pondicherry university puducherry tender and contract document

164
PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT FOR Name of Work : Construction of “Convention Center” having Auditorium of 2500 seating capacity and ancillary building for Pondicherry University at Pondicherry Tender No: RITES/CP/TC/PQ/PU/Pondi/Auditorium/CIVIL Package July 2011 RITES LTD PART 1 (TECHNICAL BID) Tender Document issued to _______________________(name of Tenderer) ____________________( Address of Tenderer) Signature of Officer issuing the Document with Designation and Date of issue__________

Upload: others

Post on 03-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

PONDICHERRY UNIVERSITY

PUDUCHERRY

TENDER AND CONTRACT DOCUMENT

FOR

Name of Work : Construction of “Convention Center” having Auditorium of 2500 seating capacity and ancillary building for Pondicherry University at Pondicherry Tender No: RITES/CP/TC/PQ/PU/Pondi/Auditorium/CIVIL Package

July 2011 RITES LTD

PART 1 (TECHNICAL BID)

Tender Document issued to

_______________________(name of Tenderer)

____________________( Address of Tenderer)

Signature of Officer issuing the Document with Designation and Date of issue__________

Page 2: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

RITES LTD.

TENDER AND CONTRACT DOCUMENT

CONTENTS

S.No. Details Page

PART – 1 (Technical Bid) SECTION No 1 Notice Inviting Tender and Instructions to

Bidders.

SECTION No 2 Tender and Contract Form SECTION No 3 Special Conditions/Specifications SECTION No 4 Schedules A to F SECTION No 5 General Specifications SECTION No 6 Drawings PART – 2 (Financial Bid)

SCHEDULE (BILL) OF QUANTITIES

Top Summary Sheet ABSTRACT OF COST (Percentage Rate

Tender)

Schedule I DSR Civil Schedule II SOR Electrical Section A NSR Civil Section B NSR Plumbing Section C NSR Fire Fighting Section D NSR Electrical Section E NSR Lift PART -3

General Conditions of Contract *

SECTION No 7* Conditions of Contract SECTION No 8* Clauses of Contract SECTION No 9* RITES Safety Code SECTION No 10* RITES Model Rules for Workers SECTION No 11* RITES Contract Labour Regulations *General Conditions of Contract (Compilation of Sections 7 to 11) is available separately as a priced published document which may be purchased separately from RITES office at Gurgaon or its Project Offices, and shall not be issued as part of Bidding Document.

Page 3: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

PART I

TECHNICAL BID

Page 4: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Section - 1

LETTER INVITING TENDER AND INSTRUCTIONS TO TENDERERS

Page 5: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

SECTION 1

LETTER INVITING TENDER

No: RITES/CP/PU/Pondi/ Auditorium /2011 Dated:____________ M/s Sub: Construction of “Convention Center” having Auditorium of 2500 seating capacity and ancillary building for Pondicherry University at Pondicherry Tender No: RITES/CP/TC/PQ/PU/Pondi/Auditorium/CIVIL Package Dear Sir,

1 Sealed Tenders are invited by General Manager (CP), RITES Ltd., for and on behalf

of Pondicherry University puducherry ( Central university , established by an act of parliament-no.53 of 1985) for the works detailed in table -1 in connection with the XI plan building projects at Pondicherry University puducherry

2 Your firm has been pre qualified for submitting the tender for the above mentioned work. Detail of work are given in table 1:-

Name of work

Estimated cost of work

Completion time

Earnest money in the form of Demand draft / Bankers cheque

Date & time of submission of tenders

Date & time of opening of tenders

As stated above

Rs.27.20 crore

18 months Rs. 27.20 Lacs Up to 1400 hrs. on 22.07.2011

At 1430 hrs. on 22.07.2011

3 The tender documents are not transferable.

Page 6: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

4 Complete set of Tender Documents are being sent to you, free of cost. RITES shall not be responsible for delay in postage. However , in case you desire to collect the document in person the same may be collected from the Additional General Manager (CP),RITES Ltd. RITES Annexee Plot No:144, Sector 44, Gurgaon – 122003 (Haryana), Tele– 0124-2728321, Fax: 0124-2571660 .

