102
RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR SUPPLY, INSTALLING, TESTING & COMMISSIONING OF FIRE FIGHTING (WET RISER) SYSTEM IN THE BANKS MAIN OFFICE BUILDING AT BAKERY JN. TRIVANDRUM PART – I GENERAL CONDITIONS & TECHNICAL SPECIFICATIONS Name of Tenderer _______________________________________________________ Address_______________________________________________________ ______________________________________________________________ Due Date for Submission: On or before 14.00 hrs on 4th January 2008

RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

RESERVE BANK OF INDIA

Trivandrum

TENDER DOCUMENTFOR

SUPPLY, INSTALLING, TESTING & COMMISSIONING OFFIRE FIGHTING (WET RISER) SYSTEM IN THE BANKS MAIN OFFICE

BUILDING AT

BAKERY JN. TRIVANDRUM

PART – I

GENERAL CONDITIONS & TECHNICAL SPECIFICATIONS

Name of Tenderer_______________________________________________________

Address_______________________________________________________

______________________________________________________________

Due Date for Submission: On or before 14.00 hrs on 4th January 2008

Page 2: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

INDEX

Sr. No. Description Page Nos.A.

1.01

1.02

1.03

1.04

1.05

1.06

1.07

1.08

B

2.01

2.02

2.03

2.04

2.05

2.06

2.07

2.08

2.09

2.10

2.11

C

3.01

GENERAL CONDITIONS

Form of Tender

Form of Challan

Articles of Agreement

General Instructions to contractors & Special Conditions

Safety Code

The Conditions hereinbefore referred to

Appendix to Conditions of Contract

General Specifications

Part I: TECHNICAL SPECIFICATIONS

Guidelines

Division work

Reference Drawing

Makes of Material

Measurements & Payments

Pumps

Piping Work

Appliances and Accessories

Equipment data

Fire Pump inspection, testing & maintenance: AMC details

Bank Guarantee for Earnest Money deposit

Part II: BILL OF QUANTITIES

Tender Schedule

3-4

5

6-9

10-16

17-18

18-37

38

39-41

42

43-47

47

47-48

49-50

51-55

56-73

73-83

84-86

86-87

87-94

95-96

97

98-104

Page 3: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

1.01 FORM OF TENDER

Place:

Date:

THE REGIONAL DIRECTORRESERVE BANK OF INDIAESTATE DEPARTMENTTRIVANDRUM

Dear Sir,

1.1 Having examined the drawings, specifications, designs and schedule of quantities relating to theworks specified in the memorandum hereinafter set out and having visited and examined the site ofthe works specified in the said memorandum and having acquired the requisite information relatingthereto as affecting the tender, I/We hereby offer to execute the works specified in the saidmemorandum within the time specified in the said memorandum at the rates mentioned in theattached schedule of quantities and in accordance in all respects with the specification, designs,drawings and instructions in writing referred to in conditions of tender, the Articles of Agreement,Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as areprovided for by, and in all other respects in accordance with such conditions so far as they may beapplicable.

MEMORANDUM

(a) Description of Works : Supply, Installing, Testing & Commissioning of Fire Fighting (WetRiser) System for Bank's Main Office building at Bakery Junction,Trivandrum.

(b) Estimated Cost :33.00 Lakh

(c) Earnest money :Rs 66,000.00 (To be enclosed along with Part I of the tender)

(d) Percentage, if any, to be deducted from bill : 5% Retention Money

(e) Time allowed for completion of the works from tenth day after the date of written order to commence work : 4 months

1.2 Should this tender be accepted, I/We hereby agree to abide by and fulfill the terms and provisions ofthe said Conditions of Contract annexed hereto so far as they may be applicable or in default thereofto forfeit and pay to the Reserve Bank of India the amount mentioned in the said conditions.

1.3 I/We have deposited a sum of Rs.66,000.00 as earnest money with the Reserve Bank of India, whichamount is not to bear any interest. Should I/We fail to execute the contract when called upon to do,so, I/We do hereby agree that this sum shall be forfeited by me/us to the Reserve Bank of India.

1.4 The lists showing the particulars of large works carried out and the names of manufacturers ofspecialized items as required under clauses 4.17 and 4.3 of the Special Conditions, are enclosed.

1.5 Our bankers are

(i)

Page 4: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

(ii)

Name of the partner of the firm )Authorized to sign )

Or ) Yours faithfully,

Name of person having Power of )Attorney to sign the contract. )(Certified true copy of the Power of )Attorney should be attached) )Signature of Contractor(Signatures and addresses of witnesses)

(1)

(2)

1.02 Form of Challan referred to in Special Conditions

RESERVE BANK OF INDIA

RECEIVED from ________________________________________________________ (Name of the tenderer)the sum of Rupees ________________________________________________ (in words) by demand draft

being the earnest money deposit on account of their tender for the Supply, Installing, Testing &

Commissioning of Fire Fighting (Wet Riser) System for Bank’s Office Building at Bakery Junction at

Trivandrum.

for RESERVE BANK OF INDIA

Regional Director

Date and Stamp ………………………..

Signature of the tenderer:

Address of the tenderer:

Page 5: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

1.03 ARTICLES OF AGREEMENT

ARTICLES OF AGREEMENT made the _______ day of ________________ between the Reserve Bank ofIndia having its Central Office at Bombay 400 001 (hereinafter called “the Employer”) of the one part and_________________________________________________________ (hereinafter called “the Contractor”)of the other part.

WHEREAS the Employer is desirous of getting executed and completed the work of fire fighting and hascaused drawings and specifications describing the works to be done to be prepared by M/s SumanamEngineering Services

AND WHEREAS the said Drawings numbered,…………… inclusive, the Specifications and the Schedule ofQuantities have been signed by or on behalf of the parties hereto.

AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth hereinand to the Conditions set forth in the Special Conditions and in the Schedule of Quantities and Conditions ofContract (all of which are collectively hereinafter referred to as “the said Conditions”) the works shown uponthe said Drawings and/or described in the said Specification and included in the Schedule of Quantities at therespective rates therein set forth amounting to the sum as therein arrived at or such other sum as shallbecome payable there under (hereinafter referred to as ‘the said Contract Amount’).

NOW IT IS HEREBY AGREED AS FOLLOWS:

1.In consideration of the said Contract Amount to be paid at the times and in the manner set forth in the saidconditions, the Contractor shall upon and subject to the said Conditions execute and complete the workshown upon the said Drawings and described in the said Specifications and the Schedule of Quantities.

2.The Employer shall pay the Contractor the said Contract Amount or such other sum as shall becomepayable, at the times and in the manner specified in the said Conditions.

3(a) The term ‘the Consultant’ in the said Conditions shall mean M/s. Sumanam Engineering Consultant orhis representative or, in the event of their ceasing to be the Consultant for the purpose of this Contract forwhatever reason, such other person or persons as shall be nominated for that purpose by the Employer,not being a person to whom the contractor shall object for reasons considered to be sufficient by theEmployer, PROVIDED ALWAYS that no person or persons subsequently appointed to be Consultantunder this contract shall be entitled to disregard or overrule any previous decisions or approval ordirection given or expressed in writing by the Consultant for the time being.

3(b) The Reserve Bank of India will administer and directly arrange for supervision of works, certification ofbills, making payments and implementation of various terms, conditions and stipulations of the contract(except for his scope of work as defined under clause 3(a) above). For this purpose the term `Consultant'in the said conditions regarding executions of work, quality of work, quality of materials, progress andcompletion of the project shall mean the Regional Director or any other person designated for thepurpose by the Reserve Bank of India. As far as operation of the provision under clause 6.34 and 6.35of the contract viz. clause relating to settlement of disputes through arbitration, the term `Consultant'shall be read as Chief General Manager of the Premises Department, Reserve Bank of India, CentralOffice, Mumbai.

4. The said Conditions and Appendix thereto shall be read and construed as forming part of this Agreement,and the parties hereto shall respectively abide by, submit themselves to the said Conditions and performthe agreements on their part respectively in the said Conditions contained.

5. The term ‘Consultant’ refers to M/s. Sumanam Engineering consultant or in the event of their ceasing to bethe Consultants for this project, such other person or persons as may be appointed by the Consultant withthe approval of the Employer.

Page 6: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

6. The plans, agreement and documents mentioned herein shall form the basis of this Contract.

7. This Contract is neither a fixed Lump sum Contract nor a Piece Work contract but is a Contract to carry outthe work in respect of the entire work of Fire fighting to be paid for according to actual measuredquantities at the rates contained in the Schedule of Rates and Probable Quantities or as provided in thesaid Conditions.

8. The Contractor shall afford every reasonable facility for the carrying out of all works relating to civil works,installation of sanitary work and fittings, permanent water supply, electrical installations, fittings, lifts,telephone, air conditioning and other ancillary works in the manner laid down in the said conditions andshall make good any damages done to walls, floors, etc. after the completion of such works.

9. The Employer reserves to itself the right of altering the Drawings and nature of the work by adding to oromitting any items of work or having portions of the same carried out without prejudice to this Contract.

10. Time shall be considered as the essence of this Contract and the Contractor hereby agrees to commencethe work soon after the site is handed over to him or from tenth day after the date of issue of formal worksorder as provided for in the said Conditions, whichever is later and to complete the entire work within 4months subject nevertheless to the provisions for extension of time.

11. All payments by the Employer under this contract will be made only at Trivandrum

12. All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen atTrivandrum and only Courts in Trivandrum shall have jurisdiction to determine the same.

13. That the several parts of this Contract have been read by the Contractor and fully understood by theContractor. The Contractor shall not be entitled for the payment for the quantities beyond the tenderedquantities unless ordered for by specific written instructions from the Bank's Senior Engineer.

IN WITNESS WHEREOF the employer and the Contractor have set their respective hands to these presentsand two duplicates hereof on the day and year first hereinabove written.

IN WITNESS WHEREOF the Employer has set its hands to these presents through its duly authorized officialand the Contractor has caused its common seal to be affixed hereunto and the said two duplicates andcaused these presents and the said two duplicates hereof to be executed on its behalf, the day and year firsthereinabove written.

SIGNATURE CLAUSE

SIGNED AND DELIVERED by the ReserveBank of India by the hand ofShri _______________________________ (Name and Designation)

Page 7: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

In the presence of

(1) _____________________________Address _________________________________________________________________________________________

(2) _____________________________Address _________________________________________________________________________________________Witnesses

SIGNED AND DELIVERED by If the party is a partnership firm or an_____________________________ individual should be signed by

all or on behalf of all the partners.

In the presence of

(1) ___________________________Address ___________________________________________________________________________________

(2) ___________________________Address ___________________________________________________________________________________Witnesses

The COMMON SEAL of ___________was hereunto affixed pursuant to theresolutions passed by its Board ofDirectors at the meeting held on__________________In the presence of

(1)

(2)

Directors who have signed these If the Contractor signs under its commonPresents in token thereof in the seal the signature clause should tally withPresence of the sealing clause in the Articles ofAssociation(1)

(2)

SIGNED AND DELIVERED by………..The Contractor is signing by the hand of the Contractor by the handof…….of attorney whether a company or individualShri ____________________

and duly constituted attorney

Page 8: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

1.04 GENERAL INSTRUCTIONS TO CONTRACTORS & SPECIAL CONDITIONS

4.1(a) Sealed Tenders in duplicate separately for Part I and Part II should be addressed to Regional Director,Reserve Bank of India, Estate Department, Trivandrum and super-scribed “Tender for Supply,Installing, Testing & Commissioning of Fire Fighting (Wet Riser) System for Bank’s Main Office Buildingat Bakery Junction, Trivandrum- Part I/II” as the case may be and sent so as to reach him not later than2 p.m. on 04 Jan 2008. Tenderers should clearly indicate on each copy of Tender under their fullsignature whether it is the original or duplicate copy.

4.1(b) Minimum Eligibility Criteria: Only firms having 5 years of experience in this field of undertaking firefighting works for large offices/commercial buildings and have executed one similar work individuallycosting not less than Rs.26.50 lakhs or two similar works individually costing not less than Rs.15.50lakhs or three similar works individually costing not less than Rs.13.20 lakhs during last 5 years andhave a minimum yearly turnover of Rs.10.00 lakhs during the last 3 years, and also have the fullfledged service set up either at Thiruvananthapuram / Kochi or nearby City in Kerala will be eligible toapply for the work. The tender forms will be issued only to the contractors who furnish the detailedinformation in writing/documents to satisfy the Bank about their minimum eligibility criteria to tender.

4.2 No Tender will be received after 2 p.m. under any circumstances whatsoever.4.3(a) Part I of the tender containing Technical Specifications of equipments offered and the Terms and

Conditions (Rates and amount shall not appear anywhere in this part) will be opened at 3.00 p.m. on 04January 2008 at his office by Regional Director, Reserve Bank of India, Trivandrum or any other Officerdesignated for this purpose by him in the presence of Tenderers or their representatives, should theychoose to be present. If the intending tenderer feels that any of the terms and conditions of the tenderdocuments are not acceptable to them or they feel that additional terms and conditions are required tobe incorporated, they may indicate these conditions or additional or amended conditions only inseparate sealed cover (duplicate). All other terms and conditions on which there are no observationsby the intending tenderers shall be construed as acceptable to the tenderer.

Part-II of the Tender, containing only rates of items and amount stated in figures and words, will be openedon a subsequent date to be intimated to all the tenderers.

(b) Tenders shall remain open to acceptance by the Bank for a period of three months from the date ofopening Part-II of the Tender which period may be extended by mutual agreement and the Tenderershall not cancel or withdraw the Tender during this period.

(c ) The Tenderers must use only the forms issued by the Consultant to fill in the rates.

4.4 (a) The Tender form must be filled in English and all entries must be made by hand and written in ink. Ifany of the documents if missing or unsigned, the tender may be considered invalid by the Bank in itsdiscretion.

(b) Rates should be quoted both in figures and words in columns specified. All erasures and alterations madewhile filling the tender must be attested by initials of the tenderer. Overwriting of figures is not permitted;failure to comply with either of these conditions will render the tender void at the Bank’s option. Noadvice of any change in rate or conditions after the opening of Part II of the tender will be entertained.

(c ) Each of the tender documents should be signed by the person or persons submitting the tender in tokenof his/their having acquainted himself/themselves with the General Conditions of Contract,Specifications, Special Conditions etc. as laid down. Any tender with any of the documents not signedwill be rejected.

(d) The Tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partnerwho has the necessary authority on behalf of the firm to enter into the proposed contract, otherwise thetender may be rejected by the bank.

Page 9: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.5 The Reserve Bank of India does not bind itself to accept the lowest or any tender and reserve to itself toaccept or reject any or all the tenders either in whole or in part, without assigning any reasons for doingso.

4.6 (a) Intending tenderers shall pay as earnest money a sum of Rs.66,000.00 by a demand bank draftdrawn on a scheduled Bank in favour of Reserve Bank of India, Trivandrum payable at Trivandrum or aBank Guarantee to be furnished by a Schedule Bank in the format given in the tender valid for a periodof 6 months. A tender, which is not accompanied by such earnest money will not be considered. Theearnest money will be returned to the tenderer if his tender is not accepted but without any interest.

(b) Under no circumstances Earnest Money Deposit will be accepted in any other form than mentionedunder 4.6(a).

4.7 The Earnest Money Deposit of Rs. 66,000.00 paid by the successful tenderer when he submitted histender shall be held by the Reserve Bank of India as security for the execution and due fulfillment of theContract. No interest shall be paid on the said deposit. In case of Bank Guarantee, the validity shall berenewed upto the virtual completion.

4.8 On receipt of intimation from the Bank of the acceptance of his/their tender, the successful tenderer shallbe bound to implement the contract and within fourteen days thereof the successful tenderer shall signan agreement in accordance with the draft agreement and the Schedule of Conditions but the writtenacceptance by the Reserve Bank of India of a tender will constitute a binding contract between theReserve Bank of India and the person so tendering whether such formal agreement is or is notsubsequently executed.

4.9 (a) In addition to the Earnest Money Deposit under clause 4.6(a) and as further security for the duefulfillment of the contract by the Contractor 5% of the value of the work done will be deducted asretention money by the Employer from each payment to be made to the Contractor. On issue of virtualcompletion certificate the EMD will be released back. The retention money will be released by theemployer after rectification of the defects pointed out during the defect liability period. The amountsretained by the employer shall not bear any interest.

(b) In case if the contractors so request, the retention money will be held in the form of Bank Guarantee ofan approved scheduled bank in the proforma to be got approved by the employer. The employer willretain the retention money until all the defects pointed out during the defect liability period of 12 monthsare rectified to the satisfaction of the Bank's Engineer.

© All compensation or other sums of money payable by the contractor to the Employer under terms of thiscontract may be deducted from his earnest money and the security deposit if the amount so permitsand the contractor shall, unless such deposit becomes otherwise payable, within ten days after suchdeduction make good in cash the amount so deducted.

4.10 The Contractor shall not assign the Contract. He shall not sublet any portion of the Contract except withthe written consent of the Employer. In case of breach of these conditions, the Employer may cause theConsultant to serve a notice in writing on the contractor rescinding the Contract whereupon the securitydeposit shall stand forfeited to the Employer, without prejudice to his other remedies against thecontractor.

4.11 The Contractor shall carry out all the work strictly in accordance with drawings, details and instructions ofthe client and the fire fighting Consultant. If in the opinion of the client or the fire fighting Consultantchanges have to be made in the design and with the prior approval in writing of the Employer theydesire the Contractor to carry out the same, the Contractor shall carry out the same without any extracharge. The client’s decision in such cases shall be final and shall not be open to arbitration.

Page 10: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.12 A schedule of Probable Quantities in respect of each work and specifications accompany these SpecialConditions. The Schedule of Probable Quantities is liable to alteration by omissions, deductions oradditions at the discretion of the fire fighting consultant. Each tender should contain not only the ratesbut also the value of each item of work entered in a separate column and all the items should be totallyin order to show the aggregate value of the entire tender.

4.13. The tenderer must obtain for himself on his own responsibility and at his own expenses all theinformation which may be necessary for the purpose of making a tender and for entering into a contractand must examine the Drawings and must inspect the site of the work and acquaint himself with alllocal conditions, means of access to the work, nature of the work and all matters pertaining thereto.

The rates quoted in the tender shall include all charges for clearing of site before commencement aswell as after completion, water, electric consumption, meters, double scaffolding, centering, boxing,staging, planking, timbering and pumping out water including bailing, fencing, hoarding, plant andequipment, storage sheds, watching and lighting, by night as well as day including Sundays andHolidays, temporary plumbing and electric supply, protection of the public and safety of adjacent roads,streets, cellars, vaults, ovens, pavements, walls houses, building and all other erections, matters orthings, and the Contractor shall take down, remove any or all such centering, scaffolding, staging,planking, timbering, strutting, shoring etc., as occasion shall require or when ordered so to do and fullyreinstate and make good all matters and things disturbed during the execution of work and to thesatisfaction of the Consultants. The rates quoted shall be deemed to be for the finished work to bemeasured at site.

The rates shall also be firm and shall not be subject to exchange variations, labour conditions,fluctuations in railway freights or any conditions whatsoever. Tenderers must include in their rates salestax, excise duty, octroi, WCT, VAT and any other tax and duty or other levy levied by the CentralGovernment or any State Government or local authority, if applicable. No claim in respect of sales tax,excise duty, octroi, WCT, VAT or other tax, duty or levy whether existing or in future shall beentertained by the Employer.

4.15. The Contractor should note that unless otherwise stated the tender is strictly on item rate basis and hisattention is drawn to the fact that rates for each and every item should be correct, workable and self-supporting. The quantities in the Schedule of Quantities approximately indicate the total extent of workbut may vary to any extent and may even be omitted thus altering the aggregate value of the Contract.No claim shall be entertained on this account.

4.16. Time allowed for carrying out the work as mentioned in the Memorandum shall be strictly observed bythe Contractor and it shall be reckoned from the 10th day after written order to commence the work isissued. The work shall throughout the stipulated period of the Contract be proceeded with all duediligence and if the Contractor fails to complete the work within the specified period he shall be liable topay compensation as defined in clause 6.27 of the Conditions of Contract. The tenderer shall beforecommencing work prepare a detailed work programme which shall be approved by the consultant andEmployer.

4.17. Tenders will be considered only from recognized bonafide contractors in the trade concerned. Eachtenderer shall submit with his tender a list of large works of a like nature he has executed giving detailsas to their magnitude and cost, the proportion of work done by the Contractor in it and the time withinwhich the works were completed.

4.18. The Contractor shall not be entitled to any compensation for any loss suffered by him on account ofdelays in commencing or executing of the work, whatever the cause of delays may be, including delaysarising out of modifications to the work entrusted to him or in any sub-contract connected therewith ordelays in awarding contracts for other trades of the project or in commencement or completion of suchworks or in procuring Government controlled or other building materials or in obtaining water and powerconnections for construction purposes or for any other reason whatsoever and the Employer shall notbe liable for any claim in respect thereof. The Employer does not accept liability for any sum besidesthe tender amount, subject to such variations as are provided for herein.

Page 11: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.19. The successful tenderer is bound to carry out any items of work necessary for the completion of the jobeven though such items are not included in the quantities and rates. Schedule of instructions in respectof such additional items and their quantities will be issued in writing by the Consultant with the priorconsent in writing of the Employer.

4.20. The successful tenderer must co-operate with the other contractors appointed by the Employer so thatthe work shall proceed smoothly with the least possible delay and to the satisfaction of the Consultants.

4.21. The Contractor must bear in mind that all the work shall be carried out strictly in accordance withSpecifications made by the consultants and also in compliance of the requirements of the local publicauthorities and to the requirements of the Indian Electricity Rules and no deviation on any account willbe permitted.

4.22. The successful tenderer should make his own arrangements to obtain all materials required for thework including cement.

4.23. The tenderer shall submit along with his tender a list as specified on pg.49 to 50 mentioning the namesof manufacturers of specialized items like Pumps, Motors, electric cables, electrical accessories, MSpipes, fire fighting fixtures and fittings, which he purposes to use in the work if his tender is accepted.

4.24. Samples of all fittings and fixtures or materials quoted for and illustrations with descriptive literature onthe same shall accompany the tender. The samples and the literature so submitted by the successfultenderer shall be retained.

4.25. For water and power the contractors for subsidiary trades appointed by the Employer shall be allowedconnection from the temporary water and power supply arranged by the General Contractor for civilworks and for the facility the contractors will pay to the General Contractor the charges to be decided bythe client. The Contractors shall install a sub-meter for measuring electric energy at their own cost andmaintain the wiring installation in good condition and order and pay the consumption charges directly tothe General Contractor.

4.26. The Contractor shall strictly comply with the provision of safety code annexed hereto.

4.27 I.S. Code numbers wherever mentioned in the tender shall be in latest version of I.S. Codes as on thedate of opening of tenders.

4.28 The successful tenderer shall be required to submit the `PERT/CPM' chart for the various activitiesinvolved in the work including dependencies etc. and regularly monitor the progress of work,accordingly.

4.29 The security deposit of the successful tenderer will be forfeited if he fails to comply with any of theconditions of the Contract.

