable tray/saddeled on wall, complete with all
system controls for safe operations for complete VRF System
  
POWER & COMMUNICATION CABLING         

195
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
2.4.1 Power Cabling to individual indoor units with stuitable & LOT 1
adequate size PVC conduit with workmanshiplike dressing with
proper connectors/clamps complete
        
2.4.2 Communication Cable between Outdoor Units & Indoor Units LOT 1
with stuitable & adequate size PVC conduit with
workmanshiplike dressing with proper connectors/clamps
complete         
BRANCH DISTRIBUTION JOINTS FOR REFRIGENT
PIPING.         
2.5 Supply of Imported Branch Distribution Joints for VRF system. NO 24
( The Quantity is indicative and shall be confirmed by
Contractor for their System Requirement )
        
REFRIGERATION PIPING & FIRST CHARGE OF
REFRIGERANT         
2.6 SITC of Seamless heavy gauge Copper piping of following size LOT 1
duly insulated with 13 mm/ 19mm thk. Nitrile Rubber Insulation
( As per Specified with K Value of 0.027-0.029 K Cal/Hr.M Deg
C at 0-16 Deg C) . Refrigeration piping will have to be taken in
the piping rack / Support individually connecting to all indoor
units for the respective floors. All necessary supports, fittings,
valves & ref. joints where ever required will be included.
Exposed piping insulation shall be covered with UV barrior

        
2.7 First charge of Refrigerant R 410 for all circuits for entire LOT 1
system         
H 3.0 HVAC WORK - SECTION III         
3.2 Supply, Installation and Testing of factory fabricated sheet
metal dutwork including elbows, turning vanes, flamebar
gaskets & sealent, slip on flanges, GI fully threaded rods,
GI supports/hangers etc. in accordance with the the
approved shop drawings and specifications. The ducts shall
be fabricated and installed in line with IS655 standards.         
  
3.2.1 551mm -1000mm (24 gauge) GSS SqM 60         

196
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
3.2.2 1001mm -1800mm (22 gauge) GSS SqM 16         
3.3 Supply, Installation, Testing and Commissioning of GI factory
fabricated flexible ducts.         
3.3.5 150mm dia RMT 75         
3.4 Supply and Installation of Air out lets for air distribution of as
per the specifications.         
3.5 Supply,Installation and Testing of 125 mm deep SQMT 3
Antivibration Flexible Joints made out of imported fire
retardant fabric with extruded aluminium frame/flange on both
sides         
3.6 Supply, Installation and Testing of multi blade type louver SQMT 1.6
dampers of galvanised steel construction for collars to be
provided with suitable links, levers and quadrants for
manual control of volume of air flow and for proper balancing
of the air distribution system as per the approved shop
drawings and specifications.         
3.7 Supply, Installation and Testing of multiblade box type SQMT 1.6
galvanised steel sheet dampers for ducts to be provided
with suitable links, levers and quadrants for manual
control of volume of air flow and for proper balancing of
the air distribution system as per the approved shop
drawings and specifications.         
3.8 Supply, Installation , Testing and Balancing of one way SQMT 1
blow linear supply/ exhaust air grilles complete with
removable inner core as per approved shop drawing and
specifications. The grilles shall be of approved colour & shade.
        
3.8.1 a. Powder coated aluminium grille of extruded sections with
integral flanges on both side & ends as required   
150mm/200 High SQMT 4.5         
3.8.2 Supply of spigots of different sizes to facilitate flexible
duct connection         
150mm dia NO 25         

