additional specification and conditions - …dda.org.in/tendernotices_docs/oct08/f25-29-1245.doc ·...
TRANSCRIPT
ADDITIONAL SPECIFICATION AND CONDITIONS(FIRE FIGHTING)
GENERAL 1.1 The work, as indicated in the scope of work attached herewith
including any modification /addition / alteration ordered
subsequently, shall be carried out as per the specifications
indicated below :-
i) Indian Electricity Rules as amended up to date.
ii) Technical Specification attached herewith.
iii) Relevant BIS. Standards as notified upto date.
iv) CPWD General specification for Electrical works Part-I
internal 2005 Part-II External 1994, Part-V west riser &
sprinkler system for fire fighting 2006.
1.2 A table indicating the makes acceptable in respect of some of
important materials is attached. The contractor may use any of
the makes specified in the table against a particular item subject
to conformity with specifications, for materials not covered in the
above mentioned table, any ISI marked product may be used and
if same is not available, then it shall confirm to relevant BIS /
British Standards and will be used with prior approval of Engineer-
in-charge.
1.3 In addition, to supply, installation, testing & commissioning of all
equipment and materials as per schedule of work in accordance,
the following works shall be deemed to included within the scope
of work, to be executed by the contractor, whether or not indicated
in schedule of work. Nothing extra shall be paid on this account.
(i) All minor building work, such as cutting & making good the
damages, grounding of foundation, for equipment, support
for internal hose cabinets, valve chambers etc.
(ii) Approval from Municipal Fire Authority as may be required
as per local bye laws.
(iii) Making opening in the walls / floors / slabs or modification in
the existing openings wherever provided for carrying pipe
line, cable etc.
1.4 All the materials shall be got approved from the Engineer-in-
charge before installation at site.
1.5 The contractor shall submit the following drawings within fortnight
of the award of work, for approval by the department.
(i) General arrangement drawing showing location of fire
pump, down comer, air vessel, valve etc. of the fire fighting
system complete with dimensions and clearances.
(ii) Details of foundation for equipment and weight of
assembled equipment.
(iii) Piping schematic drawing.
(iv) Control and protection schematics, wiring diagrams and
control wiring diagrams showing the sequence of operation.
(v) Details of internal hydrants and their installation.
(vi) Details of masonary work such as valve chamber, hose
cabinet support etc.
(vii) Bar chart indicating general programme for supply
installation, testing and commissioning & handing over and
also the related works to be done by other agencies to
ensure timely completion.
(viii) Any other drawing / data that may be necessary for the
work.
The above drawings shall be furnished in 4 sets to the
department. One set will be returned with comments and
approval. The drawing shall be modified Incorporating the
modifications indicating by the department and 4 sets of corrected
drawings shall be submitted to the department in 7 days time.
1.6 The Engineer-in-charge reserves the right to make any
modification to the layout any stage during execution of work. The
work shall be executed as per approved drawing.
1.7 The contractor shall also furnish 6 copies of details installation,
operation and maintenance manuals of manufacturers for all items
of equipment together with all relevant data sheet spare parts
catalog, repairs assembly and adjustment procedure etc.
1.8 The contractor shall furnish such facilities as well be necessary for
Inspection of the equipment before dispatch at his or his
associates works and also for witnessing such tests, as are done
at the work, if so required by the department. The contractor shall
furnish information vide for his purpose and will also give sufficient
notice regarding the dates proposed for such tests of inspecting
agency.
1.9 Copies of all documents of routine and type test certificate of the
equipments carried out at the manufacturer’s premises shall be
furnished to the department alongwith the supply of the
equipment.
1.10 The contractor shall commence work as soon as the drawings
submitted by him are approved. The contractor should dispatch
all materials to site in consultation with the department where
suitable space for lockable storage accommodation shall be made
available to him temporarily. For this purpose the programme of
dispatch of materials shall be framed, keeping in view the building
progress so that suitable storage accommodation can be made
available to the contractor. Safe custody of all Machinery and
equipment supplied by the contractor shall be his own
responsibility till the final taking over by the department. The
contractor shall make his own arrangement for temporary
connection for power supply and water supply.
1.11 All routine and type tests prescribed in relevant BIS specifications
shall be conducted before dispatch of equipments. No equipment
shall be dispatched from the manufacturer’s premises without
such tests being conducted & test results accorded. These tests
certificates shall be given along with the supply of equipments.
The Engineer-in-charge shall, if he so desire, inspect & witness
the predelivery tests at manufacturer’s work. For this purpose, the
contractor shall give 15 days advance information. Department
shall bear its expenses for this inspection as far as traveling &
boarding / loading is concerned.