4.30 The tenderers shall quote their charges for comprehensive maintenance service (inclusive of all spares,consumables like gland ropes to pumps, casket on the piping system, repair/ replacement of ofpressure gauges on the pumps / wet riser piping mains etc. routine, preventive and breakdownmaintenance) of wet riser fire fighting system including pumps and electrical gadgets but excluding thepipe line which will be applicable after the expiry of the guarantee period and if such a contract isentered into by the Bank, the service charge amount shall be paid on quarterly basis on renderingsatisfactory service. This service contract shall be renewed annually for further period of 19 years.While renewing the contract, the new service charge amount will be arrived based on following formulawith 5% escalation p.a. and 8% discount factor p.a. Any breakage/repairs only on pipeline shall becarried out on chargeable basis as and when required by the service contractor.

Page 12: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Ac=Ap [(10+65 x (EPIc / EPIp)+25x(CPIc / CPIp)]x1/100

Ac The AMC contract amount for the current yearAp The contract amount for the previous yearEPIc Wholesale Price Index for Electrical Products 6 months prior to the

commencement date of contract for the current yearEPIp Wholesale Price Index for Electrical Products 6 months prior to the

commencement date of contract for the previous yearCPIc Consumer Price Index for Industrial Workers (All India Average) 6 months prior to the commencement

date of contract for the current yearCPIp Consumer Price Index for Industrial Workers (All India Average) 6 months prior to the commencement

date of contract for the previous year

4.31.1 Apart from break down maintenance, the annual maintenance contract includes deputing a foreman/mechanic / service Engineer / once in a month to check all the equipment's along with Bank's staff &issuing a certificate for satisfactory working.

4.31.2 During the currency of the annual maintenance service contract, if the downtime of any component ofwet riser fire fighting system including pumps exceeds one day in case of minor repairs and five daysin case of major repairs, at any one instance, as may be allowed for major maintenance and descalingetc., a penalty equivalent to two times of the daily rate of service contract amount (arrived at by dividingthe annual contracted amount by 360 and rounding it off to next higher rupee) multiplied by the numberof penalty days, will be recovered from the payment due to the firm. In case the contractor is not able torender call back service due to "force majeure” conditions prevailing at their works/office, the Bank mayrecover from the contractor, the pro-rata cost for that period. The vendor under such circumstances willbe required to inform the Bank the date of commencement/termination of such “force majeure“conditions in their works/ office.

For the purpose of penalty, following items will be considered as major repairs.

a. Rewinding of motorb. Replacement of shaft, impeller, etc of Pumps,c. Replacement of bearings, gears etc.

They shall also ensure that the required spare etc. for proper maintenance is readily available with them.

4.31.3 Tenders will not only be evaluated on the basis of capital cost but also taking into account the ratesquoted for comprehensive service contract for a total period of 20 years (inclusive of 1 year of defectliability period). The track record of the firm in implementing and maintaining similar Fire Fighting works,the service establishment and the promptness in attending to service/break down calls shall also formbasis of tender evaluation. Tenders will therefore be evaluated based on the overall owning cost whichwill be arrived at as under.

Quoted cost + NPV of quoted amount for AMC

For calculating the NPV of AMC the following factors will be applied:

a) Period of service contract – 20 years (inclusive of the one year defect liability period)b) Terms of payment – quarterly on completion of satisfactory servicec) Increase (Escalation) -- 5% p.a.d) Discount factor -- 8% p.a .

4.32 The Tenderer shall guarantee that all the work shall confirm to the detailed specifications.

Page 13: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.33 Before handing over of wet riser system, 6 copies of the Operation and Maintenance manual formajor equipments shall be furnished to the Employer along with 6 sets of drawings of all the worksdone as executed by the Contractor.

I/We hereby declare that I/We have read and understood the above instructions for the guidance of tenderers.

Witness: Signature of Tenderer:

Address:

Date: Date:

1.05 SAFETY CODE

5.1 There shall be maintained in a readily accessible place first aid appliances including adequate supply ofsterilized dressings and cotton wool.

5.2 An injured person shall be taken to a public hospital without loss of time, in cases where the injurynecessitates hospitalization.

5.3 Suitable and strong scaffolds should be provided for workmen for all works that cannot safely be donefrom ground.

5.4 No portable single ladder shall be over 8 meters in length. The width between the side rails shall not beless than 30cm. (clear) and the distance between two adjacent rungs shall not be more than 30 cm.When a ladder is used an extra mazdoor shall be engaged for holding the ladder.

5.5 The excavated material shall not be placed within 1.5 metres of the edge of the trench or half of the depthof trench whichever is more. All trenches and excavations shall be provided with necessary fencing andlighting.

5.6 Every opening in the floor of building or in a working platform shall be provided with suitable means toprevent the fall of persons or materials by providing suitable fencing or railing whose minimum heightshall be one metre.

5.7 No floor, roof or other part of the structure shall be so overloaded with debris or materials as to render itunsafe.

5.8 Workers employed on mixing and handling materials such as asphalt, cement mortar, concrete andlime mortar shall be provided with protective footwear and rubber hand-gloves.

5.9 Those engaged in welding works shall be provided with welder’s protective eye-shields and gloves.

5.10 i) No paint containing lead or lead products shall be used except in the form of paste or readymadepaints.

(ii) Suitable facemasks should be supplied for use by the workers when the paint is applied in the form ofspray or surface having lead paint is dry rubbed and scrapped.

5.11 Overalls shall be supplied by the Contractor to the painters and adequate facilities shall be provided toenable the working painters to wash during the periods of cessation of work.

Page 14: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

5.12 Hoisting machines and tackle used in the works, including their attachments, anchorage and supportsshall be in perfect condition.

5.13 The ropes used in hoisting or lowering material or as a means of suspension shall be of durable qualityand adequate strength and free from defects.

1.06 THE CONDITIONS HEREINBEFORE REFERRED TO

6.1. Interpretation Clauses : In construing these conditions, the Specifications, Schedule of Quantities andContract Agreement, the following words shall have the meanings herein assigned to them exceptwhere the subject or context otherwise requires.

(a) “Employer” : shall mean the Reserve Bank of India and shall include its assigns and successors.

(b) “Contractor” in the case of a Partnership : “Contractor” shall mean ___________ and _________ tradingas partners in the name and style of ________________ and having a place of business at___________ and shall include the partners for the time being of the said firm and the legalrepresentatives of a deceased partner.

In the case of individual: “Contractor” shall mean Shri _______________ trading in the name and styleof ____________ and shall include his heirs, successors and legal representative.

In the case of company: “Contractor” shall mean _________ a company incorporated under _________19__ and having its registered office at _________ and shall include it successors and assigns.

(c) “Site” : shall mean the site of the contract works including any building and erections thereon and anyother land (inclusively) as aforesaid allotted by the Employer for the Contractor’s use.

(d) “This Contract”: shall mean the Articles of Agreement, the Special Conditions, the Conditions, theAppendix, the Schedule of Quantities and Specifications attached hereto and duly signed.

(e) “Notice in writing or written notice”: shall mean a notice in written, typed or printed characters sent (unlessdelivered personally or otherwise proved to have been received) by registered post to the last knownprivate or business address or registered office of the addressee and shall be deemed to have beenreceived when in the ordinary course of post it would have been delivered.

(f) “Act of insolvency”: shall mean any Act of Insolvency as defined by the Presidency Towns InsolvencyAct, or the Provincial Insolvency Act or any Act amending such original Act

(g) “Net Prices” : If in arriving at the contract amount the Contractor shall have added to or deducted fromthe total of items in the Tender any sum, either as a percentage or otherwise, then the net price of anyitem in the tender shall be the sum arrived at by adding to or deducting from the actual figure appearingin the Tender as the price of that item a similar percentage or proportionate sum provided always that indetermining the percentage or proportion of the sum so added or deducted by the Contractor the totalamount of any Prime Cost items and provisional sums of money shall be deducted from the totalamount of the tender. The expression “net rates” or “net prices” when used with reference to thecontract or accounts shall be held to mean rates or prices so arrived at.

(h) “The works”: shall mean Provision of fire fighting installation in main building and Amenities building atBakery Junction, Trivandrum.

Words imparting persons include firms and corporations. Words imparting the singular only also includethe plural and vice versa where the context requires.

Page 15: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

6.2. The Contractor shall carry out and complete the said work in every respect in accordance with thisContract and with the direction of and to the satisfaction of the client/ consultant. The client/ consultantmay in his absolute discretion and from time to time issue further drawings and/or written instruction,details, directions and explanations which are hereafter collectively referred to as “client/ consultant’sInstructions” in regard to :

(a) The variation or modification of the design, quality or quantity of works or the addition or omission orsubstitution of any work.

(b) Any discrepancy in the Drawings or between the Schedule of Quantities and/or Drawings and/orSpecification.

(c) The removal from the site of any materials brought thereon by the Contractor and the substitution ofany other material therefore.

(d) The removal and/or re-execution of any works executed by the Contractor.(e) The dismissal from the works of any persons employed thereupon.(f) The opening up for inspection of any work covered up.(g) The amending and making good of any defects under clause 19 hereof.

The Contractor shall forthwith comply with and duly execute any work comprised in such client/consultant’s instructions provided always that verbal instructions, directions and explanations given tothe Contractor or his representative upon the works by the client/ consultant, shall, if involving avariation, be confirmed in writing by the Contractor within seven days, and if not dissented from inwriting within a further seven days by the client/ consultant, such shall be deemed to be client/consultant’s Instructions within the scope of the Contract.

Variations to be approved by Employer

Not withstanding anything, herein contained, the consultant or his representative shall not, without theprior concurrence in writing of the Employer, issue any instructions, verbal or in writing, which will resultin the Employer having to pay the Contractor an additional sum greater than Rs.2,500/- and allinstructions issued to the Contractor should forthwith be brought to the notice of the Employer. TheContractor shall submit through the consultant a statement of variations giving quantity and rates dulysupported by analysis of rates, vouchers, etc. The rates on scrutiny and final acceptance by theEmployer shall form a supplementary tender. The Employer shall not be liable for payment of suchvariations until these statements are sanctioned by it.

Drawing and Schedule of Quantities and Agreement

6.3 The Contract shall be executed in triplicate and the consultant, the Employer and the Contractor shall beentitled to one executed copy each for his use. The Contractor on the signing hereof shall be furnishedby the consultants Free of cost one copy of each of the said Drawings and of the specification and onecopy of all further Drawings issued during the progress of the works. Any further copies of suchDrawings required by the Contractor shall be paid for by him. The Contractor shall keep one copy of allDrawings on the works and the Consultant or his representative shall at all reasonable times haveaccess to the same. Before the issue of the final certificate to the Contractor he shall forthwith return tothe consultants all Drawings and Specifications.

Contractor to provide everything necessary at his cost

6.4 The Contractor shall provide at his cost everything necessary for the proper execution of the worksaccording to the intent and meaning of the drawings, schedule of Quantities and Specifications takentogether whether the same may or may not be particularly shown or described therein provided that thesame can reasonably be inferred therefrom, and if the Contractor finds any discrepancy in the Drawingsor between the Drawings, Schedule of Quantities and Specifications he shall immediately and in writingrefer same to the consultants who shall decide which is to be followed.

Page 16: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Authorities notices and patents

6.5 The Contractor shall conform to the provisions of any Act of the Legislature relating to the works, and tothe regulations and bye-laws of any authority and of any water, electric supply and other companiesand/or authorities with whose systems the structure is proposed to be connected, and shall, beforemaking any variations from the Drawings or Specifications that may be necessitated by so conforming,give to the consultants written notice, specifying the variation proposed to be made and the reason formaking it and apply for instructions thereon. In case the Contractor shall not within ten days receivesuch instructions he shall proceed with the work conforming to the provisions, regulations, or byelaws inquestion, and any variation so necessitated shall be dealt with under clause 6.13 hereof.

The Contractor shall bring to the attention of the consultants all notices required by the said Acts,regulations or bye-laws to be given to any authority and pay to such authority, or to any public office allfees that may be properly chargeable in respect of the works, and lodge the receipts with theconsultants.

The Contractor shall indemnify the Employer against all claims in respect of patent rights, and shalldefend all actions arising from such claims, and shall himself pay all royalties, licence fees, damages,cost and charges of all and every sort that may be legally incurred in respect thereof.

Setting out of works

6.6. The Contractor shall set out the works and shall be responsible for the true and perfect setting out of thesame and for the correctness of the positions, levels, dimensions, and alignment of all parts thereof. Ifat any time any error in this respect shall appear during the progress of the works or within a period ofone year from the completion of the works, the Contractor shall, if so required, at his own expenserectify such error to the satisfaction of the consultant.

Material and workmanship to conform to descriptions

6.7 All materials and workmanship shall so far as procurable be of the respective kinds described in theSchedule of Quantities and/or Specifications and in accordance with the consultant’s instructions, andthe Contractor shall upon the request of the consultant furnish him with all invoices, accounts,receipts and other vouchers to prove that the materials comply therewith. The Contractor shall at hisown cost arrange for and/or carry out any test of any materials which the Consultants may require.

Contractor's superintendence and representative on the works

6.8.The Contractor shall give all necessary personal superintendence during the execution of the works, andas long thereafter as the Consultant may consider necessary until the expiration of the “Defects LiabilityPeriod” stated in the Appendix hereto. The Contractor shall also during the whole time when works arein progress employ a competent representative who shall be constantly in attendance at the workswhile the men are at work. Any directions, explanations, instructions or notices given by the Consultantto such representative shall be held to be given to the Contractor.

Dismissal of workmen

6.9.The Contractor shall on the request of the consultant immediately dismiss from the works any personemployed thereon by him who may, in the opinion of the consultant be incompetent or misconducthimself and such persons shall not be again employed on the works without the permission of theconsultant.

Page 17: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Access to works

6.10. The Employer, the consultant and their respective representatives shall at all reasonable times havefree access to the work and/or to the workshops, factories or other places where materials are lying orfrom which they are being obtained and the Contractor shall give every facility to the employer, theconsultant and their representative necessary for inspections and examination and test of the materialsand workmanship. Any person not authorized by the Employer or the consultant, except therepresentatives of public authorities, shall not be allowed on the works at any time.

Assistant Manager (Tech)/Manager (Tech)

6.11 The term “Assistant Manager (Tech)” shall mean the person appointed and paid by the Employer andacting under the orders of the Consultant to inspect the works in the absence of the Consultant; theContractor shall afford the Assistant Manager (Tech) every facility and assistance for inspecting theworks and materials and for checking and measuring time and materials. Neither the Assistant Manager(Tech) nor any representative of the consultant shall have power to set out works or to revoke, alter,enlarge or relax any requirements of the Contract, or to sanction any day work addition, alterations,deviations or omissions, or any extra work whatever except in so far as such authority may be speciallyconferred by a written order of the consultant with the prior concurrence in writing of the Employer.

The Assistant Manager (Tech), or any representative of the Consultant or the Employer shall have togive notice to the Contractor or to his representative of non-approval of any work or materials and suchwork shall be suspended or the use of such materials shall be discontinued until the decision of theconsultant is obtained. The work will from time to time be examined by the consultant, the AssistantManager (Tech) or the consultant’s representative, but such examination shall not in any way exoneratethe Contractor from the obligation to remedy any defects which may be found to exist at any stage ofthe works or after the same is completed. Subject to the limitation of this clause the Contractor shalltake instruction only from the consultant.

Assignment and Sub-letting

6.12. The whole of the works included in the Contract shall be executed by the Contractor and the Contractorshall not directly or indirectly transfer, assign or under-let the contract or any part share thereof or anyinterest therein without the prior written consent of the Employer; and no undertaking shall relieve theContractor from the full and entire responsibility of the Contract or from active superintendence of theworks during their progress.

Alterations/addition/omission etc.

6.13. No alteration, omission or variation shall vitiate this contract but in case the Consultant thinks proper atany time during the progress of the works to make any alterations in, or additions to, or omissions from,the works or any alteration in the kind or quality of the materials to be used therein and shall give noticethereof in writing under his hand to the Contractor, the Contractor shall alter, add to, or omit from, asthe case may be, in accordance with such notice, but the Contractor shall not do any work extra to ormake any alterations or additions to or omissions from the works or any deviation from any of theprovisions of the Contract, Stipulation, Specifications or Contract Drawings without the previousconsent in writing of the Consultant and the value of such extras, alterations, additions or omission shallin all cases to be determined by the consultant with the prior approval in writing of the Employer inaccordance with the provisions of Clause 6.17 hereof, and the same shall be added to, or deductedfrom the Contract Amount, as the case may be, accordingly.

Page 18: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Schedule of Quantities

6.14. The Schedule of Quantities, unless otherwise stated shall be deemed to have been prepared inaccordance with the Standard Method of Measurement.

Any error in description or in quantity or in omission of items from the Schedule of Quantities shall notvitiate this contract but shall be rectified and the value thereof as ascertained under clause 6.17 thereof,shall be added to, or deducted, from the Contract Amount (as the case may be) provided that norectification of errors, if any shall be allowed in the Contractor’s Schedule of Rates.

Sufficiency of Schedule of Quantities

6.15. The Contractor shall be deemed to have satisfied himself before tendering as to the correctness andsufficiency of his tender for the works and of the prices stated in the Schedule of Quantities and/or theSchedule of Rates and Prices which rates and prices shall cover all his obligations under the Contract,and all matters and things necessary for the proper completion of the work.

Measurement of works

6.16. The Consultant may from time to time intimate to the Contractor and the Employer that he requires theworks to be measured and the Contractor shall forthwith attend or send a qualified agent to assist theConsultant or the Consultant’s representative or the Assistant Manager (Tech) in taking suchmeasurements and calculations and to furnish all particulars or to give all assistance required by any ofthem.

Should the Contractor not attend or neglect or omit to send such agent then the measurement taken bythe Consultant or a person approved by him shall be taken to be correct measurement of the works.Such measurements shall be taken in accordance with the Mode of Measurements detailed in theSpecifications.

The Contractor or his Agent may at the time of measurement take such notes and measurements as hemay require.

All authorized extra work, omissions and all variations made without the Consultant’s knowledge, butsubsequently sanctioned by him in writing (with the prior approval in writing of the Employer) shall beincluded in such measurements.

Prices for extras etc. ascertainment of

6.17. The Contractor may, when authorized and shall, when directed in writing by the Consultants with theapproval of the Employer add to, omit from or vary the works shown upon the drawings, or described inthe Specification, or included in the Schedule of Quantities, but the Contractor shall make no addition,omission or variation without such authorization or direction. A verbal authority or direction by theConsultants shall if, confirmed by them in writing within seven days, be deemed to have been given inwriting.

No claim for an extra shall be allowed unless it shall have been executed under provisions of clause 6.5hereof or by the authority of the Consultant with the concurrence of the Employer as herein mentioned.Any such extra is herein referred to as authorized extra and payment shall be made in accordance withthe following provisions.

(a) (i) The net rates or prices in the original tender shall determine the valuation of the extra work wheresuch extra work is of similar character and executed under similar conditions as the work pricedtherein.(ii) Rates for all items, wherever possible should be derived out of the rates given in the PricedSchedule of Quantities

Page 19: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

(b) The net prices of the original tender shall determine the value of the items omitted, provided ifomissions vary the conditions under which any remaining items of works are carried out, the pricesfor the same shall be valued under sub-clause (c) hereof.

(c) Where the extra works are not of similar character and/or executed under similar conditions asaforesaid or where the omissions vary the conditions under which any remaining items of works arecarried out or if the amount of any omissions or additions relative to the amount of the whole of theContract works or to any part thereof shall be such that in the opinion of the Consultant the net rate orprice contained in the Priced Schedule of Quantities or tender or for any item of the works involvesloss or expense beyond that reasonably contemplated by the Contractor or is by reason of suchomission or addition rendered unreasonable or inapplicable, the Consultant shall fix such other rateor price as in the circumstances he shall think reasonable and proper with the prior approval in writingof the Employer.

(d) Where extra work cannot be properly measured or valued the Contractor shall be allowed day workprices as the net rates stated in the tender or the Priced Schedule of Quantities or, if not so stated,then in accordance with the local day work rates and wages for the district provided that in eithercase vouchers specifying the daily time (and if required by the Consultant, the workmen’s names)and materials employed be delivered for verification to the Consultant/client or his representative at orbefore the end of the week following that in which the work has been executed.

It is further clarified that for all such authorised extra items where rates cannot be derived fromtender, the contractor shall submit rates supported by rate analysis worked on the "actual cost basis",plus 10% towards establishment charges, contractor's overhead and profit. Such items will not beeligible for escalation.

The measurement and valuation in respect of the Contract shall be completed within the “period offinal measurements” stated in the Appendix or if not stated then within six months of the completionof the Contract works as defined in Clause 6.21 hereof.

Unfixed material when taken into account to be the property of the employer

6.18. Where in any Certificate (of which the Contractor has received payment) the Consultant has includedthe value of any unfixed materials intended for and/or placed on or adjacent to the works suchmaterials shall become the property of the Employer and they shall not be removed except for useupon the works, without the written authority of the Consultant. The Contractor shall be liable for anyloss of, or damage to, such materials.

Removal of improper work

6.19. The Consultant shall, during the progress of the works, have power to order in writing from time totime the removal from the works within such reasonable time or times as may be specified in theorder, of any materials which in the opinion of the Consultant are not in accordance with theSpecifications or the instructions of the Consultant, the substitution of proper materials, and theremoval and proper re-execution of any work executed with materials, and the workmanship not inaccordance with the Drawings and Specifications or instructions; and the Contractor shall forthwithcarry out such order at his own cost. In case of default on the part of the Contractor to carry out suchorder, the Employer shall have the power to employ and pay other persons to carry out the same;and all expenses consequent thereon, or incidental thereto, as certified by the Consultant shall beborne by the Contractor, or may be deducted by the Employer from any moneys due, or that maybecome due, to the Contractor.

Page 20: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Defects after virtual completion

6.20 Any defect, shrinkage, settlement or other faults which may appear within the “Defects Liability Period”stated in the Appendix hereto, or if none stated then within twelve months after the virtual completion ofthe works, arising in the opinion of the Consultant from materials or workmanship not in accordance withthe Contract, shall upon the directions in writing of the Consultant, and within such reasonable time asshall be specified therein, be amended and made good by Contractor, at his own cost and in case ofdefault the Employer may employ and pay other persons to amend and make good such defectsshrinkage, settlements or other faults, and all damages, loss and expenses consequent thereon orincidental thereto shall be made good and borne by the Contractor and such damage, loss andexpenses shall be recoverable from him by the Employer or may be deducted by the Employer, uponthe Consultant’s Certificate in writing, from any money due or that may become due to the Contractor, orthe Employer may in lieu of such amending and making good by the Contractor deduct from anymoneys due to the Contractor a sum, to be determined by the Consultant equivalent to the cost ofamending such work and in the event of the amount retained under clause 6.32 hereof being insufficient,recover the balance from the Contractor, together with any expenses the Employer may have incurred inconnection therewith. Should any defective work have been done or material supplied by any sub-Contractor employed on the works who has been nominated or approved by the Consultant as providedin clause 6.12 and 6.22 hereof, the Contractor shall be liable to make good in the same manner as ifsuch work or material had been done or supplied by the Contractor and been subject to the provisions ofthis clause and clause 6.2 hereof. The Contractor shall remain liable under the provisions of this clausenotwithstanding the signing of any Certificate or the passing of any accounts by the Consultant.

Certificate of virtual completion and Defects Liability Period

6.21. The works shall not be considered as completed until the Consultant has certified in writing that theyhave been virtually completed. The Defects Liability Period shall commence from the date of suchCertificate.