197
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
3.9 Supply, Installation, testing and commissioning of Single Skin
Ceiling suspended/Flor mounted exhaust air unit of 16 Gauge
precoated/ G.I. sheet, suitable for operation on 415 ± 10% or
230 ± 5% voltage, 50 Hz A/c 3 phase 4 wire system or single
Phase3wire system(based on capacity) of following capacity at
given static pressure WC for exhaust air Consisting of
Centrifugal Fans forward curve DIDW type,TEFC squirrel cage
induction motor, V belt drive package vibration isolator,
isolator, micro switch terminal block termination of cables,
ON/OFF starter penal with 7.5 RMT ele cable, with double
earthing etc. as per drawings as required.INCLUDING
SUPPORT AND FIXING M.S. MATERIAL FOR
INSTALLATION OF UNIT         
3.9.1 1200 cfm NO 1         
3.1 ELECTRICAL INSTALLATION         
3.12 DOUBLE SKINNED CEILING SUSPENDED TREATED
FREASH AIR UNITS         
Supply, Installation, testing, commissioning and field
performance of 25 mm Thick CFC free PUF Insulated Double
Skinned insulated sectionalized construction , vibration Free
Comprising of Fan section with Twin Forward curved
centrifugal fan with IP55/4P TEFC Fan Motor , Connected with
fire resistant flexible outlet connection, Synthetic HDPE
washable filters, Cooling coil section with 8 R Deep Cooling
coils & having 13 FPI aluminium fins and copper tubes,
condensate S.S drain pan duly insulated with cross linked
polymer, insulated drain piping; complete with flexible
couplings at each coil connection to header, including
temperature & pressure gauges for each AHU inlet outlet
header;WITH dx CONDESING UNIT WITH 5.5 TR SCROLL
COMPRESSOR with On/Off MICRO PROCESSOR BASED
Ele.Penal With Controlar ( Ceiling Mounted unit to be installed
with vibration isolators with 95% vibration isolation efficiency)
Rating for the AHUs shall be as under         
3.12.1 600 CFM at 40 mm WC ESP WITH 4.8 TR CAP NO 3         
3.13 12 MM THICK NITRIL INSULATION WORK ON FRESH SQ MT 50
DUCTING ( As per tender Specifications)   

198
NCB.CW/W-2
Sl. No. Description of item Unit Quantity Rate Unit (Rs) Amount (Rs.)
In figures In words
3.14 Providing & fixing Thermal insulation consisting of 75 mm thick SQMT 385
100% non-woven thermo bonded polyester wool insulation
blanket of nominal density 8 kg/m³ backed with virgin high
density polyethylene vapour breathable membrane having a
weight of 80g/m².with welded wiremesh help of G.I.Laching
Wire with clit,screw for Metal under deck Insulation         
  
TOTAL COST OF HVAC WORK (1to3) – PART D   

        
TOTAL COST ( PART A + B + C + D )   
              

199
NCB.CW/W-2
SECTION 8: FORMS OF SECURITIES

200
NCB.CW/W-2
Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance
Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and
Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.

Annex A: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex B1: Performance Bank Guarantee for Unbalanced Items

Annex C: Deleted

Annex D: Bank Guarantee for Advance Payment

201
NCB.CW/W-2
Annex A

BID SECURITY (BANK GUARANTEE)


WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid
dated _______________________ [date] for the construction of _____________________________________
[name of Contract] (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of


____________________________ [name of country] having our registered office at
___________________________________ (hereinafter called "the Bank") are bound unto
______________________________[name of Employer] (hereinafter called "the Employer") in the sum of
___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the Form of Bid;
or
(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the
period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27;

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the
Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred
condition or conditions.

This Guarantee will remain in force up to and including the date ____________________2 days after the deadline
for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the
Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee
should reach the Bank not later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________
[signature, name, and address]

____________________________

1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.
This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

2 45 days after the end of the validity period of the Bid.

202
NCB.CW/W-2
PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the


Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed thereunder or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability
Period.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in
the Contract and denominated in Indian Rupees.

203
NCB.CW/W-2
PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the


Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of
completion of works.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any
and denominated in Indian Rupees.

204
NCB.CW/W-2
BANK GUARANTEE FOR ADVANCE PAYMENT

To: __________________________________________ [name of Employer]


__________________________________________ [address of Employer]
___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of
the above-mentioned Contract, ________________________________ [name and address of Contractor]
(hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer] a bank
guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of
_____________ [amount of guarantee] 1_________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to
____________________ [name of Employer] on his first demand without whatsoever right of objection on our part
and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of
guarantee]1 __________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of
Works to be performed thereunder or of any of the Contract documents which may be made between
_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________________ [name of Employer] receives full repayment of the same amount from
the Contractor.

Yours truly,

Signature and seal: _______________________________


Name of Bank/Financial Institution: _________________
Address: _______________________________________
Date: ____________________

__________________________

1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and
denominated in Indian Rupees.