1.12 The contractor shall coordinate his work and cooperate with other
agencies by exchange of all technical information like details of
foundation, weight, over all dimensions, clearance and other
technical data required for successful and proper completion of
him portion of the work in relation to the work of others without
any reservation. No remuneration should be claimed from the
department for such technical cooperation. If any unreasonable
hindrances is caused to other agencies and any completed
portion of the works has to be dismantled and redone for want of
the cooperation and co-ordination by the contractor during the
consumer of work, such expenditure incurred will be recovered
from the contractor during the course of work, if the restoration
work to the original condition of specification of the dismantled
portion of the work was not undertaken by the contractor.
1.13 Care shall be taken, while handling / installation the equipment to
avoid damage to the building, on completion of the installation, the
contractor shall arrange to repair all damages to the building
caused during installation so as to bring to the original condition.
He shall also arrange to remove all unwanted waste material from
Pump Room and other areas used by him.
1.14 All equipment supplied shall be given final coat of paint over the
primer after necessary treatment at the works before dispatch. All
damages to painting during transport & installation shall be set
right or repainted to the satisfaction of the department before
handing over.
1.17 TESTING OF INSTALLATION (i) The entire system shall be tested to the satisfaction of
Engineer-in-charge.
(ii) Tests shall be performed in the presence of Engineer-in-
charge or his authorized representative.
(iii) The contractor shall provide all labour, equipments and
material required for performance of the tests.
(iv) Contractor shall perform all such tests as may be necessary
& required by the local authorities to meet municipal or
other byalaws in force.
1.18 6 sets of completion drawing along comprising the following
drawings shall be submitted by the contractor while handing over
the installation.
(a) Equipment installation drawings giving complete details of
the entire equipment.
(b) Electrical and control wiring drawings for the entire electrical
equipment showing cable sizes, equipment capacities,
switchgear ratings, control components, control wiring etc.
(c) Schematic diagram of the entire installation.
1.19 When the installation is deemed by the contractor to be
completed, he shall arrange with department / inspector for
inspection and testing of the installation. Test results obtained
shall be recorded and installation shall not be accepted until the
department / inspecting officer is satisfied about its compliance
with the requirement of these specifications.
It shall be the responsibility of the contractor to get the
installations inspected and passed by the local authorities
concerned, fees will be reimbursed by the department.
1.20 All equipments shall be guaranteed for one year from the date
handing over the installation to the department. The installation
shall be covered by the conditions that whole installation or any
part thereof found defective within guarantee period shall be
replaced or repaired by the contractor in a reasonable time free of
charge as decided by the department. The guarantee shall cover
the followings :-
a. Quality, Strength and Performance of materials and
equipments used.
b. Safe mechanical and electrical stress on all parts under all
specified conditions / operation / satisfactory performance.
c. Satisfactory operation during the maintenance period.
d. Safe performance figures and other values as specified in
the schedule of guaranteed technical particulars.
f. Attending to consequential damages in the equipments and
material supplied and installed by the tenderer.
1.21 The contractor shall ensure adequate and prompt after sales
service in the form of maintenance personnel and spares as and
when required with a view of minimizing the break down period.
Particular attention shall be given to ensure that all spares are
easily available during the normal life of the installation.
2. SCOPE OF WORK2.1 The scope of fire fighting system comprise the supply, installation,
testing & commissioning of the following :-
(i) Electric motor driven pump sets for terrace pump.
(ii) Water charged pipe lines & air vessels
(iii) Landing hydrants including landing valves, hose pipes,
hose reels, branch pipes, nozzles.
(iv) Electric power & control panel.
(v) Cable and earthing
(vi) Miscellaneous items like pressure switches, level indicators,
fire brigade connections etc.
(vii) Minor building work.
2.2 Following is the details of scope of work included in this Tender.
a. Installation of Pumps in the Pump House complete as
required starting from suction line from terrace tank. The
distribution sluice / butterfly valves, N.R.V., Air Vessel,
Pressures Gauges, Pressure Switches, and flow switches.
Necessary foundation work of pump, supports for piping
bends, tee’s, dead ends; tail pipes, valves, vessel etc. as
required.
b. Laying of MS pipe Heavy Grade (Class) for the riser Inside
the building and surrounding areas.
c. Supports for vertical down comer pipes, painting etc. as
required.
d. Fire fighting equipments, accessories and fitting as
required.
e. Installation, testing and commissioning of the entire
installations to the satisfaction of Local Fire Authorities and
Engineer-in-charge.
f. Obtaining NOC for the installations from Local fire
authorities.
2.3 (a) The installation shall conform to the schematic line diagram
attached in the shape of drawings for pumps house / down
comer and pipe layout for building.
(b) Since the Agency executing the job is responsible for
obtaining the NOC from the Local fire Service Authorities,
deviation, if any, with respect to the scheme and drawing
attached may be brought out clearly in the Tender Paper
while quoting for the job.