Nominated sub-contractors

6.22. All Specialist, Merchants, Tradesmen and others executing any work of supplying and fixing anygoods for which prime cost prices or provisional sums are included in the Schedule of Quantitiesand/or Specification who may be nominated or selected by the Consultant are hereby declared to beSub-Contractors employed by the Contractor and are herein referred to as nominated Sub-Contractors.

No nominated Sub-Contractor shall be employed on or in connection with the works against whom theContractor shall make reasonable objection or (save where the Consultant and Contractor shallotherwise agree) who will not enter into a Contract providing :-

(a) That the nominated Sub-Contractor shall indemnify the Contractor against the same obligations inrespect of the Sub-Contract as the Contractor is under in respect of this Contract.

(b) That the nominated Sub-Contractor shall indemnify the Contractor against claims in respect of anynegligence by the Sub-Contractor, his servants or agents or any misuse by him or them of anyscaffolding or other plant, the property of the Contractor or under any Workmen’s Compensation Actin force.

(c) Payment shall be made to the nominated Sub-Contractor within fourteen days of his receipt of theConsultant’s Certificate provided that before any Certificate is issued the Contractor shall uponrequest furnish to the Consultant proof that all nominated Sub- Contractor’s accounts included inprevious Certificates have been duly discharged; in default whereof the Employer may pay the sameupon a Certificate of the Consultant and deduct the amount thereof from any sums due to theContractor. The exercise of this power shall not create privity of contract as between Employer andSub-Contractor.

Page 21: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Other persons employed by Employer

6.23. The Employer reserves the right with the concurrence of the Consultant to use premises and anyportions of the site for the execution of any work not included in this Contract which it may desire tohave carried out by other persons, and the Contractor shall allow all reasonable facilities for theexecution of such work but shall not be required to provide any plant or material for the execution ofsuch work except by special arrangement with the Employer. Such work shall be carried out in suchmanner as not to impede the progress of the works included in the Contract and the Contractor shallnot be responsible for any damage or delay which may happen to or occasioned by such work.

Insurance in respect of damages to persons and property

6.24. The contractor shall be responsible for all injury to persons, animals or things and for all structuraland decorative damage to property which may arise from the operation or neglect of himself orof any nominated sub-contractor’s employees, whether such injury or damage arise fromcarelessness, accident or any other case whatever in any way connected with the carrying out of thecontract. This clause shall be held to include, inter-alia, any damage to buildings, whetherimmediately adjacent or otherwise, and any damage to roads, streets, footpaths, bridges or ways aswell as all damage caused to the buildings and works forming the subject of this contract, by frost orother inclemency of weather. The contractor shall indemnify the Employer and hold him harmless inrespect of all and any expenses arising from any such injury or damage to persons or property asaforesaid and also in respect of any claim made in respect of injury or damage under any Acts ofGovernment or otherwise and also in respect of any award of compensation or damages consequentupon such claims.

The contractor shall reinstate all damages of every sort mentioned in this clause, so as to deliver upthe whole of the contract works complete and perfect in every respect and so as to make good orotherwise satisfy all claims for damage to the property of third parties.

The contractor shall indemnify the Employer against all claims which may be made against theEmployer by any member of the public or other third party in respect of anything which may arise inrespect of the works or in consequence thereof and shall at his own expenses arrange to effect andmaintain, until the virtual completion of the contract with an approved office, a policy of insurance inthe joint names of the Employer (first name) and the Contractor against such risks and deposit suchpolicy or policies with the Employer from time to time during the currency of this contract. Theminimum limit of the coverage under the policy shall be Rs.2 lakhs per person for any one accident oroccurrence and Rs.5 lakhs in respect of damage to property for any one accident or occurrence. Thecontractor shall also similarly indemnify the Employer against all claims which may be made upon theEmployer whether under the Workmen’s Compensation Act or any other statutes in force during thecurrency of this contract or at Common Law in respect of any employee of the contractor or any sub-contractor and shall at his own expense effect and maintain, until the virtual completion of thecontract, with an approved office a policy of insurance in the joint names of the Employer ( first name)and the Contractor against such risks and deposit such policy or policies with the Employer from timeto time during the currency of the contract.

The contractor shall be responsible for anything, which may be excluded from the insurance policiesabove referred to, and also for all other damages to any property arising of and incidental to thenegligent or defective carrying out of this contract. He shall also indemnify the Employer in respect ofany costs, charges or expenses arising out of claim or proceeding of damage arising there from.

The Employer shall be at liberty and is hereby empowered to deduct the amount of any damage,compensation, costs, charges and expenses arising or occurring from or in respect of any suchclaims or damage from any or all sums due or to become due to the contractor. In addition to theabove, the Contractor shall insure the work and take CAR (Contractors All Risks) policy against lossdue to fire, theft, earthquake etc., for the entire contract amount with an approved insurance companytill the virtual completion of the work and deposit the policy or policies with the Employer beforecommencing the work.

Page 22: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

In default of the Contractor insuring as provided above, the Employer may so insure and deduct thepremiums paid from any money due or which may become due to the Contractor. In case, if for anyreason, the insurance is not taken, by oversight, by the Employer also and the fact comes to light at alater stage, the Employer shall deduct the premium for the Insurance as assessed by the Employerand the contractor shall accept the same without demur.

The contractor shall be responsible for any liability which may not be covered by the insurancepolicies referred to above and also all other damages to any person, animal or effective carrying outof this contract, whatever may be the reasons due to which the damage shall have been caused.

The contractor shall, upon settlement by the insurer of any claim made against the insurer pursuantto a policy taken under this clause, proceed with the diligence to rebuild or repair the work destroyedor damaged. In this event all the money received from the insurer in respect of such damage shall bepaid to the contractor and the contractor shall not be entitled to any further payment in respect of theexpenditure incurred for rebuilding or repairing of the materials or goods destroyed or damaged.

The contractor, in case of rebuilding or reinstatement after fire etc shall be entitled to such extensionof time for completion as the Bank’s Engineer may deem fit, but shall however, not be entitled toreimbursement by the Employer or any shortfall or deficiency in the amount finally paid by the Insurerin settlement of any claim arising as set out herein.

Without prejudice to his liability under this clause, the contractor shall clause all nominated sub-contractors to effect, for their respective portions of the works, similar policies of Insurance inaccordance with provisions of this clause and shall produce or cause to produce to the Employersuch policies. The contractor shall not permit a nominated sub-contractor to commence work at thesite unless the above said Insurance Policies are submitted. In the event of failure of the sub-contractor to take out such a policy of insurance before commencing the works at the site, thecontractor shall be responsible for any claim or damage attributable to the said sub-contractor.

6.25. (a)The Contractor shall, within fourteen days from the date of commencement of the works, insure theworks at his cost and keep them insured until the virtual completion of the works, against loss ordamage by fire with an office to be approved by the Consultant, in the joint names of the Employerand the Contractor (the name of the former being placed first in the Policy), for the full amount of theContract and for any further sum if called upon to do so by the Consultant, the premium of suchfurther sum being allowed to the Contractor as an authorized extra. Such Policy shall cover theproperty of the Employer only and the Consultant’s and Surveyor’s fees for assessing the claim andin connection with his services generally in the reinstatement and shall not cover any property of theContractor or of any Sub-Contractor or employee. The Contractor shall deposit the Policy andreceipts for the premiums with the Consultant twenty-one days from the commencement of the works,unless otherwise instructed by the Consultant. In default of the Contractor insuring as providedabove, the Employer or Consultant on his behalf, may so insure the works and may deduct thepremium paid from any moneys due or which may become due to the Contractor without prejudice tothe other rights of the Employer in respect of such default. In case it becomes necessary to suspendthe works, the Contractor shall as soon as the claim under the Policy is settled or the work reinstatedby the Insurance Office, should they elect to do so, proceed with all due diligence with the completionof the works in the same manner as though the fire had not occurred and in all respects under thesame Conditions of Contract. The Contractor in case of rebuilding or reinstatement after fire, shall beentitled to such extension of time for completion as the Consultant deems fit.

(b) The amount so due as aforesaid shall be the total value of the works duly executed and of theContract materials and goods delivered upon the site for use in the works up to and including a datenot more than seven days prior to the date of the said Certificate less the amount to be retained bythe Employer (as hereinafter provided) and less any installment previously paid under this clauseprovided that such Certificate shall only include the value of the said materials and goods as they arereasonably, properly and not prematurely brought upon the site and then only if properly store and/orprotected against weather.

Page 23: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Date of commencement and completion

6.26 The Contractor shall be allowed admittance to the site on the “Date of Commencement” stated in theAppendix hereto, or such later date as may be specified by the Consultant and he shall thereuponand forthwith begin the works and shall regularly proceed with and complete the same (except suchpainting or other decorative work as the Consultant may desire to delay) on or before the “Date ofCompletion” stated in the Appendix subject nevertheless to the provisions for extension of timehereinafter contained.

Damage for non-completion

6.27. If the Contractor fails to complete the works by the date stated in the Appendix or within any extendedtime under clause 6.28 hereof and the Consultant certifies in writing that in his opinion the sameought reasonably to have been completed, the Contractor shall pay the Employer the sum named inthe Appendix as “Liquidated Damages” for the period during which the said works shall so remainincomplete and the Employer may deduct such damages from any moneys due to the Contractor.

Delay and extension of time

6.28. If in the opinion of the Consultant the works be delayed (a) by force mejeure or (b) by reason of anyexceptionally inclement weather or (c) by reason of proceedings taken or threatened by or disputewith adjoining or neighbouring owners or public authorities arising otherwise than through theContractor’s own default or (d) by the works or delays of other Contractor or Trademen engaged ornominated by the Employer or the Consultant and not referred to in the Schedule of Quantities and/orSpecification or (e) by reason or Consultant’s instructions as per clause 2 hereof or (f) by reason ofcivil commotion, local combination of workmen or strike or lockout affecting any of the building tradeor (g) in consequence of the Contractor not having received in due time necessary instructions fromthe Consultant for which he shall have specifically applied in writing or (h) from other causes whichthe Consultant may certify as beyond the control of Contractor or (i) in the event, the value of thework exceed the value of the Priced Schedule of Quantities owing to variation, the Consultant maywith previous approval in writing of the Employer make a fair and reasonable extension of time forcompletion of the Contract Works; in case of such strike or lock-out the Contractor shall as soon aspossible give written notices thereof to the Consultant but the Contractor shall neverthelessconstantly use his endeavors to prevent delay and shall do all that may reasonably to be required tothe satisfaction of the Consultant to proceed with work.

Failure by Contractor to comply with Consultants Instructions

6.29. If the Contractor after receipt of written notice from the Consultant requiring compliance within tendays fails to comply with such further drawings and/or Consultant’s instructions, the Employer mayemploy and pay other persons to execute any such work whatsoever that may be necessary to giveeffect thereto, and all costs incurred in connection therewith shall be recoverable from the Contractorby the Employer on the Certificate of the Consultant as a debt or may be deducted by him from anymoneys due to the Contractor.

Termination of contract by the Employer

6.30. If the Contractor being an individual or a firm commits any “act of insolvency” or shall be adjudged anInsolvent or being an Incorporated Company shall have an order for compulsory winding up madeagainst it or pass an effective resolution for winding up voluntarily or subject to the supervision of theCourt and the Official Assignee or the Liquidator in such acts of insolvency or winding up, as the casemay be, shall be unable within seven days after notice to him requiring him to do so to show to thereasonable satisfaction of the Consultant that he is able to carry out and fulfill the Contract and togive security therefore, if so required by the Consultant.

Or if the Contractor (whether an individual, firm or incorporated Company) shall suffer execution or toother process of Court attaching property to be issued against the Contractor.

Page 24: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Or shall suffer any payment under this Contract to be attached by or on behalf of any of the creditorsof the Contractor.

Or shall assign or sublet this Contract without the consent in writing of the Employer first had andobtained.

Or shall charge or encumber this Contract or any payments due or which may become due to theContractor hereunder.

Or if the Consultant shall certify in writing to the Employer that the Contractor.

(i) Has abandoned the Contract, or(ii) Has failed to commence the works, or has without any lawful excuse under these conditionssuspended the progress of the works for fourteen days after receiving from the Consultant notice toproceed or(iii) Has failed to proceed with the works with such the diligence and failed to make such the progressas would enable the works to be completed within the time agreed upon, or(iv) Has failed to remove materials from the site or to pull down and replace work for seven days afterreceiving from the Consultant written notice that the said materials or work were condemned andrejected by the Consultant under these conditions, or(v) Has neglected or failed persistently to observe and perform all or any of the acts, matters or thingsby this Contract to be observed and performed by the Contractor for seven days after written noticeshall have been given to the Contractor requiring the Contractor to observe or perform the same.

Then and in any of the said cases the Employer may, notwithstanding any previous waiver, after giving sevendays notice in writing to the Contractor, determine the Contract, but without thereby affecting the powers ofthe Consultant or the obligations and liabilities of the Contract, the whole of which shall continue in force asfully as if the Contract has not been so determined, and as if the works subsequently executed had beenexecuted by or on behalf of the Contractor and further, the Employer by his agents or servants may enterupon and take possession of the works and all plant, tools, scaffoldings, sheds, machinery, steam and otherpower utensils and materials lying upon the premises or the adjoining lands or roads, and use the same ashis own property or may employ the same by means of his own servants and workmen in carrying on andcompleting the works or by employing any other Contractor or other person or persons to complete the works,and the Contractor shall not in any way interrupt or do any act, matter or thing to prevent or hinder such otherContractor or other person or persons employed for completing and finishing or using the materials and plantfor the works. When the works shall be completed or as soon thereafter as convenient the Consultant shallgive a notice in writing to the Contractor to remove his surplus materials and plant, and should the Contractorfail to do so within a period of fourteen days after receipt thereof by him, the Employer may sell the same bypublic auction, and give credit to the Contractor for the net amount realized. The Consultant shall thereafterascertain and certify in writing under his hand what (if anything) shall be due or payable to, or by theEmployer, for the value of the said plant and materials so taken possession by the Employer and theexpenses or loss which the Employer shall have been put to in procuring the works to be completed, and theamount, if any, which shall be so certified shall thereupon be paid by the Employer to the Contractor or by theContractor to the Employer, as the case may be, and the Certificate of the Consultant shall be final andconclusive between the parties.

Termination of contracts by contractor

6.31. If the payment of the amount payable by the Employer under Certificate of the Consultants shall be inarrears and unpaid for thirty days after notice in writing requiring payment of the amount as aforesaidshall have been given by the Contractor to the Employer, or if the Employer interferes with orobstructs the issues of any such Certificate, or if the Employer shall repudiate the Contractor, or if theworks be stopped for three months under the order of the Consultant or the Employer or by anyinjunction or other order of any Court of Law, then and in any of the said cases the Contractor shallbe at liberty to determine the Contract by notice in writing to the Employer, through the Consultant,and he shall be entitled to recover from the Employer, payment for all works, executed and for anyloss he may sustain upon any plant or materials supplied or purchased or prepared for the purpose ofthe Contract.

Page 25: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

In arriving at the amount of such payment the net rates contained in Contractor’s original Tender shallbe followed or where the same may not apply valuation shall be made in accordance with Clause 17hereof.

Certificate of payments

6.32. The Contractor shall be paid by the Employer from time to time by installments under InterimCertificates to be issued by the Consultant to the Contractor on account of the works executed whenin the opinion of the Consultant, works to the approximate value named in the Appendix as “Value ofwork for Interim Certificates” (or less at the reasonable discretion of the Consultant) has beenexecuted in accordance with this Contract, subject, however to a retention of the percentage of suchvalue named in the Appendix hereto as “Retention percentage for Interim Certificates” until the totalamount retained shall reach the sum named in the Appendix as “Total Retention Money” after whichtime the installments shall be up to the full value of the work subsequently so executed and fixed inthe building. The payment against material delivered at site will be paid against an undertaking by theContractor in the prescribed proforma @ 75% of the material cost or 60% of the accepted rates,whichever is less and on a pro-rata basis.

And when the works have been virtually completed and the Consultant shall have certified in writingthat they have been completed, the Contractor shall be paid by the Employer in accordance with theCertificate to be issued by the Consultant the sum of money named in the Appendix as “Instalmentafter virtual Completion” being a part of the said total retention money. And the Contractor shall beentitled to the payment of the Final Balance in accordance with the Final Certificate to be issued inwriting by the Consultant at the expiration of the period referred to as “the Defects Liability Period” inthe Appendix hereto from the date of Virtual Completion or as soon as after the expiration of suchperiod as the works have been finally completed and all defects made good according to the trueintent and meaning hereof whichever shall last happen provided always that the issue by theConsultant of any Certificate during the progress of the works or at or after their completion shall notrelieve the Contractor from his liability under Clause 6.2 and 6.20 or relieve the Contractor of hisliability in case of fraud, dishonesty, or fraudulent concealment relating to the works of materials or toany matter dealt with in the Certificate, and in case of all defects and insufficiencies in the works ormaterials which a reasonable examination would not have disclosed. No certificate of the Consultantshall of itself be conclusive evidence that any works or materials to which it relates are in accordancewith the Contract neither will the contractor have a claim for any amounts which the Consultant mighthave certified in any interim bill and paid by the Employer and which might subsequently bediscovered as not payable and in this respect the Employer’s decision shall be final and binding.

The Consultant shall have power to withhold any Certificate if the works or any parts thereof are notbeing carried out to his satisfaction.

The Consultant may by any Certificate make any correction in any previous Certificate, which shallhave been issued by him.

No Certificate of payment shall be issued by the Consultant if the Contractor fails to insure the worksand keep them insured till the issue of the Virtual Completion Certificate.

Payments upon Consultant’s Certificate shall be made within the period named in the Appendix as“Period for honouring Certificates” after such Certificates have been delivered to the Employer.

75% of the amount payable to the contractor on the running account bills including bills towardssecured advance against supply or materials, if the accepted terms of payment in the contractprovides for payment of such a secured advance, will be released as adhoc payment within 7 workingdays from the date of certification by the Bank’s Site Engineer, pending test checking of work andmeasurements, checking of details, arithmetical accuracy and certification by AGM/DGM of the Bank.

Page 26: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

6.33 Any amounts payable by the Employer to the Contractor in pursuance of any Certificate given by theConsultant hereunder shall, if not paid within the “Period of honouring Certificates” named in theAppendix, carry interest at the rate named in the Appendix as the “Rate of Interest for delayedpayment” from the date upon which such sum ought to have been paid by the Employer until thepayment.

Matter to be finally determined by Consultant

6.34. The decision, opinion, direction, Certificate (except for payment) with respect to all or any of thematters under Clauses (6.2, 6.4, 6.6, 6.7, 6.12, 6.16, 6.17, 6.19, 6.20, 6.21, 6.28, 6.29) hereof (whichmatters are herein referred to as the excepted matters) shall be final and conclusive and binding onthe parties hereto and shall be without appeal. Any other decision, opinion, direction, Certificate orvaluation of the Consultant or any refusal of the Consultant to give any of the same, shall be subjectto the right of Arbitration and review under clause 35 hereof in the same way in all respects (includingthe provisions as to opening the reference) as if it were a decision of the Consultant.

Settlement of disputes by Arbitration

6.35 All disputes and differences of any kind whatever arising out of or in connection with the Contract or thecarrying out of the works (whether during the progress of the works or after their completion andwhether before or after the determination, abandonment or breach of the contract) shall be referred toand settled by the Consultant who shall state his decision in writing. Such decision may be in the formof a final Certificate or otherwise. The decision of the Consultant with respect to any of the exceptedmatters shall be final and without appeal as stated under clause 6.34 hereof. But if either theEmployer or the Contractor be dissatisfied with the decision of the Consultant on a matter, questionor dispute of any kind (except any of the excepted matters) or as to the withholding by the Consultantof any Certificate to which the Contractor may claim to be entitled then and in any such case eitherparty (the Employer or the Contractor) may within 28 days after receiving notice of such decision givea written notice to the other party through the Consultant requiring the matters in dispute be arbitratedupon. Such written notice shall specify the matters, which are in dispute or difference, of which suchwritten notice has been given. These matters shall be referred to the Arbitration and final decision ofan arbitrator to be agreed upon and appointed by both the parties or, in case of disagreement as tothe appointment of a single arbitrator, of two arbitrators, one to be appointed by each party, whicharbitrators shall, before taking upon themselves the burden or reference, appoint an Umpire.

The Arbitrator or Arbitrators, as the case may be, shall have power to open up, review and revise anyCertificate, opinion, decision, requisition or notice, save in regard to the excepted matters referred toin the preceding Clause, and to determine all matters in dispute which shall be submitted toarbitration and of which notice shall have been given as aforesaid.

The Arbitrator or Arbitrators, as the case may be, shall make his or their award within one year (orsuch further extended time as may be decided by him or them as the case may be with the consentof the parties) from the date of entering on the reference. In case during the arbitration proceedingsthe parties mutually settle, compromise or compound their dispute or difference, the reference toarbitration and the appointment of the Arbitrator or Arbitrators, as the case may be shall be deemedto have been revoked and arbitration proceedings shall stand withdrawn or terminated with effectfrom the date on which the parties file a joint memorandum of settlement thereof, with the Arbitratoror the Arbitrators as the case may be.

Upon every or any such reference, the cost of and incidental to the reference and award respectivelyshall be in the discretion of the Arbitrator or Arbitrators, as the case may be, who may determine theamount thereof, or direct the same to be taxed as between attorney and client or as between partyand party, and shall direct by whom and to whom and in what matter the same shall be borne andpaid. This submission shall be deemed to be a submission to arbitration within the meaning of theIndian Arbitration Act, (latest amendment) or any statutory modification thereon. The Award of theArbitrator or Arbitrators, as the case may be, shall be final and binding on the parties. It is agreed thatthe Contractor shall not delay the carrying out of the works by reason of any such matter, question ordispute being referred to arbitration, but shall proceed with the works with all due diligence and shall,

Page 27: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

until the decision of the Arbitrator or Arbitrators, as the case may be, is given abide by the decision ofthe consultant and no Award of the Arbitrator or Arbitrators, as the case may be, shall relieve theContractor of his obligations to adhere strictly to the Consultant’s instructions with regard to the actualcarrying out of the works. The Employer and the Contractor hereby also agree that arbitration underthis Clause shall be a condition precedent to any right of action under the Contract.

Right of Technical scrutiny of final bill

6.36. The Employer shall have a right to case a technical examination of the works and the final bill ofContractor including all supporting vouchers, abstracts etc. to be made at the time of payment of thefinal bill. If as a result of this examination or otherwise any sum is found to have been overpaid orover-certified it shall be lawful for the Employer to recover the sum.

Employer entitled to recover compensation paid to workman

6.37. If, for any reason, the Employer is obliged, by virtue of the provisions of the Workmen’sCompensation Act, 1923, or any statutory modification or reenactment thereof to pay compensationto a workman employed by the Contractor in execution of the works, the Employer shall be entitled torecover from the Contractor the amount of compensation so paid, and without prejudice to the rightsof the employer under the Act. The Employer shall be at liberty to recover such amount or any partthereof by deducting it from the security deposit or from any sum due by the Employer to theContractor under this Contract or otherwise. The Employer shall not be bound to contest any claimmade against it under the said Act, except on the written request of the Contractor and upon hisgiving to the Employer full security to the satisfaction of the Employer for all costs for which theEmployer might become liable in consequence of contesting such claim.