5 Tender documents (including drawings) can also be downloaded by pre-qualified bidder

from RITES website (www.rites.com). Tender drawings can be seen in the office of the AGM (CP) at the above mentioned address. Tender documents downloaded from RITES website shall be considered valid for participating in the tender process. During the scrutiny of downloaded tender documents, any modification/correction etc is noticed as compared to the original documents posted on the website, the bid submitted by such bidder is liable to be rejected. In case the bid of a tenderer who has downloaded tenders from RITES website is accepted, the contract shall be executed in the original/manual tender document issued by concerned RITES office.

6 Bids must be accompanied by Earnest Money Deposit of the amount specified for the

work as stated in para 2 above. It shall be submitted in the form of Crossed Bank / Demand Draft or Bankers cheque in favour of RITES Ltd., Payable at New Delhi or Gurgaon.

7 The bids duly completed in all respects shall be received by the Additional General

Manager (CP),RITES Ltd. RITES Annexee Plot No:144, Sector 44, Gurgaon – 122003 (Haryana), Tele– 0124-2728321, Fax: 0124-2571660 upto 14.00 hrs on 22.07.2011 and will be opened same day at 14.30 hrs in presence of bidders or their authorized representatives, who desire to be present.

8 If the date of opening happens to be public holiday, the bids shall be received and opened

on the next working day at the same time & venue. 9 RITES Ltd. reserves the right to reject lowest or any other tender or all the tenders and

accept any tender either in whole or in part without assigning any reason whatsoever.

General Manager (CP), On behalf ofRITES Ltd.

RITES Anexee, 3rd Floor

Plot No. 144, Sector-44, Gurgaon-122003

(Haryana)

Page 7: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

CHECK LIST

SUB: Convention Center” having Auditorium of 2500 seating capacity and ancillary Building for Pondicherry University at Pondicherry. Sl. No

Particulars and Clause reference Specific Requirement

Whether Enclosed

1. i)Earnest money in proper form as per Para 2 & 5 of Letter Inviting Tender (LIT) & Instruction To Tenderers (ITT) in a separate envelop marked EMD along with the Tender. EMD in the form of demand draft /banker cheque /pay order only will be acceptable.

Payable at Delhi or Gurgaon.

Yes/ No

ii) Tender document and bill of quantity duly signed by the bidder along with the firm’s seal stamped on each page.

Signature if Authorized representative with firm’s seal on each page.

Yes/ No

2. Affidative for DECLARATION BY THE BIDDER (as per Profoma-3)

Affidative on non. Judicial stamp paper of Rs. 10/- duly attested by Notary/Magistrate

Yes/ No

3. a) ANNEXURE-II A as applicable

To be submitted on firm’s Letter Head

Yes/ No

4. Power of Attorney as per the Annexure IV or V

On non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act

Yes/ No

Page 8: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

S.No.

Item

Detail

1. Name of work

Convention Center” having Auditorium of 2500 seating capacity and ancillary building for Pondicherry University at Puducherry”.

2. Name of Employer Pondicherry University

3. Project Management Consultant RITES LIMITED

4. Engineer –in-charge GM/CP , RITES LIMITED

5. Approximate value of work

Rs. 27.20 Cr. Estimated Cost is based on at par with CPWD DSR-2007 (Reprint 2010) for civil items and CPWD SOR 2007 for Electrical items.

6. Time for completion

18 Months reckoned from the 15th day after the date of issue of Letter of Acceptance(LOA)

Page 9: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

1.0 GENERAL 1.1 Tender Notice Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Pondicherry University, Puducherry (Employer) as an Agent/Power of Attorney Holder, from prequalified bidders for the work “Convention Center” having Auditorium of 2500 seating capacity and ancillary building for Pondicherry University at Puducherry”.

1.2 Estimated Cost of Work

The work is estimated to cost Rs. 2720 lakhs . The Estimate, however, is given merely as a rough guide. 1.3 Time for Completion

The time allowed for completion of the work will be 18 months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender Documents. 1.4 Brief Scope of “Convention Center” having Auditorium of 2500 seating capacity and

ancillary building for Pondicherry University at Puducherry”.