2.4 Work under Fire suppression system installation shall be carried
out strictly in accordance with specifications attached with the
tender.
2.5 Items not covered under these specifications due to any ambiguity
or misprints, or additional works, the work shall be carried out as
per latest CPWD specifications or the latest National Building
Code with amendments or IS code as applicable in the work.
2.6 Works not covered under para 2.1 and 2.2 shall be carried out as
per relevant Indian Standards and in case or its absence as per
British Standard code of practice.
2.7 The contractor should visit and examine the site of work and
satisfy himself as to the nature of the existing roads and other
means of communication and other details pertaining to the work
and local conditions and facilities for obtaining his own information
on all matters affecting the execution of work. No extra charge
made in consequence of any misunderstanding incorrect
information or any of these points or on ground of insufficient
description will be allowed.
2.8 The work shall be carried out in conformity with the fire drawings
and within the requirements of Architectural, HVAC, Electrical,
Structural and other specialized services drawings.
2.9 The contractor shall co-operate with all tenders and agencies
working on the site. He shall make provision for hanger, sleeves,
structural openings and other requirements well in advance to
prevent hold up of progress of the construction schedule.
2.10 On award of the work, Contractor shall submit a schedule of
construction in the form of a PERT chart or BAR chart for approval
of department. All dates and time schedule agreed upon should
be strictly adhered to within the stipulated time of completion /
commissioning along with the specified phasing, if any.
2.11 Fire drawings are diagrammatic but shall be followed as closely
an actual construction permits. Any deviations made shall be in
conformity with the department.
2.12 Architectural drawings shall take precedence over Fire drawing of
other services drawings as to all dimensions.
2.13 Contractor shall verify all dimensions at site and bring to the
notice of the department all discrepancies or deviations noticed.
Decision of the department shall be final.
2.14 Large size details and manufacturers dimensions for material to
be incorporated shall take precedence over small-scale drawings.
2.15 Any drawings issued by the department for the work are the
property of the department and shall not be lent, reproduced or
used on any works other intended without the written permission
of the department.
2.16 Contractor shall be required to produce manufacturing test
certificate for the particular batch of materials supplied in him. The
tests carried out shall be as per the relevant Indian Standards. NO
PAYMENT SHALL BE MADE WITHOUT TEST CERTIFICATE OF
THE ITEM.
2.17 All dimensions and sizes of materials, an equipment given in the
tender document are commercial metric sizes.
2.18 Any weights, or sizes given in the tender having changed due to
metric conversion, the nearest equivalent sizes accepted by
Indian Standards shall be acceptable without any additional cost.
2.19 Contractor shall maintain one set of all drawings issued to him
and referred drawings. These shall not be used on site. All-
important drawings shall be mounted on boards and placed in
racks indexed. No drawings shall be rolled.
2.20 All corrections, deviations and change made on the site shall be
shown on these reference drawings for final incorporation in the
completion drawings. All changes to be made shall be initiated by
the department.
2.21 Shop drawings shall be submitted under following conditions:-
a) Showing any changes in layout in the Fire drawings.
b) Equipment layout, piping and wiring diagram.
c) manufacturer or Contractor’s fabrication drawings for any
materials or equipment supplied by him.
2.22 On completion of work, contractor shall submit one complete set
of original tracings and two prints of “as built” drawings to the
department. These drawings shall have following information.
a) Run of all piping, diameters on all floors, vertical stacks and
location of external services.
b) Run of all fire lines with diameters, locations of control
valves, access panels.
c) Locations of all mechanical equipment with layout and
piping connections.
2.23 Contractor shall provide four sets of catalogues, services manuals
manufascturer’s drawings, performance data and list of spare
parts together with the name and address of the manufacturer for
all electrical and mechanical equipment provided by him.
2.24 All ‘warranty cards” given by the manufacturer shall be handed
over to the department.
2.25 Rates quoted in this tender shall be inclusive of cost of materials,
labour supervision, erection, tools, plant, scaffolding, service
connections, transport to site, taxes, octrol and levies, breakage,
wastage and work contract and all such expenses as may be
necessary and required to completely do all the items of work and
put them in a working condition. No extra payment will be made
on this account.
2.26 Rates quoted are for all heights and depths in all position as may
be required for this work.
2.27 All rates quoted are inclusive of cutting holes and chases in walls
and floors and making good the same with cement
mortar/concrete/water proofing of appropriate mix and strength as
directed by department. Contractor shall provide holes, sleeves,
recesses in the concrete and masonry work as the work proceeds.
2.28 The contractor shall furnish to the department the test certificates
to prove that the materials are as specified.
2.29 the contractor shall, from time to time, clear way all debits and
excess materials accumulated at the site.