Abandonment of works

6.38. If at any time after the acceptance of the tender the Employer shall for any reasons whatsoever notrequire the whole or any part of the works to be carried out, the Consultant shall give notice in writingto the Contractor who shall have no claim to any payment of compensation or otherwise whatsoeveron account of any profit or advantage which he might have derived from the execution of the wholeworks.

Return of surplus materials

6.39. Notwithstanding anything to the contrary contained in any or all the clauses of this Contract, whereany material for the execution of the Contract is procured with the assistance of the Employer bypurchases made under orders or permits or licenses or licenses issued by Government, theContractor shall hold the said materials economically and solely for the purpose of the contract andnot dispose of them without the prior written permission of the Employer and return them to theEmployer, if required by the Employer, at the price to be determined by the Consultant having dueregard to the conditions of the materials, the price to be determined should not exceed the purchaseprice thereof inclusive of sales tax, octroi and other such levies paid by the Contractor in respectthereof. In the event of breach of the aforesaid condition, the Contractor shall, in addition to beingliable to action for contravention of the terms of licenses or permit and/or criminal breach of trust, beliable to Employer for all moneys, advantages or profits resulting or which in the usual course wouldhave resulted to him by reason of such breach.

Right of Employer to terminate contract in the event of death of contractor if individual

6.40 Without prejudice to any of the rights or remedies under this Contract, if the Contractor being anindividual dies, the Employer shall have the option of terminating the Contract without incurring any liability forsuch termination.

Page 28: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Performance Bank Guarantee

6.41 The successful tenderer shall submit performance Bank Guarantee obtained from any of thenationalized bank in the format approved by the bank for an amount equivalent to 5% of the contract valuewith the validity of initial period of five years subject to the condition that the same shall be renewed for furtherperiod of contract (14 years), within 14 days from the date of award of contract. This is in addition to theretention money as per clause 4.9, towards satisfactory performance on

i) Completion scheduleii) Guarantee of all equipments and entire installations to yield the specified rating and design

conditions +/- 3% tolerance (as per clause 16 of tender document)iii) Guarantee towards quality control and workman ship as per the tendered detailed specifications

(vide clause 4.32)

1.07 APPENDIX TO CONDITIONS OF CONTRACT

1. Defects Liability Period : Twelve months

2. Period of Final Measurement : Three months

3. Date of Commencement : 10th day from the date of issue ofletter of Acceptance by Bank.

4. Date of Completion : 4 months

5 Liquidated damages at therate of : Rs 8200.00 per week of delay subject to

maximum of 10% of contract value.

6 Value of works for interimcertificates : Rs.8,00,000/-

7 Retention Percentage : 5%

8 Total retention money(Earnest money deposit plusretention money) : Rs 66,000.00 + 5%

9 Installment after virtualcompletion : Rs 66,000.00

10. Performance guarantee towards satisfactory completion and comprehensive annual maintenance contract : Bank Guarantee for 5% of the contract value

11. Period for honouring certificates : One month12. Interest for delayed payment : Three percent per annum

EMPLOYER CONTRACTOR

Page 29: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

1.08 GENERAL SPECIFICATIONS

8.1. Scope of Work

The Scope of work covers Supplying, Installation, Testing, Commissioning and handing over of a wetriser system along with pumps and completion of the fire fighting work of the proposed office buildingfor the Reserve Bank of India at Bakery Junction, Trivandrum in accordance with drawings andspecifications prepared under the direction and to the satisfaction of the Bank.

8.2 Electricity Supply

The power supply system for distribution shall be 415/230 volts, 3/1 phase, 4/2 wires, 50 cycles.

8.3 Codes, Rules & Regulations

The firefighting installation shall be carried out in conformity to amendment no.3 to national buildingcode of India ( SP 7: 1983 part IV recommendation of TAC and the relevant BIS indicated in thevarious sections.

8.4 Ascertaining Scope of Work

Intending tenderers are advised to study all the drawings, specifications, conditions etc. in details andinspect the site before submitting tenders so as to ascertain the nature and scope of the workinvolved and the method to be adopted in executing the work.

8.5 Inclusions in Rate

Rate quoted shall include cost of cutting holes and chase in walls, floor slabs, repairing the same andrestoration of original surface wherever necessary, and cost of scaffolding if any. Nothing extra shallbe entertained on this account. Any damage to walls, floors, etc. during installation and erection mustbe repaired by the contractor to match the original surface for which no extra amount will be paid.

8.6 Material

All material, fittings and appliances used in the firefighting installation shall be new and of the bestquality obtainable and of approved manufacturer and shall conform to the latest Indian StandardSpecifications wherever they exist. Where Indian Standard Specifications are not available relevantBritish Standards shall become applicable. The tenderer shall indicate the make of various items ofmaterials, which he proposes to use for their work. For the purpose a list of make of materialsacceptable to the Bank is enclosed. The tenderer shall select any one out of these makes only. TheContractor shall replace the unapproved materials and fittings at his own cost.

8.7 Workmanship

Good workmanship and neat appearance are the pre-requisites for compliance with the varioussections of these Specifications. The Work shall be carried out under direct supervision of a full timeperson holding certificate of competency issued by the State Government and in accordance with thestatutory rules and regulations in force. The relevant I.S.I. code of practice shall be followed whereverapplicable.

Page 30: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

8.8 Drawings

Two sets of all fire fighting drawings and one set of tender will be furnished by the Consultant to theContractor for his own use until the completion of the contract which shall be accessible at allreasonable time to the Owners/Consultants or their representatives. The Electrical drawings indicateonly the general scheme but not the exact routes of surface conduits/existing concealed conduits,exact position of switch boards, points, distribution boards etc., The Contractor shall prepare workingdrawings and have them approved by the Consultant before commencement of the work and thework shall be carried out as directed at site to the complete satisfaction of the Consultant.

8.9. Completion Drawings & Certificate

On completion of the work, completion drawings shall be prepared by the Contractor and two copiesof the same submitted to the owner. In addition 2 soft copies in floppies/CDs in Auto CAD to besubmitted. The completion drawing shall indicate the following. The rate quoted shall be inclusive ofthe same.

(1) The pump room layout.

(2) The control panel and wiring diagrams

(3) Sizes and routing of external fire hydrant piping

(4) Location of external and internal hydrants

(5) Location of wet risers and their sizes.

(6) Any other drawing as directed by the Consultant/client

8.10 SPECIAL CONDITIONS

1. Along with the tender document, the contractor should confirm the list of approved make of materialsspecified in the Tender which they are going to use.

2. On award of work, the contractor should make the shop drawings as per the site conditions andshould be got approved from consultant / Client before commencing the works.

3. The entire factory made equipments shall be purchased and delivered to the site only after gettingmaterial approval from the technical officials of consultant / Client.

4. The entire work shall be completed within a period of four months.5. The contractor has to submit a bar chart for the proposed execution before starting the work. The

client/Consultant shall introduce necessary correction to it after discussion with the contractor.6. The materials are in accordance with the specification for permanent works.7. The materials are properly stored and protected against loss or damage or deterioration, to the

satisfaction of the client/consultant.8. The contractor keeps a record of requirements, orders, receipt and consumption of materials in

proper form and produces to the consultant/client for inspection. Ownership of such materials shall bedeemed to vest in the client.

9. The contractor should submit the list of workers and staff which they are going to deploy for the workalong with contact details of project leader. The list should be got approved from client/consultantbefore commencing work. A technically qualified and experienced mechanical/ metallurgical engineerto be posted at site. He should be conversant with the modern practice of welding and modern firefighting system. He should be capable and competent enough to take decisions as and whenrequired at site.

10. Welding should only be carried out by a professional and experienced people who holds valuedlicense issued by competent authorities like Cochin refineries, Gas authorities of India etc. The truecopy of the license is to be submitted to Client along with list of workers deployed for the work.

Page 31: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

11. Pipe sizes 50mm and below shall not be permitted to butt weld. Pipe sizes 50mm and below shall besocket welded with weldable socket fittings (drop forged) with rectifier welding machine.

12. The contractor shall be instructed to strictly implement the welding process in line with the followingstandards: Code for Petroleum refinery piping Code of Practice for laying of welding pipes, Code forprocedure for manual metal arc welding of mild steel for structural work, Welder Qualification: ANSI B31.3 : IS: 5822, : IS: 823, ASME-SEC A IC. All codes referred shall be the latest editions.

13. The contractor shall bear the cost of repair, changes replacement etc due to non-compliance with thestandards, codes and this tender or due to disregard of the instructions given by the Engineer-in-charge

for RESERVE BANK OF INDIA

Regional Director

Page 32: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

B. TECHNICAL SPECIFICATIONS

2.01 GUIDE LINES

1.0 SCOPE

1.1 The scope of this section covers guidelines for the contractor on the specification and scheduleof material and the general requirements.

2.0 SCOPE OF CONTRACT

2.1 The scope of work under this contract covers of equipment, material, accessories and labourrequired for the specified works and to carry out the erection as specified and shown on thedrawing and schedule of material.

2.2 Safety, good workmanship and quality are the prime requisites of the work covered under thiscontract. All the equipments, material and the work carried out shall meet the relevant codes,specification and the intents of specifications and the proper functioning of the systems andinstallation and shall be in correct lines, levels etc.

2.3 The scope of contract shall also cover all taxes and duties, loading and unloading, packing andforwarding, watch and ward, insurance etc.

3.0 DIVISION OF WORK

3.1 The division of work by the contractor and other agencies shall be as specified under section202, division of work.

4.0 MATERIAL

4.1 The equipments and material shall meet the specifications and requirements indicated in thetechnical specifications covered under specific section and the relevant equipment data.

4.2 The makes of material shall be one of the recommended makes covered under Section 204makes of material. If the contractor while quoting has not specified any particular make out ofthe Brand names mentioned in the tender, the particular brand from the approved lists andcontractor is bound to procure the same.

5.0 SPECIFICATION

5.1 The technical specification attached herewith gives general guidelines and minimum standardsfor equipments material and workmanship. However it is the responsibility of the contractor tomeet the statutory provision and local codes.

6.0 SCHEDULE OF WORK

6.1 The schedule of work indicates the scope and quantity of the work estimated at the time ofpreparation of this tender. The quantity indicated are based on rough estimate on he basis ofthe drawings and subject to variation due to site condition. Also additional requirements mayarise during the installation and deletion or replacement of items. Hence there may be variationin quantities indicated and the unit rates quoted shall remain firm during the contract period.

Page 33: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

7.0 STANDARDS & REGULATIONS

7.1 Each section indicates the Indian Standard Specification to be followed. It is the responsibility ofthe contractor to meet the statutory regulation local codes and other relevant standards andspecifications connected to the work being carried out.

8.0 INSPECTION & TESTING

8.1 The Consultants/Clients have the right to inspect the plants, equipments and materials atmanufacturer's work or at site at any stage and reject the materials that is substandard or doesnot meet the requirements of the specification and codes.

8.2 The contractor shall provide at his cost at site and elsewhere instruments and appliances fortesting and equipments and installation at various stages of manufacturing/installation. Theseinstruments shall be got tested and calibrated for their accuracy and performance from theapproved institutions.

8.3 The inspection and testing carried out by the Consultants/Clients/Third party does not relieve thecontractor of their responsibility of carrying out routine inspection during each stage ofprocurement, manufacture and installation and also meeting the intents and requirements of thespecification and statutory requirements.

8.4 All equipments and the installation to be tested in the presence of the Consultants/Clients aftercarrying out necessary rectification, adjustments and balancing. Four sets of test readingsshould conform to the specification, equipment data, standards and codes.

9.0 TRAINING

9.1 The operating staff of the clients shall be trained free of cost for the operation, maintenanceoverhauling etc. of the equipments and installation.

10.0 STATUTORY INSPECTION

10.1 The contractor shall be fully responsible for meeting all the statutory obligations and localinspectorates pertaining to the works carried out by them. The contractor should prepare allworking drawings and obtain approval of competent authorities and also have the equipmentand installation inspected and got approved.

All official fees will be paid by the clients directly against demand in writing from the appropriateauthorities or if paid by the contractor, the same shall be reimbursed on submission of originalreceipts and all other expenses for submission and approval of the various relevant statutorybodies shall be embodied in the tender prices. You shall also do the necessary liaison work withthe power supply company on client's behalf for a separate source other than building powersupply. On completion of the works, the contractor should obtain NOC from the local firebrigade department or any other local authorities as per the requirement and the cost of suchpermission should be included in the quoted rates for the work and no separate payment will bemade on this account.

11.0 DEVIATIONS

11.1 Should the tenderer wish to deviate from the provision of specification and drawings, the sameshall be indicated separately alongwith supporting drawing and specifications to decide themerits of such deviation. In the absence of any deviation it is deemed that the tenderer is fullysatisfied with the intents of specification and drawings and their compliance with the statutoryprovisions and codes.

Page 34: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

11.2 However, the offer shall be strictly on the basis of tender specification and schedule of material.The offer for the deviated items shall be furnished separately.

12.0 REFERENCE DRAWINGS

12.1 The drawings issued with the tender and shown in section 2.03 are basic schematic drawingsand are part of the tender documents. Contractor shall preserve one set of this drawing in goodcondition incorporating all modifications carried out from time to time during the erection periodat the site and shall return them to the Consultants/Clients after completion of the work.

13.0 WORKING DRAWINGS

13.1 Contractor shall prepare execution drawings and get the same approved by the Consultantbefore carrying out the execution, modify the drawings, if required, to suit the site conditions andget the approval. The execution drawings shall contain all details.

13.2 The approval of the drawings does not relieve the contractor of their responsibility ofmeeting the intents and requirements of the specification and statutory requirements.

13.3 The contractor shall submit the followings details within 15 days of award of the contract.

a) List of equipments and the power output

b) Foundation drawings and structural support details for equipment to be carried out by the Civilcontractor.

13.4 On completion of the installation, the contractor shall prepare and submit AS EXECUTED drawingincorporating all modification carried out during the execution.

14.0 MEASUREMENTS AND PAYMENTS14.1 The mode of measurement and payment shall be strictly indicated under Section 2.05

measurements and payments. This indicates the mode of measurement, items to be includedand items excluded etc. in a board basis. However, it is the responsibility of the contractor tomeet the intents of the specification and total installation on the works contract/turnkey basis.

15.0 HANDING OVER

15.1 The installation shall be handed over after a satisfactory testing alongwith the followingdocumentation.

a) Two sets of prints of the as installed drawings alongwith 2 soft copies in floppies/CD on AutoCAD.

b) Four sets of test reading and certificate of local authorities.c) Four sets of detailed equipment data and operation and maintenance manuals.d) List of recommended spares.e) Performance guarantee in the prescribed form.

15.2 The final acceptance shall be effective only after the submission of the above documents. Finalpayment will be released only after the handing over and submission of documentation.

16.0 PERFORMANCE GUARANTEE

16.1 All equipment and the entire installation shall be guaranteed to yield the specified ratings anddesign conditions plus/minus 3% tolerance. Any equipment found short of the specified ratingsby readings shall be rejected.

Page 35: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

17.0 POWER SUPPLY

17.1 Power will be made available at 415/240V 3 phase 4 wire 50 CPS earthed neutral system andall equipments shall be suitable for the above power supply with a variation of plus/minus 10%.Any equipment/component operating at other than the above power supply shall be providedwith necessary transformer.

2.02 SCOPE & DIVISION OF WORK

1.0 SCOPE

1.1 The scope under this section covers the systems and the scope of work included in the contract.

1.2 The detailed description of the items and quantities are indicated in the Schedule of work.

2.0 FIRE FIGHTING SYSTEM

2.1 The fire fighting system shall include the following :

By contractor By others

a) Fire hydrant pumps, motors (Drive) Yes Nob) Fire hydrant piping Yes Noc) Fire fighting appliances Yes Nod) Panels & controls, cabling Yes No fan panels to equipmente) Excavation Yes Nof) Supports & Hangers Yes No

2.2 The approval and certification from the local fire authorities shall be responsibility of thecontractor.

2.03 REFERENCE DRAWING

1.0 SCOPE

1.1 The scope under this section covers the basic drawings and details to understand.

a) Scope of workb) Location of equipmentsc) General idea on the entire installationd) Material requirements and labour force required for the completionof work in the stipulated time schedule.

1.2 The reference drawings are basically schematic to give idea on general requirements preparedon the basis of preliminary requirements and data available. They are subject to undergochanges and modifications subject to the finalisation of details and requirements of the clients.

1.3 The detailed working drawings and the drawings required for the submission to statutoryauthorities shall be the responsibility of the Consultant/contractor. Contractor shall submitminimum four copies of the drawings to the Consultants for their scrutiny/approval before issuingto the statutory authorities and site for execution.

Page 36: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.0 LIST OF DRAWINGS

2.1 The following are the list of reference drawings.

SL. NO. DRAWING NO. TITLE01 SESC/1072/07 - 500 Schematic Fire fighting Layout02 SESC/1072/07 -511 External Fire fighting Layout03 SESC/1072/07 -501 Main building Ground floor layout – Fire

fighting04 SESC/1072/07 -502 Main building First Floor Layout – Fire

fighting05 SESC/1072/07 -503 Main building Second Floor Layout – Fire

Fighting06 SESC/1072/07 -504 Main building Third Floor Layout – Fire

fighting07 SESC/1072/07 -505 Main building Roof Floor Layout – Fire

fighting08 SESC/1072/07 -506 Annexe Building – ground Floor Layout –

Fire fighting09 SESC/1072/07 -507 Annexe Building – First Floor Layout –

Fire fighting10 SESC/1072/07 –508 Annexe building – Second floor Layout-

Fire fighting11 SESC/1072/07 –509 Annexe Building – Third Floor Layout –

Fire fighting12 SESC/1072/07 –510 Annexe Building – Roof Floor Layout –

Fire fighting13 SESC/1072/07 –501-A Sample duct layout – Fire fighting

Page 37: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.04 MAKES OF MATERIAL

SlNo. Item Description Approved Make

Make offered by contractorwhile quoting

I Wet Riser System

1 Motor Driven Pump :Kirloskar /Crompton/Siemens/ABB/NGEF

2 Motor Control Centre : L&T / Siemens

3 Switch board/ panel : Any CPRI approved vendor

4 MCCB’s :L&T/Legrand/ Siemens/GE/Merlin Gerin

5 Cable :L&T/ Finolex/ Havell’s/RR-Kabel/Sark

6 Cable gland : Dowell’s/ Jaison

7 Cable ties : HellermannTyton/

8 End Termination : Dowell’s/ Jaison

9 Indicating Meters : HPL Socomec/ L&T/ Meco

10 Indicating lamps : Technique / Siemens

11 Power Contactors : ABB / Siemens / Schneider

12CT’s

:Kappa / Torrid /Intrans/

13ELCB/ELMCB

:Legrand / Siemens /Schneider / Merlingerin

14 Isolator : L&T / Siemens

15Diesel Engine DrivenPump :

Kirloskar/ Ashok Layland / Cummins

16 Jockey Pump : Kirloskar /Crompton/ Siemens

17 MS Pipe : Jindal/Tata/ Zenith

18Single HeadedHydrant Valve :

Newage/WINCO/Zenith / ASCO / Vijay

19 Butterfly Valve : Intervalve /kirloskar /Zoloto

20 Non Return Valve :Intervalve / Audco /Kirloskar / B.D.K

21 Fire Brigade Inlet : Newage/Arihant

22 HoseBox : Friends / Eversafe

23Fire Hose withcoupling :

Newage/ CRC/Zenith /ASCO / Vijay

24 Air Release Valve : Newage/Zenith / ASCO / Vijay

25 Hose reel Drum :Mini Max/Firestone/vilas/Eversafe

26 Branch Pipe :Newage/Zenith / CRC/ ASCO / Vijay

27 Air Cushion Vessel : Fabricated type

28 Cast Iron Footvalve : Kirloskar /Crompton/ Becon

29 DCP fire extinguisher : Mini Max/firestone / Safex

30 Co2 fire Extinguisher : Mini Max/firestone / Safex

31 Sprinklers :HD / Tyco / Spraysafe /Monshershenje

32 Pressure Switch : Dnfoss/Indfos /SWITZER

33 PressureGuage : H Guru / OASIS

34 Pipe supports, : Hi-Tech pipe support system

Page 38: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Anchor fastners,clamps, bolts, slottedrail, grounting studs

35 Flow switch : System sensor / sontay

36 Monitoring module : Notifier / edwards

37 Paints :Asian paints /Shalimar /Berger / Jenson nicholson

38 Wrapping coating :Pypecoat / Rust Fire /Approved equivalent

392x 1.5 sqmm controlcable : Gloster /Havells

40 Battery : Exide / HITACHI

41 Strainers :Leader,Vibros,Kirloskar,TaylorIVC,DSE,Zoloto

42GI & CS (MS) pipesand fittings : Tata

43 Ball valves :Leader,Vibros,Kirloskar, ,KSB,Zoloto

44 PVC Priming tank Sintex / approved equivalent

45 Puddle flange Fabricated as approved

46 SS Orifice plate Fabricated as approved

Note:- Contractor shall clearly specify only one make of material for which he is quoting the price,however no weightage shall be given for any specific make within the list of approved make ofmaterials.

Place :

Date : Signature of the contractors

2.05 MEASUREMENTS & PAYMENTS

1.0 SCOPE

1.1 The scope of this section covers mode of measurements and payments for all items.

2.0 DIVISION OF WORK

2.1 The measurement and payments of items shall be based on the stage of completion of the work.

3.0 REQUIREMENTS

3.1 The general requirements for the above items shall be as shown below:

Page 39: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

3.2 EQUIPMENTS

The supply of Equipments shall be complete and shall include all components and accessoriesrequired for the specific duty and performance of the equipments including drive assembly baseframe flanged outlets for connection to distribution system, anti corrosive treatment and painting.Fabricated supporting elements i.e. shoes, clips, cradles etc. should be applied one coat of zincchromate primer.

3.2 The erection of the equipments shall include erection, testing and commissioning of theequipments. The erection shall include necessary baseframes, levelling, grouting anddistribution pad/cushy footings. The erection shall include all equipments, tool tackles,instruments and labour require for lifting, shifting and placing and erecting theequipments.

4.0 MODE OF MEASUREMENT

4.1 The mode of measurement and the basis material to be included are as shown below. However, theitem required for the proper installation other than that clearly indicated in the items excluded toachieve proper installation finish and functioning of the whole system shall be the responsibility ofthe contractor.

4.2 Cutting and chasing of brick walls using cutters only, rectifying, levelling etc. wherever requiredshall be included in the scope of work. No chasing or cutting shall be done on RCC work. Thefixing of supports and hangers to RCC work shall be done using anchor bolts/ fasteners ofadequate capacities, which are included in the scope of work. Finishing of chasing will be byothers.