Attachment
(Refer ITB Clause 4.4)
205
NCB.CW/W-2
NCB – Civil Works – Document W-2 [Amendments for Joint Ventures] : Not Applicable
in this Work

In NCB contracts where it is proposed to permit JV [in the case of high value or
specialized/complex works], the following corrections are to be incorporated in W-2

1. Instructions to Bidders

A. Insert Clause 4.4 as under :

4.4 Bids submitted by a joint venture of two or more firms as partners shall comply with the
following requirements :

[a] the bid shall include all the information listed in Sub-clause 4.3 above;

[b] the bid and, in case of a successful bid, the Agreement, shall be signed so as to be legally
binding on all partners;

[c] one of the partners shall be nominated as being in charge, and this authorization shall be
evidenced by submitting a power of attorney signed by legally authorized signatories of
all the partners;

[d] the partner in charge shall be authorized to incur liabilities and receive instructions for
and on behalf of any and all partners of the joint venture and the entire execution of the
contract, including payment, shall be done exclusively with the partner in charge;

[e] all partners of the joint venture shall be liable jointly and severally for the execution of
the contract in accordance with the contract terms, and a statement to this effect shall be
included in the authorization mentioned under [c] above, as well as in the bid and in the
Agreement [in case of a successful bid];

[f] The joint venture agreement should indicate precisely the role of all members of JV in
respect of planning, design, construction equipment, key personnel, work execution, and
financing of the project. All members of JV should have active participation in execution
during the currency of the contract. This should not be varied/modified subsequently
without prior approval of the employer;

[g] The joint venture agreement should be registered in ……….* so as to be legally valid and
binding on partners; and

[h] a copy of the Joint Venture Agreement entered into by the partners shall be submitted
with the bid. Alternatively, a Letter of Intent to execute a joint Venture Agreement in the
event of a successful bid shall be signed by all partners and submitted with the bid,
together with a copy of the proposed Agreement.

[* Fill in the name of the city where contract agreement is to be signed]


B. Substitute Clause 4.6 as under :

206
NCB.CW/W-2
4.6 The figures for each of the partners of a joint venture shall be added together to determine the
Bidder’s compliance with the minimum qualifying criteria of Sub-clause 4.5. However, for a
joint venture to qualify, each of it’s partners must meet at least 50 percent of the minimum
criteria set in Sub-clause 4.5 above and all the partners collectively must meet the criteria
specified in Sub-clause 4.5 above in full. Failure to comply with this requirement will result in
rejection of the joint venture’s bid.
Sub-contractor’s experience and resources will not be taken into account in determining the
Bidder’s compliance with the qualifying criteria, except to the extent stated in Clause 4.5 [A]
above.

C. In Sub-clause 5.1, insert words ‘either individually or as a partner in a Joint Venture’, at the end
of the first sentence in Line 1.

D. In sub-clause 16.3, add the following at the end :

‘The bid security of a joint venture must define as ‘bidder’ all joint venture partners and list
them in the following manner : a joint venture consisting of ‘…….’, ‘……….’, and ‘……….’.

E. In sub-clause 34.2, add the following at the end :

‘The performance security of a Joint Venture shall be in the name of the joint venture.’

2. Qualification Information

Insert Clause 2 as under :

‘2. Joint Ventures

2.1 The information listed in 1.1-1.12 above shall be provided for each partner of the joint venture.

2.2 The information in 1.13 above shall be provided for the joint venture.

2.3 Attach the power of attorney of the signatory[ies] of the bid authorizing signature of the bid on
behalf of the joint venture..

2.4 Attach the agreement among all partners of the joint venture [and which is legally binding on all
partners], which shows the requirements as indicated in sub-clause 4.4 of the Instructions to
Bidders’. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a
successful bid shall be signed by all partners and submitted with the bid, together with a copy of
the proposed Agreement

2.5 Furnish details of participation proposed in the joint venture as below:

207
NCB.CW/W-2
DETAILS OF PARTICIPATION IN THE JOINT VENTURE

PARTICIPATION DETAILS FIRM ‘A’ FIRM ‘B’ FIRM ‘C’


(Lead Partner)

Financial

Name of the Banker(s)

Planning

Construction Equipment

Key Personnel

Execution of Work
(Give details on contribution
of each)

208
NCB.CW/W-2
3. General Conditions of Contract

- In sub-clause 51.1, add the following at the end :

‘The bank guarantee of a joint venture shall be in the name of the joint venture’.

- In sub-clause 52.1, add the following at the end :

‘The performance security of a joint venture shall be in the name of the joint venture’.

- In sub-clause 59.2 add the following after sub-clause (h)

(i) “The contractor (in case of joint venture) has modified the composition of the joint
venture and/or the responsibility of each member of the joint venture from what is
stated in joint venture agreement without prior approval of the Employer”.

4. Agreement Form

In para (4) insert (x) as additional item

(x) Joint Venture Agreement.

209
NCB.CW/W-2

You might also like