2.30 After the fixtures, equipment and appliances have been installed
and commissioned, contractor shall clean-up the same and
removed all plaster, paints, stains and other foreign matter or
discoloration leaving the same in a ready to use condition.
2.31 on completion of all works, contractor shall remove all surplus
materials and leave the site in a broom clear condition, failing
which the same shall be done at Contractor’s risk and cost.
2.32 No walls terraces shall be cut for making and opening after
waterproofing has been done without written approval of
department. Cutting of water proofing membrane shall be done
very carefully so as other portion of water proofing is not
damaged. On completion of work at such place the water proofing
membrane shall be made good and ensured that the
opening/cutting is made fully waterproofing as per specifications
and details of waterproofing approved by department.
2.33 No structural membrane shall be chased or cut without the written
permission of the department.
2.34 The contractor shall verify that all materials supplied by the
Employer conform to the specifications of the relevant item in the
tender. Any discrepancy found shall be brought to the notice of
the department.
2.35 TENDER OPENING 2.35.1 The tenderer shall submit the bid in two separate sealed
envelopes, viz., one containing technical bid and other containing
price bid. Both the bids should be submitted simultaneously. The
name of the work and also the words ‘Technical-bid only’ or
‘Price-bid only’ as the case may be should be clearly written on
top of the respective sealed covers.
2.35.2 The technical bid shall be opened first on the due date and time
as notified, in the presence of tenderer(s) or their authorized
representative(s), who may wish to witness the opening.
2.35.3 Scrutiny of the technical bid shall be done by the department.
Necessary clarification, as may be required, shall be furnished by
the tenderer(s) within the time given by the department for the
same.
2.35.4 Financial implications, if any, due to any change done in the
technical bid during the technical negotiations, shall be given by
the tenderer in a separate sealed cover, indicating the financial
effect to the extent of deviation in their respective technical bid but
shall not be allowed to amend/modify the original price-bid.
2.35.5 The original price-bid along with financial implication due to
technical deviation, if any submitted by the tenderer(s), shall be
opened on the date and time, which shall be duly notified to the
tenderers. Price-bids of onlyg those tenderers shall be opened
whose technical bids are found acceptable.
TEHNICAL 3.1 Anchor Thrust Blocks
(a) Contractor shall provide suitable designed anchor blocks in
cement concrete to encounter excess thrust due to water
hammer & high pressure.
(b) Thrust block shall be provided at all bends, tee and such
other location as determined by the department.
(c) Exact location, design, size and mix of the concrete blocks
shall be as shown on the drawings or as directed by the
department prior to execution of work.
3.2 GUN METAL VALVES/BALL VALVEValves of 50mm dia and below shall be heavy duty gunmetal Ball
valves or globe valves conforming to IS 778 class II with female
screwed ends.
3.3 COST IRON BUTTERFY VALVES/SUICE VALVESAll valves 65mm dia and above shall be of cast iron body &
bronze / G.M. Seat. Class PN 1.6 conforming to IS 14846-2000
with CI body, butyl rubber seat and Teflon seal.
3.2 NON-RETURN VALVENon-return valves of class PN 1.6 shall be CI double flanged with
CI body and Gun metal Internal parts conforming to IS 5312.
3.4 FIRE HYDRANTS1. Fire Hydrant (landing valve) shall be of Gun metal with 80mm inlet
and 63 mm outlet, CI wheel conforming to IS 5290. Each valves
shall have flanged inlet and instantaneous type outlets as shown
on the drawings (flanges 200 mm dia).
2. Instantaneous outlet for fire hydrant shall be of standard pattern
approved and suitable for fire brigade hoses.
3.5 RRL HOSESEach internal hydrants shall be provide with two nos. of 63mm dia.
15m long rubberized fabric linen hose pipe with gunmetal male
and female instantaneous type coupling machine wound with
copper wire (Hose to IS 638 type II and couplings to IS 903 with
IS certification).
3.6 HOSE REELHose reel drum shall be fabricated from 16 SWG CRCA sheets
well painted with red colour stove enameled paint. Hose reel drum
shall be provided with 36 kg/sqcm bursting pressure 20mm dia
nominal bore high pressure 30m long rubber tube, shut-off nozzle.
Hose reel shall be connected directly to the wet riser. Hose reel
shall conform to IS 881.
3.7 FIRE HOSE CABINETHose cabinet shall be fabricated from 16 SWG MS sheet of fully
welded construction with hinged double door partially glazed with
locking arrangement, stove enameled fire red paint, with “Fire
Hose” written on it prominently.
3.8 PIPE PROTECTIONa) All pipes above ground and in exposed location shall be
painted with one coat of red oxide primer and two or more
coats of synthetic enamel paint of signal red colour.
b) Where specified, pipes buried in floors or below ground
shall be protected against corrosion by the application of
two coats of black Japan paint and wrapping coating
PYPkote 4mm thick specified in schedule of quantities
within quoated cost.