------------------------------------------------------------------------------------------------------------SL.NO. DESCRIPTION ITEMS ITEMS

INCLUDED EXCLUDED------------------------------------------------------------------------------------------------------------

1.0 EQUIPMENTS

1.1 PUMPSEach pump shall bemeasured asone unit and classifiedbased on the capacityand head

1.1.1 Back pullout pump & motor,Foundation block pumps, base frame,

vibrator isolation

1.2 CONTROL SYSTEM Pressure guages

1.2.1 CONTROL PANEL

Each control panel shall be Incoming and measured as one unit outgoing feeders,

busbars, startersinterconnectionindicating lamp andpush button. controlcabling and meters

Power Cabling

Page 40: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.0 APPLIANCES

The fire fighting appliances shall be measured individually or as assembly unit as indicated in theschedule of material

2.1 ASSEMBLED UNITS

2.1.1 F.B. INLET /DRAW OFF

The FB inlet /draw off 1 No. 150 dia 750 long NIL Header 4 Nos and spring

loaded instantaneouscoupling with cap2no.150mm butterfly valve

and 1no.NRV

2.1.2 INTERNAL HYDRANT

Each internal hydrant unit 1 No. 100/65 dia GM Nil shall be measured as one unit single(seamese) oblique and shall includes Hydrant valve with cap

2.1.3 FIRST AID HOSE REEL

1 No. 500mm revolving hose Nilreel with bracket1 No. 20mm GM ball valve1 No. 20mm/36m rubber hose1 No. 20mm Al.shut off nozzle

2.1.4 CANVAS HOSE1 Nos. 63mm/15m Nilrubberised canvas hose63mm GM Male& female instantaneouscouplings 1 No.

2.1.5 Branch Pipe63 mm dia gun metal

branch pipe/Nozzle with 20 mm (nominal internal diameter) size Gun metal nozzle conforming to IS 903

Page 41: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.1.6 EXTERNAL HYDRANT UNIT

Each external hydrant 1 No. 80/65 dia GM Nilshall be measured as one unit oblique Single Hydrant

valve with cap

3.0 MISCELLANEOUS

3.1 EXCAVATIONThe excavation shall be Excavation,back Nilmeasured on the basis filling sand cushionof unit volume (cubic carting away excess

meter) shall be soilmeasured on the basis ofunit length of the pipe andis a part of the piping work.No separate measurement.

3.2 CORROSION TREATMENTThe corrosion treatmentAll Nilfor underground shall bemeasured on the basis ofunit length of the pipe andis a part of the piping work.No separate measurement.

3.3 PAINTING

The painting of pipes aboveground and in trenchesshall be part of the cost ofpiping work. No separatepayment shall be made.The painting of pipesshall be as per the colorcoding given in IS : 2379 Nil

4.0 ELECTRICAL WORK

4.1 CONTROL PANELEach control panel shall Control panel with Nilbe measured as one unit incoming and

outgoing feeders,starters,busbars,sheet steel enclosureinterconnection, pushbuttons, control andindicatinginstruments,earthingbaseframe,fixingaccessories

Page 42: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.2 CABLING

Power and control cabling Cables, clamps End cabling shall be measured and fixingon the basis of unit lengthaccessories between endtermination lugs

4.3 CABLE TERMINATION

Each cable end Cable gland,lugs Niltermination of cable shall for all conductorsbe measured as one unit gland earthingbolts and nuts

4.4 EARTHING CONDUCTORThe earthing conductor Earth conductor Nilshall be measured on fixing material,the basis of unit length interconnections

5.0 NOTES

5.1 The payment shall be made on the basis of quantitiesmeasured and the unit rates accepted.

5.2 Surplus material after completion of the installation shall betaken back by the contractor. In case the owner intents to takeover these material payments shall be made to the contractor atthe supply rates/or the rates mutually agreed upon.

2.06 PUMPS

1.0 SCOPE

1.1 The scope under this section shall cover supply, installation, testing and commissioning ofpumps.

2.0 STANDARD SPECIFICATIONS

2.1 The following standard specifications shall be applicable.

a) IS : 1520Horizontal centrifugal pumps for clear coldfresh water

b) IS : 9137Code for acceptance test for centrifugal,mixed flow and axial pumps - Class C

c) IS : 10981 Code for acceptance test for centrifugalmixed flow and axial pumps - Class C

d) IS : 10596 Coefficient of Performance (COP) for selection,installation, operation and maintenance of pumps forindustrial applications.

e) IS : 9542Horizontal centrifugal monoset pumpsfor clear, cold, fresh water

Page 43: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

3.0 GENERAL REQUIREMENTS

3.1 The pumps assembly shall be direct driven suitable for clear fresh water of temperature range5C to 50C and shall be complete with pumps, motors, shafts, mechanical seals, coupling,glands, mounting frame fixing accessories etc. and shall conform to equipment data.

The pumps shall be single suction horizontal split case as indicated in the equipment data andbill of material. The pump shall deliver the required water quantity at the pressure headindicated. The capacity of motor indicated is only a guideline and shall meet the duty specified.

The pump selection shall be done to achieve lowest power consumption based on the Q-H chartof different models.

The pumps discharge should not be less than 150% of the rated capacity at head not exceeding65% of rated head. The shut of head shall not be lower than 120% of rated head.

The pump motor shall be with Class E insulation and shall be rated at 150% discharge capacityfor continuous operation.

3.2 All tenderers are required to furnish relevant documents, evidence towards the selection of pumpswith complete brochure, make, power rating, characteristic curve, towards efficiency of the pumpetc. for aspects at Serial Numbers 1, 2 and 3 in Bill of Quantities.

4.0 MONOBLOCK PUMPS4.1 The single suction monoblock pumps shall be with cast iron casing, bronze or gun metal

impeller. The openings for the shaft and barings shall be precision bored.4.2 shafts shall be heavy duty solid steel with bronze sleeves. The impeller shall be

hydraulically and dynamically balanced shall be fitted with single row deep grovebearings to take radical and axial loads.

4.3 The pumps shall be provided with shaft seals, suction valve, drain plug and sealconnections, suction and discharge flange connections etc.

4.4 The pumps shall be fitted with grease lubricators, air valve, drain plug and sealconnections, suction and discharge flange connections etc.

5.0 SPLIT CASE PUMPS

5.1 The split case pumps shall be end suction horizontally split making it possible for servicing therotation part without distributing the pipe and motor connection.

5.2 The casing shall be close grained cast iron of heavy suction passages for smooth flow and highefficiency.

5.3 The impellers shall be double suction bronze or gun metal enclosed type with volute suctionpassages for smooth flow and high efficiency.

5.4 The shaft shall be of high grade tensile steel protected by gun metal sleeves extending throughstuffing boxes. The stuffing boxes shall be supported on heavy duty ball/roller bearing greaselubricated and contained in easily removable housing.

5.5 The pumps shall be fitted with grease lubricators, air valve, drain plug and seal connecting,suction and discharge flange connections.

5.6 Pumps shall be connected to the motor directly through flexible couplings with motor couplingguard and shall be factory aligned on common base frame.

5.7 Pumps shall be equipped with mechanical seal.

Page 44: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

6.0 INSTALLATION

6.1 The installation of equipments shall be carried out strictly as per the recommendations of themanufacturers. The following additional precautions should be taken while installing theequipments.

a) Equipments shall be mounted at least 200mm above the floor level using concretefoundation or structural steel supports and firmly grouted on the supports using both of adequatecapacity.b) Vibration isolators such as serrated neoprene pads, cushy footings etc. shall beprovided for equipments having rotary or lateral moving parts.c) The equipments shall be aligned levels and plumb using sprit levels dial indicators etc.d) The moving parts such a bearing, shafts etc. shall be lubricated and smooth operation isconfirmed before energizing.e) Damage to the painting and protecting coatings shall be restricted. In case of minordamages to painting, the same shall be rectified at site.

7.0 TESTING & COMMISSIONING

7.1 Before energising electrically operated equipments, care shall be taken to meet the localelectrical rules and regulations, earthing of the body, verifying availability of safe insulationresistance valve etc. Also conform the motor enclosure to the level of protection required for theparticular application.

7.2 The pumps shall be tested according to the recommendations of the manufacturer. Thefollowing parameters to be recorded and ploted on the Q-H chart of the particular pump.

a) Dischargeb) Pressurec) Voltage and current

7.3 The power consumption to be computed and cross checked with the manufacturer's data. Anyabnormalities, if noticed shall be brought to the notice of the manufacturer and necessarycorrective action taken or replaced before commissioning and handing over.

8.0 DIESEL ENGINE

8.01 INTENT OF SPECIFICATION

This specification covers the design, performance, manufacturing, construction features andtesting and commissioning of compression ignition diesel engines, used primarily for drivingcentrifugal pumps, used for the purpose of fire fighting.

8.02 CODES AND STANDARDS

The design, manufacturing, shop testing, erection, testing and commissioning of compressionignition diesel engines shall conform to the latest revision of following standards and codes, inaddition to other relevant standards and manufacturer's own standard:IS-10000 pt. I to XII: Methods of test for internal combustion enginesBS-5514 Pt. I to VI Specification for reciprocating Internal Combustion engines:

Performance ASME Power test: Internal Combustion EngineCode PTC - 17Codes of Diesel Engine Manufacturer's Association, USA.

Page 45: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

8.03 DESIGN AND CONSTRUCTIONGeneralThe diesel engine shall be of multi-cylinder type multi stroke cycle with mechanical (airless)injection, cold starting type.

The continuous engine brake horse power rating (after accounting for all auxiliary powerconsumption) at the site conditions shall be at least 20% greater than the requirement at the dutypoint of pump at rated RPM and in no case, less than the maximum power requirement at anyrange of operation of pump, Duration factors, considered by the manufacturer to arrive at theshaft power of the diesel engine at site, shall not be less than the following for naturally aspiratedengine only:

i) 3% for each 305 metre elevation above MSL.ii) 1% for each 5.6°C rise in air temperature above15.6°C.iii) For turbo charged and after cooled engines manufacturer shall furnish these derating factorsand guarantee them

The engine shall be designed with regard to ease of maintenance, repair, cleaning andinspection. This will also provide interchangeability of parts.All parts subjected to substantial temperature changes shall be designed and supported to permitfree expansion and contraction or without resulting in leakage, harmful distortion or mis-alignment.

The engine shall be designed for continuous operation at full load for a period of at least six (6)hours. Requirements of TAC Fire Protection Manual shall be complied with and Diesel engineshall be approved by TAC.

8.04 StartingThe engine shall be capable of both automatic and manual start. The normal mode of starting isautomatic but in the failure of automatic start or at the discretion of the operator, the engine canbe started remote-manually from the Diesel Engine Control panel.

Since the fire pumping unit driven by the diesel engine is not required to run continuously for longperiod during routine testing and the operation will not be frequent, special feature shall be builtinto the engine to allow it to start within a very short period against full load even if it hasremained idle for a considerable period.

The engine should be designed in such a way that it may be started by one operator, without anypreliminary heating of the combustion chamber at the minimum ambient temperature specifiedand shall accept full load within 15 seconds from the receipt of signal to start. The engine shouldhave provision for manual cranking facility.

Automatic cranking shall be effected by a D.C. motor having high starting torque to overcome fullengine compression. Starting power will be supplied from two sets of storage batteries. One setof battery is for automatic starting of the engine and the other provided as standby. A selectorswitch will be provided at the automatic starting control panel to select any of the two sets ofbattery for manual/auto starting of the engine. The automatic starting arrangement shall include,as a safe guard, a 'Repeat Start' feature, so that if the pinion of the starting motor does notengage the fly wheel at the first attempt, it is automatically retracted and after a short pause againwill advance towards the fly wheel. This repeat start cycle will continue until the starter motorpinion engages with the starting ring on the fly wheel and cranks the engine. The battery capacityshall be adequate for ten (10) consecutive starts without recharging with a cold engine under fullcompression. The control panel to be supplied by the bidder to have dual battery charger andbattery selection switch so that any set of battery can be selected for automatic operation.

Page 46: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

The batteries shall be used exclusively for starting the diesel engine and kept fully charged all thetime in position. Arrangement for both trickle and booster charger shall be provided. At no timeshould battery be disconnected, so that it is not available to start-up the engine. The batterycharger should comply with the requirements specified hereinafter.

8.05 Engine Shut Down MechanismThe engine shut-down mechanism shall be manually operated and return automatically to thestarting position after use.

8.06 Governing SystemThe engine shall be fitted with a speed control device which will control the speed under allcondition of load.

The governor shall offer the following features:i) The engine shall be provided with an adjustable governor capable of controlling the enginespeed within 10% of its rated speed under any condition of load upto the full load rating. Thegovernor shall be set to maintain rated pump speed at maximum pump load.ii) Engine shall be provided with an over speed alarm device. It shall be arranged to give an alarmat a speed approximately 20% above rated engine speed and for manual reset, such that theautomatic engine controller will continue to show an over speed signal until the device ismanually reset to normal operating position.iii) The governor shall be suitable for operation without external power supplyiv) The engine shall be provided with an in-built tachometer to indicate RPM of the engine. Theengine is to be provided with a time totaliser (hour counter)

8.07 Fuel SystemThe diesel engine will run on high speed diesel oil.

The engine shall be provided with a fuel tank fitted with a level indicator and having adequatecapacity to hold sufficient fuel oil for minimum six (6) hours of full load run. The fuel oil tank shallbe mounted adjacent to the engine. No fuel oil tank will be provided by the purchaser.

The fuel oil tank shall be constructed of welded steel (lead coated) as per relevant code. Theoutlet of the tank shall be at a minimum height of 600 mm above the inlet and fuel injection pumpof 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 notcarried to the injection pump. Adequate sized inspection and cleaning hole shall be provided tofacilitate maintenance.

Pipe line carrying fuel oil shall be independent for each engine and gradually sloped from the tankto the injection pump. Any valve in this line shall be placed adjacent to the tank and kept locked inopen position. A filter shall be incorporated in this fuel oil system and shall be mounted in anaccessible position for cleaning.

Pipe joints shall not be soldered and plastic pipes shall not be used.

The complete fuel oil system shall be designed to avoid any air pocket in any part of the pipework, fuel pump. sprayers/injectors, filter system, etc. No air relief cock is permitted. However,where air relief is essential, screwed plugs may be used.

8.08 Lubricating Oil SystemAutomatic pressure lubrication shall be provided by pump driven by the crankshaft, taking suctionfrom a pump and delivery through pressurized oil cooler and fine mesh filters to a main supplyheader fitted in the bed plate casing. High pressure oil shall be supplied to main and big endbearings, cam-shaft chain and gear drive, etc. Valve gear shall be lubricated at reducedpressure through a reducing valve and the cam by an oil bath.

Page 47: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

8.09 Cooling Water SystemCooling Water system with heat exchanger shall conform to the system specified in the fireprotection manual of the Regional Committee of the Tariff Advisory Committee Charge aircooling is not acceptable. The bidder shall clearly indicate in his offer the types of coolingsystem adopted.

8.10 AccessoriesMetal guard shall be provided over couplings, fly wheel and other moving parts.The engine shall be mounted on a base plate of fabricated steel construction. Adequate accessshall 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 topermit operation of the indicator cocks without removing the valves operating gear covers.

The engine shall be provided with intake and discharge duct work, inlet filter and silencer, outletmuffler, expansion joints, dampers, etc., as necessary for efficient operation. Intake air should betaken from inside the building in which the engine is located, but the exhaust should bedischarged outside the building (a minimum of 15M route length envisaged) and the exhaust asper relevant code/standard, and shall be routed clearing man height. The exhaust system shallbe suitably designed to prevent condensate flowing into the engine.The fly wheel shall have graduated markings around the periphery to facilitate checking of valveand fuel pump timings.The couplings between engine and pump shall allow each unit to be removed without disturbingthe other.

8.11 InstrumentationThe diesel engine shall be provided with adequate instrumentation. These shall include, but notlimited to the following:Temperature indicator in cooling water inlet and outlet.Temperature indicator in lubricating oil outlet from the oil cooler.Pressure gauges for lubricating oil systems.Speed indicatorLubricating oil sump level indicator.Fuel oil tank level indicatorVoltmeter and ammeter in battery charging circuit.

8.12 ASSOCIATED ACCESSORIESEngine Cooling Water SystemThe water is to be taken from pump delivery itself unless the water is not suitable I.e. containssolid impurities clinical etc.The system shall be as recommended by the manufacturer but should definitely consist of thefollowing:Non return valvePressure gauge followed by temperature gaugeSpring loaded valveGate valvePressure Reducing valveStrainer with pressure gauge on upstream and downstream Gate valve

Thereafter the pipeline to be connected to inlet of heat exchanger. One by pass arrangementconsisting of orifice plate, strainer and gate valve on upstream and downstream to be providedwith tap off from the upstream of the spring loaded valve. This strainer will also have pressuregauge both at upstream and downstream.

Page 48: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Instrument Panel

This is incorporated to indicate hydraulic conditions of system at pump cooling water circuit andto provide routine way of checking that entire system is in satisfactory condition. It consists of:

Pressure indicatorPump suction - 1 to 5.0 Kg/cm2 Pump delivery- 0 to 16.0 Kg/cm2 Cooling Water- 0 to 7.0 Kg/cm2inlet

Temperature Indicator for

Cooling Water inlet - 0 to 100°CCooling Water outet - 0 to 100°C

Pressure gauges are of any Indian of reputed make, have dial size of 4" size of 4" and accuracyof 1 %. They are threaded in 3/8" size BSP threading.Temperature indicators are also of any standard Indian make and are supplied in 4" dial size withaccuracy of:t 1%. Connections are threaded to 1/2" BSP.Instrument panel is supplied with suitable tubing and wiring long enough to place it within 3 m ofthe pump.Control Panel

8.13 DescriptionThis control panel is incorporated in the fire fighting system for instantaneous starting of theDiesel engine driven pumpset. It starts the engine automatically. The engine batteries will bealways kept fully charged by the control panel. Besides this measures are taken to ensure thatthe engine starts instantaneously under any climatic conditions and gives audio/visual indicationsfor Low Lub oil pressure, High water temperature, low fuel level, over speed, start failure etc.Optional power failure automatic starting arrangement can be provided.

8.14 Starting SystemDC Motor starter which include solenoid valves and motor is provided on the engine, for startingthe engine. The starter motor receives the supply either from the main battery or from standby.The starter motor receives the starting signal through starting solenoid from the following:Manually by Ignition Key provided on the engine instrument Panel. Start push button provided onthe control panelWhen the auto/manual switch on the Control panel is in Auto position engine will startautomatically when the pressure in the main header line falls below the pre-set value. The enginethus started can be switched off just by pressing STOP push button on the Control Panel

When the auto/manual switch is in manual position the engine can be started and stoped bySTART and STOP push button of the panel irrespective of hydrant pressure switch conditions.

Irrespective of the Control panel the engine can be started with the help of the ignition key. Theengine thus started has to be stopped by the ignition key only.

AI, the Control devices including relays, Timers, indicating Lights etc. will be housed in thestarting panel. This panel is fabricated out of sheet metal and is internally wired with 1.5 sq.mmPVC insulated copper conductor of 650 grade. This panel will operate in connection with batteriesand battery charger and speed sensing unit. The panel will have necessary relays timers so as tofacilitate three number of starting attempts for the diesel engine. Starting time is limited to fiveseconds with a interval of 15 seconds. In any method of stopping the engine the complete systemgets restored to its starting position.

The panel will give audio/visual indications for faulty condition of the set. After attending to thefault the system can be re-stored only after pressing the re-set push button.

Page 49: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Batteries and Batteries charger

Two batteries (I.e. one main and another standby) will be provided for each engine to ensure theuninterrupted power supply to starter motor. The batteries shall be of heavy duty type andadequately sized for the service required. The batteries shall be supplied in dry unchargedconditions. The battery charging is achieved by two rectifier type battery charger, incorporated inthe Control Panel. Battery charger is capable of charging both the batteries in trickle charge only.Individual battery set can be charged either on trickle or on boost. Volt meter and meter isprovided on the Control panel to show the charging voltage and current, charging current can beadjusted with the help of an adjustable resistance. When the engine is idle the batteries arecharged through the battery charger.

Fuel TankSuitable to hold fuel for 6 hours continuous operation of engine on full load capacityEpoxy coated, complete with 100mm dial magnetic oil level indicator and suitable hoses (3 Mlong maximum) for fuel transfer from tank to filter, injector return and fuel pump return to fueltank.

Battery System12 Volts 180 amp.-hr. battery of reputed Indian make with suitable cable 3M long maximum (Onepair working, one standby) and changeover switch.

8.15 TESTING & INSPECTIONThe manufacturer shall conduct all tests required to ensure that the equipment furnished shallconform to the requirement of this specification and in compliance with requirements of applicablecodes. The particulars of the proposed tests and procedure for the tests shall be submitted to thepurchaser for approval before conducting the tests.

At manufacturer's works, tests shall be carried out during and after completion of manufacture ofdifferent component parts and the assembly as applicable. Following tests shall be conducted :

Material analysis and testing.Hydrostatic pressure testing of all pressure parts.

Static and dynamic balance tests of rotating parts at applicable over speed and determination ofvibration level. DPT on machined parts of piston and cylinder.

Radiography and magna flux examination of materials and welds.

Ultrasonic testing of casting and forgings. Magnetic particle test on cam shafts.

Determination of capacity, efficiency and characteristic curves of all diesel engine driven pump.

Dimensional check on close tolerance items i.e. crank shaft, connecting rod, piston, cylinder bore,piston liner etc. including roundness of piston. Calibration test of all fuel pumps, injectors,standard orifices, nozzles, instruments, etc.

Overspeed test of the assembly at 120% of rated speed.

Power run test.

Performance test of the diesel engine to determine its torque, power and brake specific fuelconsumption at rated speed and other parameters as per quality plan to be approved byRESERVE BANK OF INDIA enclosed. Performance test of the engine shall carried out for onehour each at 1/4, 1/2, 3/4 load and for four hours at 110% full load as per IS: 1000/85: 5514.

Page 50: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Function checks and adjustment of speed governor.

Overall mechanical and electrical inspection.

Check for vibration and noise level.

8.16 DRAWINGS, DATA, CURVES AND MANUALSThe bidder shall submit the following documents in eight sets to purchaser consultant forapproval after award and manufacturing process shall be initiated only after obtaining approved.

Drawings

Outline drawing showing the principal dimensions weight and location of fly wheel.

Typical cross-section drawing showing various components of the engine with material ofconstruction, etc.

Engine foundation details along with all design loads, directions and point of application.

Drawing showing the lubrication arrangement.

Data & CurvesAnticipated performance curves showing the following characteristics:

a) Engine speed vs. power output.b) Engine speed vs. Torque

G.A. schematic drawings and terminal details of diesel engine control panel.

Completely filled in particulars enclosed with the specification for final approval.

A comprehensive write-up or brochure on the details of manufacturing and testing facilities in theshop of the manufacturing..

Complete description and illustrated literature on the engine and accessories offered.

Any other datalinformation related to the erection and operation of the engine.

Quality Assurance Plan.

Instruction Manuals:

Shop/Site test procedure.

The Instruction Manuals shall present the following basic categories of information in acomprehensive manner prepared for use by operating and / or maintenance personnel:

Instruction for erection

Instruction for pre-commissioning check-up, operation, abnormal conditions, maintenance andrepair.Write-up on controls and interlocks provided.Recommended inspection points and periods of inspection.Schedule of preventive and shut down maintenance indicating activity details, frequency,duration, consumable / spares required, manpower / tools & tackles necessary etc.Ordering information for all replaceable spare parts with code number of parts etc.Recommendation for type of lubricating points, frequency of lubricant changing schedule.

Page 51: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Assembly / disassembly sequence for capital maintenance of each component / sub - assembly.The information shall be organised in a logical and orderly sequence. A general description of theequipment including significant technical characteristics shall be included to familiarize operatingand maintenance personnel with the equipment.Necessary drawings and / or other illustrations shall be included and copies of appropriate finaldrawings for the overall assembly as well as all sub - assembly component shall be bound in themanual.Test, adjustment and calibration information, as appropriate, shall be included and shall beidentified to the specific equipment. Safety and other warning notice and installation,maintenance and operatingcautions shall be emphasized.A parts list shall be included showing part nomenclature, manufacturer's part number and/or otherinformation necessary for accurate identification and ordering of replacement parts.Instruction Manuals shall be securely bound in durable folder.

If a standard manual is furnished covering more than the specific equipment purchased, theapplicable model (or other identification) number, parts number and other information for thespecific equipmentpurchased shall be clearly identified. Sectional drawings to suitable must be included in theinstruction manual.

The instruction Manual shall include the list of spare parts that have to be procured along with theequipments. It shall also include list of all special tools and tackle furnished with completedrawings and instruction for use of such tools tackles.

The Instruction Manual will need approval of Purchaser I Consultant in the same fashion as thatfor drawings.

Copies of documents

Four copies of documents and drawings for approval.

Two copies of finally approved documents and two reproducible for distribution prior to offeringmaterials for inspection.

Two sets of instruction manual along with supply.

8.17 DIESEL ENGINE CONTROL PANEL WITH BATTERY CHARGERThe panel shall be composite type with provision for Diesel Engine Control and Battery charger.

8.18 CODES AND STANDARDSa) All equipments shall conform to the requirement of the latest revisions of the following

codes and standards.

IS : 266 Sulfuric acid.

IS : 1069 Marking and arrangement for switchgear busbars, main connections and auxiliarywiring.IS : 1248 Water for storage battery.IS : 1146 Direct acting electrical indicating instruments.IS : 1554 Hard rubber container for lead-acid storage battery.IS : 1651 PVC insulated (heavy duty) electric cables.IS : 1652 Stationary cells and batteries, lead-acid type with plante positive plates). IS : 2147 Degrees of protection provided by enclosures or low voltage switchgear and controlgear.IS : 2208 HRC cartridge fuse-links upto 650 V.IS : 3116 Sealing compound for lead acid batteriesIS : 3700 Essential ratings and characteristics of semi-conductor devices.IS : 3895 Mono-crystalline semi-conductor rectified cells and stakes.

Page 52: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

IS : 4237 Heavy duty air-break switches for voltage not exceeding 1000 V.Air break switches, air break disconnectors air break switch disconnectors and fuse combinationunits for voltage not exceeding 1000 V AC or 1200 DC.General requirements for switchgear andcontrol gear for voltage not exceeding 1000 V.IS : 4540 Mono-crystalline-semi-conductor rectifier assemblies and equipments.IS : 4047 IS : 4064IS : 5154 Lead acid traction batteries.IS : 6071 Synthetic separator for lead acid batteries.c) The equipment shall also conform to the latest Indian Electricity Act and IndianElectricity Rules

8.19 DETAILS OF ENGINE CONTROLGeneral InformationsThis panel is meant for starting the engine manually from the panel itself or automaticallywhenever there is a fall in pressure in the system. The panel circuitry shall be such that threestarting commands of 5 Secs. duration each with interval of 15 Sees. shall be provided throughtimer circuit and the engine is expected to start within 3 Secs. When the engine starts, the oilpressure will develop and will give the 'Set Running' indication in the Control panel and furtherstarting operation are automatically cut-off. In case the engine does not start within 3 Secs., thepanel will give an audio/visual indication of "Start Failure".

8.20 Monitoring SystemThe control panel is also meant for monitoring the status of the engine and would provided thefollowing indication:Lubrication oil Pressure low Lubrication oil Sump level low Lubrication oil temperature high Fueloil level for tank low. Cooling water temperature high. Set runningEngine fails to startOver speedPower on

8.21 DETAIL OF BATTERY CHARGERGeneral InformationThe equipment specified hereinafter are required for starting the diesel engines and othersupplies to various alarm/control panels.

b) For each diesel engine there shall be two (2) sets of battery and (2) sets of battery charger.One (1) set of battery is for automatic starting of the engine and other is provided as standby. Aselector switch shall be provided at the control panel to select anyone of the two (2) sets ofbattery for starting of the engine.

c) Separate battery backed DC system along with charger shall be provided for each panel of thefire protection system package.

d) The battery system for the alarm/control/annunciation panel shall have adequate capacity tocater to all the momentary and short time loads within the panel in addition to supplying thecontinuously rated loads for a duration of 8 hours in the instant of A.C. supply failure.

e) Battery system for each diesel engine starting shall be large enough to crank the engine twelvetimes successively, each for a duration of 10 secs., without any charging in between.

f) The bidder shall indicate the battery voltage and battery capacity in ampere hour at ten (10)hour discharge rate. The battery voltage at any time during operation shall not be less than theminimum voltage required for operation of the D.C loads.

Page 53: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Specific Features

The Bidder shall furnish the battery charging scheme complete all necessary accessories such astransformers, switches, fuses, starter, contractors, diodes, ammeters, voltmeters and otherdevices as required for trouble free operation. All devices and equipment shall conform torelevant Indian Standard or shall be technically superior to it.

The battery charger shall be of static type and the charges shall have selector switches for floatand boost mode of operation. During float mode, the charger will operate in constant voltagemode with a voltage set potentiometer and trickle charge the associated battery as well as supplythe continuous DC requirement. This means in normal operating conditions battery shall not bedrained and kept ready for any contingency.

During boost selection, the charger will operate in constant current mode and charge up thebattery within eight hours. While boost charging the battery getting boost charge shall be isolatedfrom the loads. Current and voltage range of the charger have to be adequate and approved bythe Owner.

All chargers shall be provided with facilities to select automatic and manual control of outputvoltage and current.

Charger shall have adjustable load limiter which shall not allow the charger to exceed the setlimit.

When on automatic charge output voltage shall remain with 1 % of the set value for an inputvoltage variation of 10%.

Voltage regulation of the charger with a loading from 0% to 100% shall not be more than 2%.

Each charger shall be provided with AC input voltmeter with selector switch, DC voltmeter andDC ammeter. All the instruments, switches and lamps shall be flush/semi-flush mounted on thepanel.

Charger panels shall have adequate number of annunciation windows and also facility for remoteannunciations.

Space heater of adequate capacity shall be provided to prevent moisture condensation in thepanel.

The construction, fabrication and painting of the panel shall be as per Section 12 of TheTechnical Specification.Monitoring SystemThe control panel will provide following indications also:Battery - A selected Battery - B selected Battery - A voltage low Battery - B voltage lowBattery charger - I failure Battery charger - 1\ failure Battery Voltage – Low

8.22 DETAILS OF BATTERYBatteryThe cells shall be lead acid type.The plates shall be designed for maximum durability during all services conditions including highrate of discharge and rapid fluctuation of load.Each cell shall be assembled in heat resistant, shock absorbing container made of suitablematerial with suitable provision of upper and lower electro type level indication. Sufficientsediment space shall be provided so that the cells will not have to be cleared out during normallife of the battery.

Page 54: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

The cells shall be sealed in type with anti-splash type vent plug.Separator between plates shall permit free flow type of electrolyte. Separator shall be made ofacid resisting materials. Proper arrangement shall be adopted to keep end plated in position.

The cell terminal posts shall be provided with connector bolts and nuts, effectively coated withlead to prevent corrosion. Lead or lead coated copper connectors shall be furnished to connect-up cells of battery set.Positive and negative terminal posts shall be clearly and indelibly marked for easy identification.

The electrolyte shall be of battery grade sulfuric acid conforming to IS : 226-1961. Water forstorage batteries conforming to IS : 1069 shall be used in the preparation of the electrolyte.

8.23 TESTINGSuitable terminal board shall be provided with each battery bank to enable easy terminal ofOwner's cable instead of terminating it directly into the end cell.

The battery shall conform to IS : 1651 or 1652.

a) Following routine tests shall be carried out on all Battery chargers.b) Compliance with approved dry, data sheet & specification. Insulation resistance test.c) H.V. (power frequency) test.d) Temp rise test at full load.e) Voltage regulation test.f) Performance test including load test.g) Check for over voltage/under voltage protection & over current/short circuit protection.h) Check for degree of protection.i) Burn in test on all Electronic modules/panels.j) Batteries to be checked for make, type and rating.

9.00 ERECTION OF EQUIPMENTS & TYPE OF EDQUIPMENTS

The type of equipment covered in this specification include but not limited to the following:

i) Pumps with motorsii) Pumps with diesel engine drives.iii) Auxiliaries to diesel drive such as starting compressor, Lube oil system, diesel tanks, airreceivers etc.

iv) Air compressor

9.01 PRE-ERECTION ACTIVITIES The contractor shall be responsible for checking levels and orientation plan of all foundation,diameter, length and disposition of anchor bolts in accordance with the supplier's booklet andliterature for installation, well in advance of taking up the actual erection of machinery.Contractor shall carry out minor rectification such as chipping of surface of foundation etc.,where necessary. After completion of the pre-erection work to the satisfaction of the Engineer-incharge the contractor shall commence erection of machinery on foundation.

9.02 ERECTIONThe Erection of machinery shall be such that installation and operation instructions supplied bymanufacturers shall be adhered to before final grouting is taken in hand.

In case of vertical pumps, the contractor shall install the casing pipe, bowl assemblies, motorshafts, etc. true to plumb on M.S. Channels as per approved drawings and direction of theEngineer-in-charge.

After erection and alignment in accordance with the drawing, specifications and instruction thework shall be shown to the Consultant / client’s representative for checking and approval beforetaking up grouting of foundation, dressing of foundation base. Grouting shall be as drawings,specifications and instructions of Engineer-in-charge. Pressure grouting if necessary and as

Page 55: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

directed by the Consultant / client’s representative must be admissible for the grouting work.

Final alignment, as specified by the manufacturers, shall be carried out after all pipingconnections are made. Tolerances specified by the manufacturers shall be adhered to. To ensurethat no stresses are included on the pumps by the piping the contractor shall again check thealignment by disconnecting the piping or in the working condition or in both conditions.

For all machinery, drilling of holes in the base plates for fixing motors fixing of couplings on shaftsetc. and doweling including provision of dowel pins or similar arrangements for retaining thealignments shall be carried out by the contractor as a part of retaining the alignment shall becarried out by the contractor as part of erection work.

The contractor may have to open some of the parts of the equipment for cleaning and fitting it inits original condition. No extra payment shall be made for such work.

9.03 GROUTING UNDER BASE PLATES OF EQUIPMENTMaterial

i)All the materials required for this item shall be conforming to the relevant Indian Standardswhere applicable.Under no condition shall neat cement be used for grouting.Normal grout shall be prepared using Portland cement and clean fine sand in ratio 1 : 2 or asspecified and thoroughly mixed with water.

For critical applications where non-shrinkable grouts are required and called out in drawings, themixture shall be made up of 1 part of cement, 1 part clean sand and part of ferro grout.

9.04 GeneralThe grouting materials shall solidly fill the spaces to be grouted and permanently retain its originalvolume so that the base plate will be held firmly in the set position. The amount of water used inmixing shall be kept to a minimum such that the grout shall have a consistency too stiff to flow.

9.05 Preparation of SurfaceThe top of foundation shall be clean and free of all laitance, loose particles, oil or grease andshall be wetted thoroughly leaving no puddles prior to grounding.All trapped pockets shall be properly vented to show full penetration of grout.The grout shall cover all shims which are to be retained.

9.06 PlacementAll anchor bolts holes be completed filled with grout.The finished surface shall be floated smooth and shall slope away from base plate (approx. 1 :25).Care is to be taken during grouting so that the base plate level and alignment is not disturbed.

9.07 TRIAL RUNSThe duration of trial run for pumps will generally be 4 hours (continuously), the contractor shallprovided at his own cost as part of erection, charge hands fitters mechanics, helpers etc.necessary for maintaining the machinery during the test period. The category and number of suchskilled workmen required and duration will be decided by the Consultant / client’s representativeand the contractor shall be bound by such a decision.

9.08 PaintingAfter the mechanical completion and testing of the work, painting work shall be done inaccordance with the Standard Specification for shop and field painting.

Page 56: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.07 PIPING WORK

1.0 SCOPE

1.1 The scope under this section cover fabrication assembly and laying of pressure pipes and pipefittings.

2.0 STANDARDS & CODES

2.1 The following standards shall be applicable:

a) IS : 5822 COP for laying welded steel pipesb) IS : 10234 Recommendation for general pipe

line welding

3.0 GENERAL REQUIREMENTS

3.1 The pipe assembly shall be suitable for the service and pressure it serves. The assembly shallbe totally leak proof and easy for maintenance.

3.2 Necessary flanged joints and control valves shall be incorporated in pipe for easy maintenance,replacement and isolation of section of pipes. The flanged joints shall be 3 mm neoprene gasketor gasket suitable for the pressure and temperature of the fluid.

3.3 The pipes shall be laid in lines and levels indicated in the drawings. The vertical risers shall beproperly secured to the building structure with necessary clamps. The horizontal runners shallbe hung fro the ceiling using pipe hangers or laid on structural steel racks.

3.4 Additional supports shall be provided at the assembly of valves and control accessories, changein direction of pipes etc.

3.5 Neat appearance and good workmanship with provision for easy maintenance shall be primeconsideration. Pipes shall be cleaned thoroughly and cleared off, of all foreign matters beforetaking up the assembly.

3.6 The pipes shall be assembled and laid in straight line and levels with adequate slopes fordraining out the system.

3.7 The inside and outside surface of the pipe and fittings shall be thoroughly cleaned before andafter the fabrication work.

3.8 All fabricated piping shall conform to the fabrication dimensional tolerance specified in the codefor pressure piping, ANSI B 31.3 and shall in no case be more than the following :

a) Individual tolerance : 1.5 mmb) Overall tolerance : 3.0 mm

3.9 All piping work shall be provided with protective coating as specified separately in this section.

4.0 WELDED PIPE ASSEMBLY -

Page 57: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.01 GENERALThis specification covers field and shop welding for carbon steel piping system in particular,following types of joints bends branch connection, valves etc.

Butt welds, between pipes, flanges, bends branch connection, valves etc.Fillet welds for junction of slip on flanges and socket weld fittings, reinforcing pads etc.

The following accepted standard and procedure shall be applicable:

Standard for welding pipes and related facilities - ANSI B 31.3 latest edition.Code of procedure for manual metal arc welding of mild steel- IS:823 latest edition (for structuralwork only)

In case of any variation between the provision of the codes and the specification given below, thelater will prevail.

4.02 WELDING REQUIREMENTS

All welds joining two sections of pipe, a section of pipe to a fitting or fittings shall be performedemploying qualified welding procedure and welders in accordance with clause 02 to 08 of thisspecification.

Before welding, the ends shall be cleaned by wire brushing, filling or grinding. Each weld-runshall be cleaned of slag before the next run is deposited.

Welding shall be done by certified welders only.Welding at any joint shall be completed uninterrupted.

Welding shall done by manual oxy-acetylene or manual shielded, metal arc process. Automatic orsemiautomatic welding processes may be done only with the specific approval of Engineer-in-charge.Socket weld joint shall be done with low hydrozen type covered electrodes with manual shieldedmetal arc process.As far as possible welding shall be carried out in flat position. If not possible, welding shall bedone in position as close to flat position as possible.

Downward technique is not allowed.

A wire spacer of proper diameter may be used for the weld root opening but must be removedafter tack welding and before applying root pass.

As a rule backing ring shall be used for circumferential butt welds.

Tack welding for the alignment of pipe joints shall be done only by qualified welders. Since tackwelds form part of final welding, they shall be executed carefully and shall be free from defects.Defective welds shall be removed prior to the welding of joints. Electrodes size for tack weldingshall be selected depending upon the roof opening. Welding electrodes shall conform to IS:814and 815.

Tack should be equally spaced as follows:

For 65 mm NB and smaller pipes For 80 mm NB to 300 mm NB pipes For 350 mm NB and largerpipes 2 tacks 4 tacks 6 tacks

Root run shall be made with respective electrodes/filler wires. The size of the electrodes shall notbe greater (12 SWG) and should preferably be 2:64 mm (12 SWG). Welding shall be done withdirect current values recommended by the electrodes manufacturers.

Page 58: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Upward technique shall be adopted for welding pipes to horizontally fixed position. For pipes withwan thickness less than 3 mm oxyacetylene welding is recommended.

On completion of each run craters, weld irregularities, slag etc. shall be removed by gringing orchipping.

During the process of welding, all movements, shocks, vibration or stresses shall be carefullyavoided in order to prevent weld cracks.

Fillet weld shall be made by shielded metal arc process regardless of thickness and class ofpiping. Electrodes size shall not exceed 10 SWG (3.25mm). At least two runs shall be made onsocket weld joints.

4.03 WELDING PROCEDURE QUALIFICATIONWelding procedure qualification for all piping, shall as per the latest edition of Standard forwelding pipelines and related facilities, ASME-Section - IX. It shall be the responsibility ofcontractor to arrange and carry out such test at his own cost.

4.04 WELDER'S QUALIFICATIONWelder qualification for all piping, shall be in accordance with AS ME Sec.IX. Owner's inspectorshaII witness the test and certify the qualification of each welder. Welders approved by theOwner's Inspector only shan be employed. It shall be the responsibility of the contractor to carryout the qualification test of the welders at his own cost at the job site. All the tools, tackles andauxiliaries required for carrying out welder's test shall be supplied by the contractor at his owncost.

4.05 WELDING PROCESSWelding under the process shall be done with the manual shielded metal arc process.The welding shall conform to the standard codes of welding practice. Welding of carbon steel ingeneral shall be in accordance with IS:823, Code of procedures for manual metal arc welding ofmild steel (For structural steel work only).The welding of pipes shall conform to ANSI B 31.3 (latest edition). The compliance with thisspecification does not reveille fully or partially the contractor's responsibilities for pipingfabrication and erection of his own responsibilities as well as on any contractual obligations.

4.06 PREPARATION OF WORK PIECESEnd PreparationPreparation of ends to be welded will be made properly.CleaningThe ends to be welded shall be properly cleaned. And paint, oil, grease rust and oxide in generalshall be removed, as well as all earth, sand or any other material which could be harmful to thewelding. Ends shall be totally dry when welded.

No dirt or debris will be permitted in the pipelines.

Alignment and Spacing

Piece to be welded shall be aligned and spaced in a suitable manner, so as to hold the endsduring welding at distance to ensure full penetration.For pipe with thickness 4 mm or larger, the pieces to be butt welded shall be coupled by meansof pipe couplers or by yokes or bridge 'c' clamps.

Page 59: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.07 WELDING TECHNIQUE FOR ROOT PASSFor Butt Joints

The root pass of butt joints, regardless of the technique used shall be such as to achieve fullpenetration.

After the welding is started and until the joint has been completed, displacements, shocksvibration or stresses shall be avoided in order to prevent cracks or breaks in the welds.

For Fillet Welds

On completion of the root pass, any visual defect or irregularities shall be ground off to avoiddefects or irregularities in next pass.

4.08 JOINT COMPLETIONa) Upward technique shall generally be used for pipe in horizontal and vertical position.

b) When the welding is complete, but joints shall have a cover pass. Welds shall have a regularappearance and shall be free from defects.

5.0 CLEANING

5.1 The pipe shall be thoroughly cleaned, internally and externally during the fabrication, assemblingand completion of the entire piping work using compressed air, clean water etc.

5.2 Necessary detergents shall be used while cleaning and flushing the piping system and in-lineinstruments, traps etc. shall be isolated.

5.3 All field-fabricated piping shall be cleaned at the completion of fabrication. Care shall be takento see that all burrs, welding icicles and weld spatter are removed by reaming, chipping, filling,sandering or other suitable means. All foreign material such as cement, mortar, sand, heavy oilfilm and loose scale shall be removed from the interior of pipe by thoroughly flushing with water.To avoid large size foreign material being washed into smaller diameter branch blinds from alarger diameter header line, special precautions should be taken to disconnect at branches or toselectively blank them off.

5.4 A record shall be kept of cleaning of each line or section of erected piping. Cleaned line shall betagged.

5.5 Proper temporary drainage for flushing water shall be provided so that no damage is done topermanent facilities.

5.6 Valves shall be cleaned when received. All possible precautions shall be taken to preventcontamination and valves shall be inspected immediately prior to installation. If a valve is foundto be contaminated in any way, it shall be cleaned as follows.

a) Removed all foreign particles by wiping with clean lintless cloth.b) Wipe interior of valve with a clean lintless cloth moistened with clean trichloroethylene formetallic valves and dilute Sulphuric acid for PVC valves

5.7 If contamination is excessive in metallic valves, suspend the valve in a degreasing tank withhand wheel uppermost. Direct stream of liquid trichloroethylene into the rim of the valve,through both ends and against all inside surfaces. Flush thoroughly to remove all foreign matter.

5.8 Temporary screens of 20 mesh shall be installed in all rotary equipment suction lines inlet of alldelicate equipments like glass and glass lines vessels etc. and before starting up a unit. Thesescreens shall be inserted between flanges close to the equipment and must be removed whenoperation becomes normal.

Page 60: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

6.0 ABOVE GRADE PIPING

6.1 All piping shall be erected as shown on the drawings and in accordance with this specification soas to conform with the applicable codes and engineering design. Arrangement drawings shallshow general location and will indicate special dimensions, locations of valves, fittings etc.wherever critical.

6.2 Piping shall be grouped in banks wherever possible but must be at the same time have neat andeconomical layout with minimum number of fittings.

6.3 Due provision shall be made for thermal expansion of pipes and equipments preferably byflexible arrangement, expansion joints etc.

Special attention shall be given in the handling and erection of piping to prevent damage andensure to continue cleanliness of such piping.

6.4 All flanged joints shall be fitted up so that the gasket contact faces be uniformly on the gasket,and then made up with relatively uniform bolt stress. The gasket shall be properly compressedin accordance with the design principles applicable to the type of gasket used. All bolts shallextend completely through their nuts.

6.5 Piping connections to equipment shall be made in conformity with details shown on thedrawings. Large size piping attached to upper flanges of vessels shall be installed after the finalsetting shimming and grouting of the vessel supports.

6.6 Mill wrighting and grouting of all rotary equipments shall be done before the connected piping asbeen installed and properly anchored or supported.

6.7 Slopes of piping specified on drawings shall be maintained. Where no slope is required orwhere a required slow approaches the horizontal piping shall be checked for sag with a level notless than 1 meter long equipped with a graduated bubble vial. All low points where liquid maybe entrapped shall be removed.

6.8 Valved drains shall be provided at all low points where the liquid may be trapped, all high pointsshall have valved vents or plugged connections. Prior approval of the Clients/Consultants shallbe required for making these provisions.

6.9 After piping is erected in final position, it shall be cleaned, tested for tightness and dried outwhere required as already described in this specification.

7.0 UNDER GROUND PIPING

7.1 The pipes laid underground shall be in trenches having a minimum cover of 600 mm and a sandcushion of 150 mm above the pipe.

7.2 The pipes crossing roads, pavements etc. shall be taken through hume pipes.

8.0 CORROSION TREATMENT

8.1 The pipe assembly shall be provided with outer coating to prevent corrosion.

Page 61: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

8.2 The pipe and supporting arrangements laid above ground shall be provided with the followinganti corrossive coating.

a) Two coats of paint of approved colour over two coats of red oxide zinc chromate primer forM.S. pipe. Pipe coat primer shall be fibber an solvent based rubber modified bituminous primer ofdensity 0.92 gm/cu cm and viscosity of 500 to 1000 cps applied at 150 gms per Sq.M. Pipe coatshall be applied by brushing so as to produce effecting bond between metal and subsequentlycoating of pipe coat membrane. The drying time shall be not less than 24 hours.

b) Two coats of paint of approved colour for G.I. piping.