3.9 PIPE SUPPORT1. Pipes shall be hung by means of expandable anchor
fasteners of approved make and design. The hangers and
clamps shall be fastened by means of galvanized nuts and
bolts. The suitable to carry the weight of water filled pipe
and dead weight normally encountered.
3.10 TESTING 1. All piping in the system shall be tested to a hydrostatic
pressure of 14 kg/sq cm without ‘drop in pressure for atleast
for 10 hours.
2. Rectify all leakages, make adjustment and retest as
required and directed.
3.11 MEASUREMENT 1. MS pipes shall be measured per linear meter of the finished
length and shall include all fittings, flanges, welding,
jointing, clamps for fixing to walls or hangers, anchor
fasteners, painting and testing complete in all respect.
2. Butterfly valves, cheeks valves, air vessel, fire hydrants,
hose sheets, hose boxes, fire brigade connections are
measured by numbers and shall include all items necessary
and required for fixing and as given in the specifications and
schedule of quantities.
4. TECHNICAL SPECIFICATION 4.1 Two electric driver pump will be installed in the terrace pump House for
Down comer system. One number pump set as stand by.
4.2 The Pump shall only be direct coupled to the prime movers.
4.3 The starting of terrace pump shall be automatic i.e. with the opening of
any hydrant valve or hose reel on any floor, the pump will start
automatically with fall in line pressure.
4.4 In addition to valve control remote operation of terrace pump will be
done from fire control room.
4.5 The Power and control panel for the system shall incorporate the
following functioning requirement.
(i) The control panel shall have status selection for each of pump for
Auto / Manual / Remote Operation.
(ii) Pumps when under manual status shall be operation manually
though relevant push button.
(iii) The fire pump once started shall not be stopped automatically.
(iv) Over load or under voltage / no volt trip devices for the pump
shall not be provided in the starter. Tell tale lamp to indicate the
availability of power shall be provided.
(v) One tripped, the electric fire pump shall remain locked out for
operation irrespective of the position of its operation status
selector switch. Lock out indication shall be available on the
panel.
(vi) Return to normal operation availability shall be feasibility only
manual re-set of locked out units by operation of appropriate
push button.
(vii) Terminal facilities for indication of various audio and Visual
indication on a panel at remote location shall available.
5. ELECTRIC DRIVEN PUMP SET5.1 The Electric fire pump shall be suitable for automatic operation
complete with necessary electric motorcar and automatic starting gear
suitable for operating on 415 volts, 3 phase 50 Hz, A.C. system, with
the motor and the pump shall be assembled on accommodate bore
plats, fabricated M.S. charcoal type.
5.2 The pump shall be only directly driven by means of a flexible coupling
gland shall be also be provided.
5.3 The main fire pump shall be Horizontal split casing centrifugal type. It
shall have a capacity – to deliver 900 LPM developing adequate head
so as to ensure a mainpressure of 3.5 kg/cm2 at the tartest out let. The
delivery pressure at pump outlet shall be not less than 7.0 kg/sq.cm. in
any case.
5.4 The pump be capable of given a discharge of not less than 150% of
rated discharge at a head of not less than 65% of the rated head. The
sheet off head shall be within 120% of reated head.
5.5 The pump casing shall be of cost iron F.G. 200 to IS : 210 and part like
impeller short sleeve, bearing etc. shall be non corrosive metal like
bronze. The shaft shall be stain less steel.
5.6 Bearing of the pump shall be effectively seal to prevent loss of lubricant
or entry of dust or water.
5.7 The pump shall be provided with a plate showing the suction lift,
delivery head, discharge, speed & number of stage.
5.8 The pump casing shall be designed to withstand 15 times the working
pressure.
5.9 The motor shall be squirrel cage induction type suitable for operation
on 415 V ; 3 Phase 50H3 A/c system. The motor shall be totally
enclosed, fan cooled type conforming to protection clause IP-21 vide
IS : 4691. The class of insulation shall be ‘B’. The synchrouas speed
shall be 1450 rpm. The motor shall be rated continuous duty and shall
have a suitable HP rating necessary to drive the pump at 150% of its
rated discharge with atleast 65% rated head. The motor shall conform
to IS : 325 amended upto date.
6. M.S. PIPE6.1 Mild steel heavy duty (‘C’ class) confirming to IS : 1239 for size upto
150mm dia.
6.2 Cadmium plated steel nuts / bolts / washers shall be use.
7. PIPE FITTING & JOINTING7.1 Pipe fittings means tees elbow, coupling, flanges, reducer etc. and all
such connecting devices that one needed to complete the piping work
in its totality.