8.3 WRAPPING

All carbon steel pipes and pipefittings shall be thoroughly cleaned of oil and grease, using asolvent degreaser, which must be allowed to dry. All rust, soil and other unwanted matter mustbe removed prior to solvent degresing by chipping, manual scrapping and or wire brushing.

Pipecoat memberance (wrapping) material shall consist of three layers of high molecular highdensity polyethylene, three layers of polymerized bitumen and one layer of polyesters (totalseven layers). The same shall be applied under tension by heating the inner surface of themembrance by means of a blow torch, melting the lower most polyethylene layer and softeningthe bitumen taking care that the center course is not over heated and pressing the moltenbituminous surface onto pipe so that no air is entrapped or voids are found. The resultant coatingshall be free or voids are found. The resultant coating shall be free from all bubbles, wrinkles,irregularities, discontinuities.

Conventional methods of hesian cloth, tar felt, craft paper, glass wool etc will not be permitted.

The coating shall be then allowed to dry and shall be protected from burrs, scratches andsharp edges.

Wrapping of pre-laminated self adhesive composite sheets of polyethylene and bitumen similarto PYPKOTE shall be acceptable as corrosive treatment for underground piping.

9.0 VALVES

9.1 The valves shall be incorporated in the piping system as shown on the drawings and shall beinstalled at locations and levels so that they are easily accessible for operation, maintenanceand replacement.

9.2 The screwed valves wherever provided shall be easily removable for repairs or replacement.Pipe for repairs or replacement Pipe nipples with flanged joints to be incorporated on either sideof the valves.

9.3 Gate valves shall be incorporated at branch office to isolate the section for maintenance andrepairs. The gate valves shall be used only at shut-off device.

9.4 Butterfly valves and globe valve shall be used to regulate the flow and balancing the system andto achieve the specified flow in different branches and sections of the piping work.

9.5 Check valves shall be incorporated as indicated on the drawings to counter the reverse flow.These are to be installed generally at the following places.

a) Discharge of centrifugal pumpsb) Outlet of equipment which are prone to reverse flow

Page 62: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

9.6 Pressure release valve shall be incorporated in the circuit to release the excess pressure toprotect the pipe lines, sanitary appliances and fittings equipments etc. these are to be installedgenerally at the following places.

a) Down take lines of more than 20m lengthb) Pressure vessels and filters

9.7 Air release valves shall be incorporated at places subject to air locks, height points in the pipingcircuit and the outlet of heat exchangers. Isolation valves are to be provided before the airrelease valves.

9.8 Strainer are to be incorporated at the suction side of pumps. By pass line with shut off valves tobe provided across every strainer.

9.9 Scour valve of stop valve type shall be incorporated at the lowest points for draining out thesystem.

9.10 Flanged valves shall be installed using matching flanges on the pipe line with 3 mm thickneoprene gasket unless otherwise specified. The gasket should be suitable for the medium offlow, the temperature and pressure.

9.11 Supports shall be provided for the pipes at each end of the valve to relive pressure on the valvejoint. In addition to this additional support are to be provided for valves of 100 mm and above.

10.0 HYDRAULIC TESTING

10.1 All piping shall be pressure tested by filling water, removing air locks and applying pressure 2.5times the operating pressure using hand or hydraulic test pump unless otherwise specified.

10.2 The pressure shall be maintained for a minimum period of 24 hrs and achieve pressure dropshall be within 0.25.

10.3 The testing shall be carried in section by blocking both ends or closing the valves, if provided.After completion of the entire installation and connecting to the mains or pumping system theinstallation shall once again be tested and rectify breakages, if any, or replace the defectivematerial and workmanship.

10.4 After commissioning the system, each valve shall be tested for effective working by closing andopening a number of times.

10.5 The piping coming under any local authorities regulator shall be tested according to the clauselaid under such regulations.

10.6 All testing shall be carried out in the presence of the Owner/Consultants and test register shallbe maintained. Water, labour, equipments and register required for the testing shall be theresponsibility of the contractor.

10.7 The contractor shall provide all material, tools, equipment, instruments, services and labourrequired to perform the test and to remove water resulting from cleaning and after testing.

10.8 After completion of the installation, all water system shall be adjusted and balanced to deliverthe water quantities as specified, quoted or as directed, to individual air handling units and fancoil units cooling coil.

Page 63: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

10.9 Water circuit shall be adjusted by balancing cocks provided for balancing, these shall bepermanently marked after balancing is completed so they can be restored to their correctpositions, if disturbed.

10.10 Complete certified balancing report shall be submitted for evaluation and approval. Uponapproval, four copies of the balancing report shall be submitted with complete drawings anddocuments.

10.11 PressurizationPressure shall be applied by means of a suitable test pump which shall not be connected to thesystem until ready to test. A pressure gauge shall be provided at the pump discharge forguidance in bringing the system up to pressure. The pump shall be attended to constantly duringthe test by an authorized operator. The pump shall be disconnected immediately after the testpressure is reached.

The test pressure is to be maintained for sufficient time to permit complete inspection of thesystem under test but in no case shall the time be less than ten minutes. Test shall be consideredcomplete only when approval is given by the Engineer-in-charge.

10.12 Test gauge

Contractor's own test gauge shall be installed as close as possible to the lowest point in thesystem being tested. Prior to installation, the test gauge shall be checked against a standardgauge or calibrated. Calibration of test gauge shall be the responsibility of the contractor.

10.13 DrainingAll lines and equipment shall be completely drained after the hydrostatic test of a system hasbeen completed. High point vents shall be open to prevent accessing vacuum and permitcomplete draining.

If it comes necessary to leave the pipe filled with the testing medium for any abnormal length oftime suitable arrangement such as venting shall be made to provide for possible liquid expansionwith change in ambient temperature.

Page 64: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

10.14 Records

Records in triplicate shall be made by the contractor for each system as follows.In case of under ground piping, layouts giving actual elevations of pipeline as laid.Test certificates containing data of test, identification of the piping system, date of flushing andapproval by Owner's Inspector.

2.08 APPLIANCES & ACCESSORIES

1.0 SCOPE

1.1 The scope under this section shall cover supply, installation, testing and commissioning of firefighting appliances and accessories.

2.0 STANDARD SPECIFICATION

2.1 The following standard specification shall be applicable.

a) IS : 5290 Landing valveb) IS : 5714 Hydrant, stand pipe for fire fightingc) IS : 9972 Sprinkler head, automaticd) IS : 884 Hose reel, first aid for fire fightinge) IS : 636 Hose, FF (Rubber lined or rubberised

fabric lined, woven jacketed)f) IS : 4927 Canvas hose, unlines flex for FFg) IS : 910 Combined key for hydrant, hydrant

cover and lower valve.h) IS : 8090 Coupling branch pipe, nozzle used in

hose reel tubing for fire fightingi) IS : 901 Couplings, double male and double

femalej) IS : 905 Delivery breeching, dividing and collecting

instantaneous pattern for fire fightingk) IS : 5131 Dividing breeching with control, for fire

brigade usel) IS : 908 Fire hydrant, stand post typem) IS : 5612 Hose clamps and hose bandages for

Fire brigade usen) IS : 2546 Fire bucket, galvanised mild steelo) IS : 2871 Branch pipe, universal, for fire

fighting purposesp) IS : 926 Axe, fire man'sq) IS : 8149 Fire extinguishers (trolley mounted)

twin CO2 , functional requirementsr) IS : 933 Fire extinguisher, chemical, portable foam

type

3.0 GENERAL REQUIREMENTS

3.1 The appliances and accessories should conform to the relevant IS specification and shall meetthe requirement and approval from the fire authorities.

3.2 The appliances and accessories shall be mounted in such a way that they are easily accessibleand easy to operate.

3.3 The fire fighting equipments such as fire extinguishers etc. shall bear the class of fire it issuitable, the operating and precautions etc.

Page 65: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

4.0 APPLIANCES

4.1 The external (yard) hydrants shall be single or double headed conforming to IS :5920. Thehydrants shall be complete with stand pipe, hydrant valves and orifice plate wherever necessary.

4.2 The internal hydrants shall be single or double headed conforming to IS: 5920. The hydrantshall be complete with branch pipe, hydrant valves and orifice plate wherever necessary, blank-off cap etc.

4.3 The hydrant valves shall be flanged gunmetal with instantaneous female outlets suitable for firebrigade 65mm canvas hose. The single headed hydrant valves shall be with 80mm inlet andsingle 60mm oblique outlet. The double hydrant valve shall be with 100 mm inlet and twin65mm seamese outlet.

4.4 The hose pipe shall be 15m long 63mm dia ply flax circular woven canvas, fully shrunk andbrunettised for preservation and shall be with a pair of instantaneous GM coupling.

4.5 The branch pipe shall be brass with 63mm inlet and 20 mm nozzle.

4.6 The first aid hose reels shall consists of 36m long 20mm dia high pressure braided rubber hosemounted on heavy duty circular M.S drum complete with gun metal shut off valve, nozzle etc.The hose reel bracket shall be M.S fabricated or cast iron swing type suitable for 90 deg.smooth and free rotation in vertical plane.

4.7 The fire hose cabinet shall be 16 SWG sheet steel with lockable hinged door of minimum 50%glazzing. The cabinet shall be of suitable size to house hydrant valves, hose reel, canvas flex,branch pipe, fire axe and other accessories. The cabinet shall be painted with two coats ofsynthetic enameled paint over two coats of red oxide zinc chromate primer.

The minimum size of the cabinets shall be as indicated below: a) With hose reel 1200 x 1500 x 250

b) Without hose reel 600 x 600 x 250

4.8 The fire brigade collective breaching shall be with 150mm header of adequate length with 4nos. 65mm spring loaded instantaneous GM coupling with caps. The fire brigade streetconnection shall be similar to FB breaching but with 150mm butterfly valve and NRV.

5.0 ACCESSORIES

5.1 The air vessel/air cushion tank shall be of adequate capacity fabricated out of sheet steel andshall be complete with air release valve, 25 mm stop valve, 25 mm drain valve, associatedpiping work etc. The air vessels shall be mounted at the highest points prone to air trap.

5.2 The air release valves shall be single or double float with air outlet at the top. Drain valves of 50mm gun metal shall be provided at the lowest points of the piping work to enable draining ofwater in the system. The drain valves assembly shall include 50mm nipple and 5m long PVCrubber hose.

Page 66: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.09 Equipment DataPumps for Hydrant system

SL No. Description Main Pump Jockey Pump Diesel Pump1.0 General1.1 Quantity set 1 1 11.2 Pumps in operation set 1 1 11.3 Identification P511 P512 P5131.4 Service Fire Hydrant FH Jockey Fire Hydrant-

stand- by1.5 Location Pump Room Pump Room Pump Room1.6 Vibration isolation Serated NA Serated

Neoprene pads Neoprene pads2.0 Technical Data2.1 Capacity lpm 2280 180 22802.2 Operating Pressure bar 6.0 6.0 6.02.3 Fluid Water2.4 Type Centrifugal2.5 Casing2.5.1 Type End suction End suction End suction2.5.2 Pressure bar 7.0 7.0 7.02.5.3 Stages nos. By supplier2.6 Motor2.6.1 Type Squirrel Cage Induction2.6.2 Speed rpm By supplier By supplier By supplier2.6.3 Enclosure IP55 IP552.6.4 Insulation Class By supplier By supplier By supplier2.6.5 Minimum output KW 45 7.5 642.6.6 Starter DOL DOL DOL3.0 Manufacturing Data3.1 Make To be indicated by supplier3.2. Model To be indicated by supplier3.3 Motor output KW To be indicated by supplier3.4 Efficiency % To be indicated by supplier3.5 Performance chart To be enclosed3.6 Casing Cast iron3.7 Impeller Bronze3.8 Shaft SS 3043.9 Bearing & sleeve SS 3043.10 Suction Inlet mm By supplier3.11 Discharge outlet mm By supplier

Page 67: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.10 Fire Pump Inspection, Testing, and Maintenance

Fire Pumps

General.The routine inspection, testing, and maintenance of fire pump assemblies shall be conducted as per the

table below.

Item Activity FrequencyPump house, heating ventilating louvers Inspection WeeklyFire pump system Inspection WeeklyPump operation

No-flow condition Test WeeklyFlow condition Test Annually

Hydraulic Maintenance AnnuallyMechanical transmission Maintenance AnnuallyElectrical system Maintenance VariesController, various components Maintenance VariesMotor Maintenance AnnuallyDiesel engine system, various components Maintenance Varies

A fire pump assembly provides water flow and pressure for private fire protection. The assembly includesthe water supply suction and discharge piping and valve; pump; electric, diesel driver and control; and theauxiliary equipment appurtenant thereto.

The pump assembly auxiliary equipment shall include the following:(a) Pump accessories

1. Pump shaft coupling2. Automatic air release valve3. Pressure gauges4. Circulation relief valve (not used in conjunction with diesel engine drive with heat exchanger)

(b) Pump test device(s)(c) Pump relief valve and piping (where maximum pump discharge pressure exceeds the rating of the

system components or the driver is of variable speed)(d) Alarm sensors and indicators(e) Right-angle gear sets (for engine-driven vertical shaft turbine pumps)(f) Pressure maintenance (jockey) pump and accessories

Water Supply to Pump Suction.The suction supply for the fire pump shall be adequate to provide the required flow at a gauge pressure of

zero (0) psi [zero (0) bar] or higher at the pump suction flange to meet the system demand.

Energy Source.The energy sources for the pump driver shall be adequate to supply the necessary brake horsepower of the

driver so that the pump meets system demand.

Driver.The pump driver shall not overload beyond its rating (including any service factor allowance) when

delivering the necessary brake horsepower.

Controller.Automatic and manual controllers for applying the energy source to the driver shall be capable of providing

this operation for the type of pump used.

Page 68: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Notification to Supervisory Service.To avoid false alarms where a supervisory service is provided, the alarm receiving facility always shall be

notified by the owner or designated representative as follows:(a) Before conducting any test or procedure that could result in the activation of an alarm(b) After such tests or procedures are concluded

Inspection.The purpose of inspection is to verify that the pump assembly appears to be in operating condition and is

free from physical damage.

The pertinent visual observations specified in the following checklists shall be performed weekly.Pump House Conditions.

(a) Heat is adequate, not less than 40F (4.4C) [70F (21C) for pump room with diesel pumps withoutengine heaters].

(b) Ventilating louvers are free to operate.

Pump System Conditions.(a) Pump suction and discharge and bypass valves are fully open.(b) Piping is free of leaks.(c) Suction line pressure gauge reading is normal.(d) System line pressure gauge reading is normal.(e) Suction reservoir is full.

Electrical System Conditions.(a) Controller pilot light (power on) is illuminated.(b) Transfer switch normal pilot light is illuminated.(c) Isolating switch is closed - standby (emergency) source.(d) Reverse phase alarm pilot light is off or normal phase rotation pilot light is on.(e) Oil level in vertical motor sight glass is normal.

Diesel Engine System Conditions.(a) Fuel tank is two-thirds full.(b) Controller selector switch is in AUTO position.(c) Batteries' (2) voltage readings are normal.(d) Batteries' (2) charging current readings are normal.(e) Batteries' (2) pilot lights are on or battery failure (2) pilot lights are off.(f) All alarm pilot lights are off.(g) Engine running time meter is reading.(h) Oil level in right angle gear drive is normal.(i) Crankcase oil level is normal.(j) Cooling water level is normal.(k) Electrolyte level in batteries is normal.(l) Battery terminals are free from corrosion.(m) Water-jacket heater is operating.

Steam System Conditions.Steam pressure gauge reading is normal.

Testing.Purpose.

The purpose of testing the pump assembly is to ensure automatic or manual operation upon demand andcontinuous delivery of the required system output. An additional purpose is to detect deficiencies of the pumpassembly not evident by inspection.

Page 69: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Weekly Tests.Qualified operating personnel shall be in attendance during the weekly pump operation.

A weekly test of electric motor-driven pump assemblies shall be conducted without flowing water. This testshall be conducted by starting the pump automatically. The pump shall run a minimum of 10 minutes.

A weekly test of diesel engine-driven pump assemblies shall be conducted without flowing water. This testshall be conducted by starting the pump automatically, and the pump shall run a minimum of 30 minutes..The automatic weekly test timer shall be permitted to be substituted for the starting procedure.

The pertinent visual observations or adjustments specified in the following checklists shall be conducted whilethe pump is running.Pump System Procedure.

(a) Record the system suction and discharge pressure gauge readings.(b) Check the pump packing glands for slight discharge.(c) Adjust gland nuts if necessary.(d) Check for unusual noise or vibration.(e) Check packing boxes, bearings, or pump casing for overheating.(f) Record the pump starting pressure.

Electrical System Procedure.(a) Observe the time for motor to accelerate to full speed.(b) Record the time controller is on first step (for reduced voltage or reduced current starting).(c) Record the time pump runs after starting (for automatic stop controllers).

Diesel Engine System Procedure.(a) Observe the time for engine to crank.(b) Observe the time for engine to reach running speed.(c) Observe the engine oil pressure gauge, speed indicator, water, and oil temperature indicators

periodically while engine is running.(d) Record any abnormalities.(e) Check the heat exchanger for cooling water flow.

Annual Tests.An annual test of each pump assembly shall be conducted under minimum, rated, and peak flows of the firepump by controlling the quantity of water discharged through approved test devices.

(a) Use of the pump discharge via the hose streams; pump suction and discharge pressures and the flowmeasurements of each hose stream shall determine the total pump output. Care shall be taken to preventwater damage by verifying there is adequate drainage for the high-pressure water discharge from hoses.

(b) Use of the pump discharge via the bypass flow meter to drain or suction the reservoir; pump suction anddischarge pressures and the flow meter measurements shall determine the total pump output.

(c) Use of the pump discharge via the bypass flow meter to pump suction (closed-loop metering); pumpsuction and discharge pressures and the flow meter measurements shall determine the total pump output.

The pertinent visual observations, measurements, and adjustments specified in the following checklist shallbe conducted annually while the pump is running and flowing water under the specified output condition.

At No-Flow Condition (Churn). (Conduct this test first.)(a) Check the circulation relief valve for operation to discharge water.(b) Check the pressure relief valve (if installed) for proper operation.(c) Continue the test for 1/2 hour.

At Each Flow Condition.(a) Record the electric motor voltage and current (all lines).(b) Record the pump speed in rpm.(c) Record the simultaneous (approximately) readings of pump suction and discharge pressures and pump

discharge flow.

Page 70: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

(d) Observe the operation of any alarm indicators or any visible abnormalities.

For installations having a device installed to control minimum suction pressure by throttling action, low suctionpressure on the device (below set minimum value) shall be simulated while pumping at the rated flow.Throttling action shall be observed for any abnormality (e.g., cavitations, pressure surges, and failure tothrottle). The simulated low suction pressure on the device shall be removed and throttling action again shallbe observed for any abnormality as the pump returns to full flow.

For installations having an automatic transfer switch, the following test shall be performed to ensure that theover current protective devices (i.e., fuses or circuit breakers) do not open. Normal power failure shall besimulated while the pump is delivering peak power output to cause connection of the pump motor to thealternate power source. The pump’s peak power output shall be restored (if necessary). The simulatednormal power failure condition then shall be removed, which, after a time delay, shall cause the reconnectionof the pump motor to the normal power source.

Alarm conditions shall be simulated by activating alarm circuits at alarm sensor locations, and all such local orremote alarm indicating devices (visual and audible) shall be observed for operation.

Other Tests.Engine generator sets supplying emergency or standby power to fire pump assemblies shall be testedroutinely.

Tests of appropriate environmental pump room space conditions (e.g., heating, ventilation, illumination) shallbe made to ensure proper manual or automatic operation of the associated equipment.

Test Results and Evaluation.The interpretation of the test results shall be the basis of the determination of adequacy of the pumpassembly. Such interpretation shall be made by those skilled in such matters.

The pump test curve shall be compared to the unadjusted field acceptance test curve and the previousannual test curve(s). Increasing engine speed beyond the rated speed of the pump at rated condition is notan acceptable method for meeting the rated pump performance. Theoretical factors for correction to the ratedspeed shall not be applied where determining the compliance of the pump per the test.

Current and voltage readings whose product does not exceed the product of the rated voltage and ratedfull-load current multiplied by the permitted motor service factor shall be considered acceptable. Voltagereadings at the motor within 5 percent below or 10 percent above the rated (i.e., nameplate) voltage shall beconsidered acceptable.

The pump shall be capable of supplying the maximum system demand.

Reports.Any abnormality observed during inspection or testing shall be reported promptly to the person responsible

for correcting the abnormality.Test results shall be recorded and retained for comparison. All time delay intervals associated with the

pump’s starting, stopping, and energy source transfer shall be recorded.Maintenance.

A preventive maintenance program shall be established on all components of the pump assembly inaccordance with the manufacturer’s recommendations. Records shall be maintained on all work performed onthe pump, driver, controller, and auxiliary equipment.

In the absence of manufacturer’s recommendations for preventive maintenance, Table below providesalternative requirements.

Page 71: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

Summary of Fire Pump Inspection, Testing, and Maintenance

Complete as Applicable VisualInspec

tion

Check Change Clean Test Frequency

A. Pump System 1. Lubricate pump bearings X Annually 2. Check pump shaft end play X Annually

3. Check accuracy of pressuregauges and sensors

X X Annually (change orrecalibrate when 5%out of calibration)

4. Check pump coupling X AnnuallyB. Mechanical Transmission 1. Lubricate coupling X Annually 2. Lubricate right-angle gear drive X AnnuallyC. Electrical System 1. Exercise isolating switch andcircuit breaker

X Monthly

2. Trip circuit breaker(if mechanismprovided)

X Annually

3. Operate manual starting means(electrical)

X Semiannually

4. Inspect and operate emergencymanual starting means (withoutpower)

X X Annually

5. Tighten electrical connections asnecessary

X Annually

6. Lubricate mechanical movingparts (excluding starters andrelays)

X Annually

7. Calibrate pressure switch settings X Annually 8. Grease motor bearings X AnnuallyD. Diesel Engine System 1. Fuel (a) Tank level X X Weekly (b) Tank float switch X X Weekly (c ) Solenoids valve operation X X Weekly (d) Strainer, filter,or dirt leg, orcombination thereof

X Quarterly

(e) Water and foreign material intank

X Annually

(f) Water in system X X Weekly (g) Flexible hoses and connectors X Weekly (h) Tank vents and overflowpiping unobstructed

X X Annually

(i) Piping X Annually2. Lubrication System (a) Oil level X X Weekly (b) Oil change X 50 hours or annually (c ) Oil Filter(s) X 50 hours or annually (d) Lube oil heater X Weekly (e) Crankoase breather X X X3. Cooling System (a) Level X X Weekly (b) Antifreeze protection level X Semiannually (c ) Antifreeze X Annually

Page 72: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

(d) Adequate cooling water toheat exchanger

X Weekly

(e) Rod out heat exchanger X Annually (f) Water pump(s) X Weekly (g) Condition of flexible hosesand connections

X X Weekly

(h) Jacket water heater X (I ) Inspect duct work, cleanlouvers (combustion air)

X X X Annually

(j ) Water strainer X Quarterly4. Exhaust System (a ) Leakage X X Weekly (b ) Drain condensate trap X Weekly (c ) Insulation and fire hazards X Quarterly (d ) Excessive back pressure X Annually (e ) Exhaust system hangers andsupports

X Annually

(f ) Flexible exhaust section X Semiannually5. Battery System (a ) Electrolyte level X Weekly (b ) Terminals clean and tight X X Quarterly (c ) Remove corrosion, case

exterior clean and dryX X Monthly

(d ) Specific gravity or state ofcharge

X Monthly

(e ) Charger and charge rate X X Monthly (f ) Equalize charge Monthly6. Electrical System (a ) General inspection X Weekly

(b ) Tighten control and powerwiring connections

X Annually

(c ) Wire chafing where subject tomovement

X X Quarterly

(d ) Operation of safeties andalarms

X X Semiannually

(e ) Boxes, panels, and cabinets X Semiannually (f ) Circuit breakers or fuses X X Monthly (g ) Circuit breakers or fuses X Biannually

The preventive maintenance program shall be initiated immediately after the pump assembly has passedacceptance tests.

Page 73: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

2.11 Draft of Bank Guarantee for Earnest Money Deposit

(To be stamped as Security Bond)

In consideration of Reserve Bank of India, Thiruvananthapuram (herein after called “the Reserve Bank”)

having agreed to exempt M/s ……………………………………….. (herein after called “the said tenderer”) from

the demand under the terms and conditions of the tender for supply, installing, testing and commissioning of

'fire fighting (Wet riser) system in Bank’s Main Office Building at Bakery Junction, Thiruvananthapuram

(hereinafter called “the said tender”) of Earnest Money for the due fulfillment by the said tenderer of the

terms and conditions contained in the said tender on production of a Bank guarantee for Rs.66,000/-(Rupees

sixty six thousand only). We (hereinafter referred to as “the bank”) do hereby agree and undertake to

indemnify and keep indemnified the Reserve Bank to the extent of Rs.66,000/- (Rupees sixty six thousand

only) against any loss or damage caused to or suffered by the Reserve Bank of India by reason of any

breach by the said tenderer of any of the terms and conditions contained in the said tender and pay to the

Reserve Bank of India on demand without demur the said sum of Rs.66,000/- (Rupees sixty six thousand

only) within a period of one week from the date of receipt of demand from the Reserve Bank of India. Any

statement made by the Reserve Bank of India and the amount mentioned in the demand notice given to us

shall not be called in question by us and shall be conclusive proof regarding the amount that is payable under

the guarantee and that we shall not demand any proof thereof. We further undertake that we will make the

payment pursuant to the demand notice issued by the Reserve Bank of India not withstanding any dispute

that may exist or arise between the Reserve Bank of India and the tenderer or any other person.

We,…………………………………………………………………………, further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance of the

said tender and that it shall continue to be enforceable till all the dues of the Reserve Bank of India under or

by virtue of the said tender have been fully paid and its claims satisfied or discharged or till the reserve Bank

of India certifies that the terms and conditions of the said tender have been fully and properly carried out by

the said tenderer and accordingly discharges the guarantee subject however, that the Reserve Bank of India

shall have no rights under this guarantee after the expiry of four months or till such extended period

required for completion of the entire work at the request of the tenderer and/or the Reserve Bank of India.

We, …………………………………………………….., lastly undertake not to revoke this guarantee during its

currency except with the previous consent of the Reserve Bank of India in writing.

Notwithstanding anything stated above, our liability under this guarantee is restricted to Rs.66,000/- (Rupees

sixty six thousand only). Our guarantee shall remain in force until six months or such extended date,

which may be granted by us at the request of the tenderer, and/or the Reserve Bank of India. Unless a suit or

action to enforce a claim under this guarantee is filed against us within three months thereafter, all your

rights under the said guarantee shall be forfeited and we shall be released and discharged from all liability

there under.

Page 74: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 75: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 76: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 77: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 78: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 79: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 80: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 81: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 82: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 83: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 84: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 85: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 86: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR
Page 87: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

RESERVE BANK OF INDIA

Estate DepartmentTrivandrum

TENDER DOCUMENTFOR

SUPPLY, INSTALLING, TESTING & COMMISSIONING OFFIRE FIGHTING (WET RISER) SYSTEM IN THE BANKS MAIN OFFICE BUILDING

ATBAKERY JN. TRIVANDRUM

PART – II

BILL OF QUANTITIES

Name of Tenderer _______________________________________________________

Address________________________________________________________________

________________________________________________________________________

Due Date for Submission: On or before 14.00 hrs on 04 January 2008

Page 88: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

IN THE BANKS MAIN OFFICE BUILDING AT BAKERY JN. TRIVANDRUM

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)

Part I : Fire Fighting works

1

(a) Horizontal type, multistage, centrifugal, split casting pump of cast

iron body & bronze impeller with stainless steel shaft, mechanical

seal to ensure a minimum pressure of 3.5kg/sq.cm at heighest

and farthest outlet. Considering the minimum pressure of

3.5Kg/sq.cm, Pump should have a specified flow of 2280 lpm at

68 m head conforming to IS1520 (b) Suitable HP SQ cage induction motor, TEFC, synchronous

speed 1500 RPM, suitable for operation on 415 volts, 3 phase

50Hz. AC with IP 55 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 required.(d) Suitable cement concrete foundation duly plastered with anti

vibration pads.Inclusive of making holes in UG sump slab for

taking suction line and drain pipe and re-plastering and water

prooffing as required. 1 Set

2

RESERVE BANK OF INDIAESTATE DEPARTMENT, TRIVANDRUM

NAME OF WORK: SUPPLY, INSTALLING, TESTING & COMMISSIONING OF FIRE FIGHTING (WET RISER) SYSTEM

BILL OF QUANTITIES

Description of Item

Supplying, Installation, Testing and Commissioning of electric driven

main fire pump suitable for automatic operation and consisting of

following: complete in all respect as required.

Supplying, Installation, Testing and Commissioning of diesel engine

driven main fire pump suitable for automatic operation and

consisting of following: complete in all respect as required.

2 Signature of the tenderer with seal

Page 89: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

(a) Horizontal type, multistage, centrifugal pump of cast iron body &bronze impeller with stainless steel shaft, mechanical seal toensure a minimum pressure of 3.5kg/sq.cm at heighest andfarthest outlet. Considering the minimum pressure of3.5Kg/sq.cm, Pump should have a specified flow of 2280 lpm at68 m head conforming to IS 1520

(b) Suitable HP, 1500 RPM water cooled with radiator, diesel engine

conforming to relevant BS & IS standard complete with auto

starting mechanism, 12 volts/24 Volts electric starting equipment,

Diesel Tank, exhaust pipe extended upto 1m. Outside pump

house duly insulated with 50mm. thick glass wool with 1.0mm.

thick aluminium sheet cladding, residential silencer, instruments

and protection as per specification, stop solenoid for auto stop in

the event of fault with audio indications, painted with post office

red colour etc. as required.(c) M.S fabricated Common base plate, coupling, coupling guard,

foundation bolts etc. as required.(d) Suitable cement concrete foundation duly plastered with anti

vibration pads.Inclusive of making holes in UG sump slab for

taking suction line and re-plastering and water prooffing as

required. 1 Set

3

(a) Horizontal type, multistage, centrifugal pump of cast iron body

and bronze impeller with stainless steel shaft, mechanical seal

and Considering the minimum pressure of 3.5Kg/sq.cm, flow of

180 lpm at 68 m. head conforming to IS :1520.

Supplying, Installation, Testing and Commissioning of electric driven

pressurisation pump/ Jockey pump suitable for automatic

operation and consisting of following: complete in all respect as

required.

3 Signature of the tenderer with seal

Page 90: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

(b) Suitable HP SQ cage induction motor, TEFC type suitable foroperation on 415 volts, 3 phase 50Hz. AC with IP 55 classprotection 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 required.

(d) Suitable cement concrete foundation duly plastered with anti

vibration pads.Inclusive of making holes in UG sump slab for

taking suction line and re-plastering and water prooffing as

required. 1 Set

4

A COMMON PANEL IN FIRE PUMP HOUSE(i) INCOMER

(a) 250 Amps. TP& N SFU with 200 Amps HRC fuses (b) Voltmeter (0-500 Volts) with selector switch.( c) Ameter (0-300 Amps) with selector switch & CT's etc.(d) Set of 3 phase indicating lamp(e) Set of Al.bus bar 200 Amps

(ii) OUTGOING.(a) Main Fire pump.

250 Amps. TP & N SFU with 200 Amps HRC fuses with suitable HP fully automatic DOL starter with over load protection, current sensing type single phase preventor complete with all accessories and internal wiring required for automatic operation, selector switch for local/remote, auto/manual/OFF operation.

(b) Jockey pump.

Fabrication, Supplying, Installation, Testing & Commissioning of

electrical control panel of cubical construction, floor mounted type,

fabricated out of 2mm. Thick CRCA sheet, compartmentalised with

hinged lockable doors, dust and vermin proof, powder coated of

approved shade after 7 tank treatment process, cable alley, inter-

connection, having switchgeares and accessories mounting and

internal wiring, earth terminals, numbering etc. complete in all

respect, suitable for operation on 415V 3 phase, 50Hz. AC supply

with enclosure protection class IP 42 as required.

4 Signature of the tenderer with seal

Page 91: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

63 Amps. TP & N SFU with 50 Amps HRC fuses with suitable

HP fully automatic DOL starter with over load protection, current

sensing type single phase preventor complete with all

accessories and internal wiring required for automatic operation,

selector switch for local/remote, auto/manual/OFF operation.(c ) Diesel Engine Control.

Control for Diesel Engine comprising:-(i) Auto/ manual selector switch & 3 attempt starting device,timers and relays as required, push buttons, start/stop in manualmode(ii) Indication lamp for High/Low Lub. Oil pressure, High water Temp, and Engine ON indication.(iii) Battery charger suitable for 12 V/24 V DC with boost and tickle selector switch, 0-30 V DC volt meter, 0-20 A DC Ammeter.(iv) All standard relays and accessories for automatic operation of diesel engine. 1 set

5

(a) 3.5x70sq.mm 180.00 m.

(b) 4x6sq.mm 15.00 m.

6

(a) 3.5x70sq.mm 4 Sets

(c) 4x6sq.mm 2 Sets

7

(a) Copper wire No.4 SWG 10 m

Supplying and laying of XLPE insulated, pVC sheathed alluminium

conductor 1.1 KV grade armoured U.G Cable of following sizes on

surface/ in existing cable tray suitably clamped as required.

Supplying and making end termination with brass compression gland

& Al.lugs for following sizes of PVC insulated, PVC sheathed/ XLPE

Al. conductor cables of 1.1 KV grade as required.

Providing and fixing SWG Wire on surface or in recess for loop

earthing complete as required.

5 Signature of the tenderer with seal

Page 92: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

(b) Copper wire No.10 SWG 10 m

8

60 M

Supply and drawing 2 core X 1.5 Sq.mm solid armoured, annealed,

tinned, twisted pair copper conductors, PE sheathed, Polyster

tapped, PVC inner sheathed and Overall FRLS PVC sheathed with

16 twists per metre, 9 Ohms / kM maximum resistance per

conductor, 82 pf / metre maximum capacitance between cores and

650/1100V voltage rating inclusive of cable tray.

6 Signature of the tenderer with seal

Page 93: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

9 Underground piping

(a) 150 mm dia 150 m.

(b) 100 mm dia 10 m.

(c) 80 mm dia 15 m.

10 Above ground piping

(a) 200 mm dia. (wall thickness 6 mm.) 35 m

(b) 150 mm. dia (at terrace ) 105 m

(c) 100 mm dia 15 m.

(d) 80 mm dia 30 m.

Providing laying, testing and commissioning of 'C' class heavy duty

MS pipe conforming to IS 1239/3589 i/c fittings like elbows, tees,

flanges, tapers, nuts bolts, gaskets etc. in ground including

excavation, breaking concreate floors, bailing/ pumpingout the subsoil

water, straightening and shoring the trenches whereever necessory,

anti corrosive wrapping treated. Wrapping material shall consist of

three layers of high molecular high density polyethylene, three layers

of polymerized bitumen and one layer of polyesters (total seven

layers).Wrapping is applied over two coats of anti corrosive rubber

modified bituminous primer of density 0.92 gm/cu cm and viscosity of

500 to 1000 cps applied at 150 gms per Sq.M. as per IS 10221,

refilling the trench etc. of following sizes complete as required.

Providing, Laying, Testing and commissioning of Class 'C' heavy duty

MS Pipe conforming to IS 1239/3589 including fittings like elbows,

tees, flanges, tapers, nuts bolts, gaskets etc. on surface and

providing cement concrete blocks as supports whereever applicable

and painting with two coats of synthetic enamel paint over two coat of

zinc chromate primer of required shade complete as required.

7 Signature of the tenderer with seal

Page 94: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

(e) 50 mm dia 17 m

(f) 25 mm dia 28 m

11

a 50mm 30 m

12 Piping through compound Wall

(a) 150 mm dia 530 m

Providing, laying testing and Commissioning of 'C' class heavy duty

MS Pipe conforming to IS 3589 and 1239 including fittings like

elbows, tees, flanges, tapers, nuts bolts, gaskets, etc. fixing the

structural steel brackets (As per approved design) supports on the

walls with nuts, bolts, washers etc, placing the pipes over a concrete

bed on a steel angle support and clamping with MS U bolts with

rubber beading and painting with two coats of synthetic enamel paint

over two coat of zinc chromate primer of required shade complete as

required. (spacing between pipe supports shall be 1.5 meter for

150mm piping)

Supplying, fixing and joining with solvent cement pasted SCH-40

PVC pipes joining specials such as tees, bends, elbows etc. including

cutting masonry or concrete floors, slabs, walls etc, wherever

necessary for taking connections and fixing pipes with clamps on rails

suitably complete.

8 Signature of the tenderer with seal

Page 95: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

13 Piping through Duct / ceiling/

(a) 150 mm dia 90 m

14

(a) 25 mm 13 Each

15

13 Each

16

11 Each

17

24 Each

Supplying and fixing single headed external yard hydrant valve with 1

No. 63 mm dia instantaneous FM Gun metal coupling and cast iron

wheel ISI marked conforming to IS 5290 (Type-A) with blank

Gunmetal cap and chain as required.

Supplying, installing, testing and commissioning of Gun metal chrome

finished Ball valves with fittings of screwed end type.

Providing, laying testing and Commissioning of 'C' class heavy duty

MS Pipe conforming to IS 3589 and 1239 including fittings like

elbows, tees, flanges, tapers, nuts bolts, gaskets, etc. fixing the pipe

on the wall/ceiling with Pipes with structural steel supports such as

MS channels, angles, flats, rods as required at site with anchor

fasteners, clamps, threaded rods, nuts, bolts, washers etc. and

painting with two coats of synthetic enamel paint over two coat of

zinc chromate primer of required shade complete as required.

Supplying and fixing orifice plate made of 6 mm. thick stainless steel

with orifice of required size in between flange & landing valve of

external and internal hydrant to reduce pressure to working pressure

of 3.5 kg/cm2 complete as per specifications as required.

Supplying and fixing single headed internal hydrant valve with

instantaneous Gun metal couplings of 63 mm dia with cast iron wheel

ISI marked conforming to IS 5290 (Type-A) with blank Gunmetal cap

and chain as required.

9 Signature of the tenderer with seal

Page 96: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

18

(a) 150 mm dia 8 Each

(b) 80 mm dia 3 Each

(c) 50 mm dia 3 Each

19

(a) 150 mm dia 5 Each

(b) 80 mm dia 1 Each

20

(a) 150mm 2 Each

21

(a) 150 mm dia 2 Each

22

26 Each

Supplying and fixing 63 mm dia, 15 mtr. Long RRL hose pipe with 63

mm dia Male and Female Gun metal couplings duly binded with GI

wire, rivets etc. conforming to IS 636 (type-A) as required.

Supplying, fixing, testing and commissioning of butterfly valve PN 1.6,

as per IS 780, lever operated cast with non rising spindle, iron body

flanges drilled to IS 1538 with duly ISI marked complete with Nuts,

Bolts, washers, gaskets,, etc complete with following sizes as

required.

Providing, Installation, Testing and commissioning of dual plate non-

return valve of following sizes confirming to IS:5312 complete with

rubber gasket, GI bolts, nuts, washers etc as required.

Providing installation, testing and commissioning of stanless steel

strainer fabricated out of 1.6 mm thick stainless steel sheet with 3mm

dia holes with stainless steel flange.

Providing and Fixing GI puddle flanges made of GI pipes threaded

on both sides on M.S Plate in the centre. Inclusive of punchuring the

over head tank for fixing GI puddle flange and re-finishing as per

standards complete as required and as instructed by the engineer in

charge.

10 Signature of the tenderer with seal

Page 97: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

23

(a)36 m. long 20 mm(nominal internal) dia water hose Thermoplastic (Textile reinforced) Type-2 as per IS:12585

(b) 20 mm (nominal internal) dia gun metal globe valve & nozzle.(c) Drum and brackets for fixing the equipments on wall.(d) Connections from riser with 40 mm. dia stop valve (gun metal) &

M.S.Pipe 13 Each

24

24 Each

25

13 Each

26

1 Each

Supplying and fixing of hose cabinet of size 900 mm x 600 mm x 500

mm made of 2 mm thick MS sheet with 6 mm thick glazed glass

doors i/c necessary locking arrangement suitable to accomadate

external hydrant with butterfly valve, 2 Nos. 15 mtr.long Hose Pipe, 1

No. branch pipe, mounted on wall OR raised brick platform & duly

painted with Post office red externally and white internally, painting

with two coats of synthetic enamel paint over two coat of zinc

chromate primer complete in all respect, for external /internal hydrant

as required.

Supplying and fixing First -Aid Hose Reel with MS construction spray

painted in Post office Red, conforming to IS 884 with upto date

amendments, complete with the following as required.

Supplying & fixing 63 mm dia gun metal branch pipe with 20 mm

(nominal internal diameter) size Gun metal nozzle conforming to IS

903, suitable for instantaneous connection to interconnect hose pipe

coupling as required.

Supplying and fixing 4 way fire brigade connection of cast iron body

with 4 Nos. Gun metal male instantaneous inlet couplings complete

with cap and chain as required. For 150mm dia MS pipe connection,

conforming to IS 904 as required.

11 Signature of the tenderer with seal

Page 98: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

27

1 Each

28

2 Each

29

(a) 200 mm dia 2 Each

(b) 100 mm dia 1 Each

30

1 Each

31

3 Each

32

2 Each

Sub Total (Rs.)

Part II : Related Civil Works

Supply installation testing and commissioning of pressure gauge

burden type with 0-200psi range 1inch dial as approved and

instructed by the engineer in charge.

Supplying and fixing air vessel made of 250 mm dia , 8 mm thick MS

sheet, 1200 mm in height with air release valve on top and flanged

connection to riser, drain arrangement with 25 mm dia gun metal

wheel valve, with required accessories, pressure gauge and painting

with two coats of synthetic enamel paint over two coat of zinc

chromate primer of approved shade as required.

Supply, installation, testing pressure switch bellow type for the

automatic operation.(Danfoss Make ) as approved and instructed by

the engineer in charge.

Supply ,installation, testing and commissioning of 19mm diameter air

release valve made of gun metal complete and made functional .

Providing and fixing the following sizes of cast iron foot valve withstrainer to the pump sets complete with bolts, nuts, gaskets if any as

Supply ,and erection of pvc priming tank of size not less than 500L

of storage capacity as required etc. as approved and instructed by

the engineer in charge.

12 Signature of the tenderer with seal

Page 99: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

33a) Making alternations to the existing RCC UG sump for

making fit for using to the new wet riser system as detailedbelow and as per directions.

1 Making suitable size and number of cutouts in the partition walland finishing the cutouts in an approved manner.

2 Closing the existing cutouts/pipe in the partition wall wherever

required in an approved method and directions.3 Re-routing the existing GI inlet lines (from KWA) with suitable

diameter GI pipes ( B class of approved make) with specials and

valves.4 Removing and re-erecting the existing domestic pumps to the

desired location with necessary plumbing and electricalarrangements like suitable cabling, GI pipes and specials (bothapproved make)(The above operations shall be carried out with least

interruption in the regular water supply. All pipes shall be

painted with 2 coats of synthetic enamel paint.) 1 Each

b) Making alternations to the existing RCC overhead tank for

making fit for using to the new wet riser system as detailed

below and as per directions.1 Making suitable size and number of cutouts in the partition wall

and finishing the cutouts in an approved manner. 2 Closing the existing cutouts/pipe in the partition wall wherever

required in an approved method and directions.3 Disconnecting the existing outlets pipes and making new outlets

from the other compartment of the tank with suitable diameter GI

pipes ( B class-approved make) with specials, valves etc.

Under ground tank modification :

13 Signature of the tenderer with seal

Page 100: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

4 Extending the inlet pipe with suitable diameter GI pipe ( B class-

approved make) with necessary clamping to the wall till bottom

of the tank wit a non return valve at the bottom and an air rlease

valve at the top of the tank etc as directed and approved makes.(The above operations shall be carried out with least

interruption in the regular water supply. All pipes shall be

painted with 2 coats of synthetic enamel paint.) 1 Each

Sub Total (Rs.)

14 Signature of the tenderer with seal

Page 101: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

Part III: Buy back34

(a) 100mm dia 50 m

(b) Hydrant valve & Hydrants 14 Each

Sub Total (Rs.)Part IV : Annual Maintanence

35 The tenderers shall quote their charges for comprehensivemaintenance service (inclusive of all spares, consumables likegland ropes to pumps, casket on the piping system, repair/replacement of of pressure gauges on the pumps / wet riserpiping mains etc. routine, preventive and breakdownmaintenance) of wet riser fire fighting system including pumpsand electrical gadgets but excluding the pipe line which will beapplicable after the expiry of the guarantee period of one yearafter commissioning of the installations. Apart from break downmaintenance, the annual maintenance contract includes deputinga foreman /mechanic / service Engineer / once in a month tocheck all the equipment's along with Bank's staff & issuing acertificate for satisfactory working. Annual Maintenance shouldbe as per the schedule prescribed in the tender document pageno.87~94. After first year of AMC after one year of guaranteeperiod, the remaining year's AMC will be arrived as per tenderpage no 15~16. 1 per annum

Sub Total (Rs.)

Summary

Part I : Fire fighting works

Part II : Related civil works

Part III: Buy Back

Buy back: Removal of existing MS pipe and hydrant valves from

the fire duct inclusive of cutting, removal of pipe & hydrant valve,

Yard hydrants etc and taking away all salvage materials as buy back

as instructed by site in charge.

15 Signature of the tenderer with seal

Page 102: RESERVE BANK OF INDIA Trivandrum TENDER DOCUMENT FOR

SI.

NoQty.

Rate

(Rs.) Unit

Amount

(Rs.in figures)Amount (Rs.in words)Description of Item

Total {I+II+III } (Rs.)

Part IV : AMC charges

Note: 1 Rate and amount to be filled in both figures and words2 Alterations, corrections in specification are not allowed.3 Enclosers to Part -II is not allowed.

Place:Date:

16 Signature of the tenderer with seal