7.2 Fabricated fittings shall not be permitted for pipe dia 50mm and below.
7.3 Jointing between black steel pipe and fitting upto 80mm dia shall be
metal to metal thread joints with Teflon type / sut safeda suitable for
pipe joints. Joint shall not be welded.
7.4 Joint between M.S. pipes (above 50mm dia) and fittings shall be made
with pipe & fittings having gorve and welder with electric resistance
welding in an approved manner.
7.5 Flanged joints shall be provided – straight run not exceeding 25 mt
online of 50mm dia & above.
7.6 For Jointing all type of valve appurtenanous pump, connection with
other type of pipe, to water tank and other places necessary and
required as good for engineering practice.
7.7 Flanged shall be of I.S. specification with G.I. nuts, bolts, washer and
3mm neoprene gasket complete as per relevant specification.
LIST OF APPROVED MAKES
1. PUMPS IS : 1520 KIRLOSKAR / MATHER & PLATT / KSB
2. MOTORS IS : 325 KIRLOSKAR / CROMPTON / NGEF /
SIEMENS
3. SWITCH DISCONNECTOR FUSE UNIT IS : 4047 L&T / SIEMENS / AREVA / C&S / ABB / GE
4. SLUICE VALVES IS : 14846 KIRLOSKAR / IVC
5. NON-RETURN VALVES IS : 5312 KIRLOSKAR / IVC
6. BUTTERFLY VALVE IS : 13095 AUDCO / KSB / C&R
7. STEEL PIPE FLANGE IS : 6392 AUDCO / C&R
8. MS/GI PIPES IS : 1239 &
IS : 3589
TATA / JINDAL HISAR / SURYA
9. MS / GI FITTING R-BRAND / UNIX
10. BALL VALVE (GUN METAL) IS : 778 SANT / LEADER / ITALIAN (ISI MARKED)
11. AIR RELEASE VALVE NEWAGE / SUKHAN / UMEGA
12. HYDRANT LANDING VALVE IS : 5290 SUPERREX / NEWAGE / SUKHAN /
MINIMAX / GETECH
13. BRANCH PIPE IS : 287 SUPERREX / NEWAGE / SUKHAN /
MINIMAX / GETECH
14. GUN METAL COUPLING IS : 903 SUPERREX / NEWAGE / SUKHAN /
MINIMAX / GETECH
15. FIRE BRIGADE CONNECTION SUPERREX / NEWAGE / SUKHAN /
MINIMAX / GETECH
16. HOSE REEL DRUM WITH GM NOZELS IS : 884/85 SUPERREX / NEWAGE / SUKHAN /
MINIMAX / GETECH
17. RRL HOSE PIPE NEWAGE / BRG / GETECH / CRC
18. RUBBER PIPE MARUTI / JYOTI
19. PRESSURE SWITCH INDFOSS / S.I. / RAPID
20. PRESSURE GAUGE IS : 3624 H. GURU / FIEBIQ
21. A) XLPE / PVC INSULATED AL.
COND. ARMOURED CABLE
IS :
7098/1554
ASIAN / UNISTAR / ECKO / NICCO / SKY
TONE DULY ISI MARKED
B) CONTROL PVC COPPER
CABLE / WIRE
IS : 1554 SKYTONE / NATIONAL / ECKO / HAVEL
DULY ISI MARKED
22. DASH FASTNER CANNON / HILLTY
23. PAINT NEOROLAC / ASIAN / BERGER
24. LED TYPE PILOT LAMP / PUSH C&S / L&T / HAVELS / ABB / GF
BUTTON ETC PANEL ACCESSORIES
25. AC CONTACTOR & RELAY L&T / SIEMENS / AREVA / ABB / GE / CS
26. MCCB / MCB, ISOLATOR IS : 8828 LEGRAND / INDOKOPP/ STANDARD /
CROMPTON
28. AMMETER, VOLTMETER IS : 1248 AE / HAVELLS
29. STARTERS IS : 1822 L&T / SIEMENS / CUTLER HAMMER
30. SINGLE PHASE PREVENTOR CUM
WATER LEVEL GUARD
L&T / MINILEC
31. SHUNT CAPACITOR GE / MAD HAV/CROMPTON / L&T
32 SELECTOR SWITCH HAVELLS / THAKUR / L&T / KAYCEE
DELHI DEVELOPMENT AUTHORITYELECTRICAL CIRCLE-2
SCHEDULE OF WORK
Name of work : C/o 216 HIG DU’s (multistoreyed) i/c Internal development at Pitampura Near T.V. Tower Complex. (SH : Supply & installation of down comer for fire fighting system).
S.NO. DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT
1. Supply, installation, testing and commissioning of electric,
driven terrace pump suitable for automatic operation and
consisting of following : Complete in all respect as required.
a) Horizontal type, multistage, centrifugal split casing
pump of cast iron body & bronze impeller with
stainless steel shaft, mechanical seal and flow of 900
LPM at 21.0 mtrs. head conforming to IS-1520.
(b) Suitable H.P. Sq. cage induction motor TEFC type
suitable for operation on 415 volts, 3 phase 50 Hz AC
with IP 55 class of protection for enclosure, horizontal
foot mounted type with class ‘F’ insulation, conforming
to IS-325.
(c) M.S. fabricated common base plate, coupling,
coupling guard, foundation bolts etc. as reqd.
(d) Suitable cement concrete foundation duly plastered
with antivibration pads.
12
Sets
Set
2. Fabrication, supplying, installation, testing & commissioning of
electrical control panel of cubical construction, floor mounted
type fabricated out of 2mm thick CRCA sheet
compartmentalized with hinged, lockable doors, dust and
vermin proof powder coated of approved shade after 7 tank
treatment process, cable alley, inter connection, having
switchgears and accessories mounting and internal wiring,
earth terminal, numbering etc. complete in all respect, suitable
for operation on 415V, 3 phase, 50Hz AC supply with
enclosure protection class IP-42 as reqd.
(a) 100 Amps TP&N SDFU with HRC fuses – 1 No.
(b) 32 Amps TP&N SDFU with HRC fuses-2 Nos.
(c) 32 Amps TP MCB (for capacitor) – 2 Nos.
(d) 16 Amp DP MCB – 2 Nos.
(e) 3.0 KV AR Rating capacitor – 2 Nos.
(f) Voltmeter (0-500 V) with selector switch – 1 No.
(96mm x 96mm)
(g) Ammeter (0-30A) with selector switch & CTS – 2 No.
(96mmx96mm)
(h) Set of Aluminium Bus Bars (4 strip) 100 Amp Capacity
– 1 Set.
(i) Set of 3 phase indication lamp – 1 set
(j) Selector switch for local / remote auto / manual / off
operation ON/OFF indication lamps etc. – 2 Set.
(k) Suitable H.P. DOL starter with overload protection,
current sensing type single phase preventor complete
with all accessories and internal wiring for automatic
operations – 2 Nos.
(l) System controller for automatic operation of terrace
pump, on sudden loss of pressure in line, consisting of
relay, timer & pressure switch etc. complete as per
specification. 6
Set
set
3. Fabrication, supply, installation, testing & commissioning of
wall mounted remote indication panel for fighting system
fabricated from not less than 1.6mm thick CRCA sheet,
powder coated of approved shade, complete internal wiring,
LED type indicating lamps, relays, accessories, numbering,
lettering complete in all respect and consisting of the following
as required.
(a) ON/OFF indication of terrace pump – 6 Nos.
(b) Audio / visual indication of operation terrace pump
with reset push button – 6 Nos.
(c) Pressure indication in fire fighting system (down
comer) – 6 Nos. 6
Nos.
Each
4. Supplying and laying of XLPE insulated, PVC sheathed
aluminium conductor 1.1 KV grade armoured U.G. cable of
following size on surface / in the existing cable tray suitably
completed as required.
(a) 4x25 sq.mm 300
Mtr.
Mtr.
(b) 3x16 sq.mm 50
Mtr.
Mtr.
5. Supply & laying of XLPE insulated, PVC sheathed aluminium
conductor 1.1 KV grade armoured UG cable of following size
in the existing RCC/Hume / Stone ware / metal / DWC pipe as
required.
(a) 4x25 sq.mm 950
Mtr.
Mtr.
6. Supplying & laying control wiring with multicore copper
standard conductor of following size PVC insulated PVC
sheathed / armoured under ground cable between various
sensors and system controller / starter etc. in pump house &
out side on surface / existing cable tray complete with
connection as both end with glands etc. as required.
(a) 8x2.5 sq.mm 300
Mtr.
Mtr.
(b) 4x2.5 sq.mm 100
Mtr.
Mtr.
7. Supplying & laying control wiring with multicore copper
standard conductor of following size PVC insulated PVC
sheathed armoured under ground cable between various
sensors and system controller / starter etc. in the existing
RCC / Hume / stoneware / metal pipe as required.
(a) 8x2.5 sq.mm 950 Mtr.
Mtr.
8. Supplying and making end termination with brass
compression gland & Al. lugs for the following size of PVC
insulated, PVC sheathed / XLPE Al. Conductor cable of 1.1
KV grade as required.
(a) 4x25 sq.mm 12
Sets
Sets
(b) 3x16 sq.mm 12
Sets
Sets
9. Providing and fixing 25mm x 5mm GI strip on surface or in
recess for earth connections as per specification complete as
required. 60
Mtr.
Mtr.
10. Providing and fixing 6SWG dia G.I. wire on surface or in
recess for loop earthing alongwith existing surface / recessed
conduit / submain wiring / cable as required.
2600
Mtr.
11. Providing and fixing earth bus of 50mmx5mm copper strip on
surface for connection etc. as required. 12
Mtr.
Mtr.
12. Fabricating and installing following size of perforated M.S.
cable trays i/c horizontal and vertical bunds, recess, tees
cross, members and other accessories as required and duly
suspended from the ceiling with M.S. suspends and i/c
painting with powder coating etc. as required.
(a) 100mm x 50mm x 1.6mm thick 30 Mtr.
13. Providing, laying, testing & commissioning of ‘C’ class heavy
duty M.S. pipe conforming to IS 35 89 and 1239 i/c fitting like
elbows, tees, flanges, tapers, nuts, bolts, gaskets etc., fixing
on surface and providing cement concrete blocks as support
and painting with two or more coat of synthetic enamel paint
of required shade complete as required.
(a) 150mm dia. 50
Mtr.
Mtr.
(b) 100mm dia. 200
Mtr.
Mtr.
(c) 80mm dia. 32
Mtr.
Mtr.
(d) 65mm dia. 50
Mtr.
Mtr.
(e) 50mm dia. 10
Mtr.
Mtr.
14. Supplying and fixing single headed internal hydrant valve with
instantaneous Gun metal coupling of 63mm dia with cast iron
wheel ISI marked conforming to IS-5290 (Type ‘A’) with blank
Gun Metal cap and chain as required.
132
Nos.
Each
15. Supplying, fixing, testing and commissioning of double /
flanged sluice valve of rating PN 1.6 with non rising spindle,
bronze / gun metal seat, ISI marked complete with nuts bolts,
washers, gasket conforming to IS : 780 of the following sizes
as required.
(a) 50mm dia. 12
Nos.
Each
(b) 65mm dia. 12
Nos.
Each
(c) 100mm dia. 12
Nos.
Each
16. Supplying and fixing orifice plate made of 6mm thick stainless
steel with orifice of required size in between flange & landing
valve of internal hydrant to reduce pressure to working
presume of 3.5 kg/cm2 complete as per specification as
required. 132
Nos.
Each
17. Providing, installation, testing and commissioning of dual plate
non return valve of following size confirm to IS : 5312
complete with rubber gasket, G.I. bolt nuts washers etc. as
required.
(a) 50mm dia. 12
Nos.
Each
(b) 65mm dia. 12
Nos.
Each
(c) 100mm dia. 12
Nos.
Each
18. Supplying and fixing 63mm dia 15 mtr. long RRL hose pipe
with 63mm dia male and female gun metal coupling duly
binded with G.I. wire, rivets etc. conforming to IS : 636 (type
‘A’) as required. 132
Nos.
Each
19. Supplying and fixing First-Aid Hose Reel with M.S.
construction spray painted in post office Red conforming to
IS : 884 with upto date amendments complete with the
following
(a) 20 mtr. long 20mm (nominal internal) dia, water hose
thermo plastic (Textile reinforced) type – 2 as per IS :
12585
(b) 20mm (nominal internal) dia gun metal globe valve of
nozzle.
(c) Drum and brackets for fixing the equipment on wall
(d) Connections from riser with 40mm dis stop value (gun
metal) & M.S. pipe. 66
Nos.
Each
20. Supplying and fixing of hose cabinent of size 2100 mm x
900mm x 600mm made of 1.63 mm thick M.S sheet with 6mm
thick glazed glass doors i/c necessary locking arrangement
suitable to accommodate internal hydrant 2 Nos. 15mtr. long
Hose pipe, 1 No. terrace pipe & first Aid Hose reel – 1 No.
mounted on raised brick plateform duly painted with post
office red externally and white internally with synthetic enamel
paint complete in all respect for intercome hydrant as
required. 66
Nos.
Each
21. Supplying & fixing 63mm dia Gun metal Branch pipe with
20mm (nominal internal dia) size Gun metal nozzle
conforming to IS : 903, suitable for instantaneous connection
to inter connection hose pipe coupling as required.
66
Nos.
Each
22. Supply and fixing 3 way FBC of C.I. body with 3 No. Gun
Metal made instantaneous inlet couplings complete with cap
and chain as required for 150mm dia M.S. pipe connection
conforming to IS : 904 as required. 6
Nos.
Each
23. Supplying and fixing air vessel made of 250mm dia, 8 mm
thick M.S. sheet, 1200mm in height with air release valve on
top with flanged connection to riser drain arrangement with
25mm dia Gun metal wheel valve, with required accessories,
pressure gauge and painting with synthetic enamel paint of
approved shade as required.
6
Nos.
Each
24. Providing & fixing pressure switch in the M.S. pipe line i/c
connection etc. as required. 6 Each
Nos.