1.5 Availability of Site The site for the work is available. 1.6 Basic condition for issue of tender document 1.6.1 ----Deleted--- 1.6.2 The short listed/pre qualified tenderers are advised that tender in a single packet system with the opening of tender , Contract Document and financial bid at the same time. The envelope containing the earnest money will be opened first and subject to their being found acceptable , the envelop of tender and contract Document and Financial Bid will be opened.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

----Deleted---

Page 10: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA

----Deleted---

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and

addenda issued in accordance with para 7 below. PART – 1 :- Technical Bid Packet

Section 1 Letter Inviting Tender and Instructions to Tenderers. Section 2 Tender and Contract Form. Section 3 Special Conditions/Specifications Section 4 Schedules A to F Section 5 General Specifications Section 6 Drawings

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities) PART – 3:- General Conditions of Contract

(read with correction Slip No. 1 to 7)

General Conditions of Contract (Compilation of Sections 7 to 11 is available separately as a published document and can be purchased from the office of Additional General Manager (CP),RITES Ltd. RITES Annexee Plot No:144, Sector 44, Gurgaon – 122003 (Haryana), Tele– 0124-2728321 Fax: 0124-2571660 for a non-refundable fee per set of Rs. 200/- (Rupees Two Hundered only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Gurgaon/ New Delhi in favour of RITES Ltd., on submission of an application and shall not be supplied as a part of bidding document. Also General Conditions of Contract (Compilation of Sections 7 to 11) is available for illustration only on RITES website www.rites.com- connect Tender file-connect RITES _GCC-2008. Bidders are not required to submit RITES GCC along with tender Document.

5.0 ISSUE OF TENDER DOCUMENT 5.1 Deleted 5.2 Deleted

Page 11: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

5.3 Deleted 5.4 Deleted 5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify AGM (CP) (The official nominated for this purpose) in writing or by telefax or by e-mail at the following postal Address/Fax No./E-mail address: AGM (CP),RITES Ltd. RITES Annexee Plot No:144, Sector 44, Gurgaon – 122003 (Haryana), Tele– 0124-2728321 Fax: 0124-2571660, Email "[email protected], In case no pre-bid meeting is to be held, then request for clarifications must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may be referred to.

6 PRE-BID MEETING ----DELETED---- 7 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified by

RITES Ltd. by issue of addenda/corrigendum. 7.2 Addendum/Corrigendum, if any, will be hosted on website only and shall become a part of

the tender document. All the prequalified tenderers are advised to see the website for addendum/corrigendum to the tender document before submission of their tender.

7.3 DELETED 8 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date for submission of

Tender or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, prior to the expiry of the original time limit for Tender

Validity, the Employer may request that the tenderers may extend the period of validity

Page 12: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

for a specified additional period. The request and the tenderer’s response shall be made in writing. A tenderer may refuse the request without forfeiting his Earnest Money. A tenderer agreeing to the request will not be required or permitted to modify his Financial Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

9 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Deposited of Rs.27.20 lacs (Rs

Twenty Seven Lacs Twenty Thousand Only) the amount specified for the work as stated in Para 2 of letter inviting tender. It shall be submitted in the form of Banker’s Cheque / Pay Order/ Demand Draft payable at Gurgaon/ New Delhi, drawn in favour of RITES Ltd.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be rejected

by the Employer as non-responsive. 9.3 Refund of Earnest Money

a) –Deleted--- b) Single Packet System After evaluation of the Financial Bids, the Earnest Money of unsuccessful tenderers will be returned within 28 days of the end of Tender Validity period subject to provisions of Para 9.4(b).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening during the period of bid validity or issue of Letter of Acceptance, whichever is earlier, any tenderer

i) withdraws his tender or ii) Makes any modification in the terms and conditions of the tender which

are not acceptable to the Employer.

b) In case any statement/information/document furnished by the tenderer is found to be incorrect or false.

c) in the case of a successful tenderer, if the tenderer

i) Fails to furnish the Performance Guarantee within the period specified

under Clause 1 of “Clauses of Contract”.

ii) Fails to commence the work without valid reasons within 15 days after the date of issue of Letter of Acceptance or from the date of handing over of the site, whichever is later.

Page 13: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

iii) In case of forfeiture of E.M. as prescribed hereinabove, the tenderer shall

not be allowed to participate in the retendering process of the work and the tenderer is liable to be declared ineligible for a period up to 3 years to submit tender for any contract in RITES.

10 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document. Alternatives or any modifications shall render the Tender invalid.

11 SUBMISSION OF TENDER 11.1 a) ----DELETED---- b) Both tender and contract document including signature of tender form (section-2) duly witnessed and financial bid documents will be submitted in one packet. Precautions as described below shall be observed by the tenderers.

Envelop 1 Earnest Money: Only Earnest money as per Para 9.1 to be submitted in this Envelop. Envelope 2 “Authority to Sign” along with all enclosures as regards “Authority to Sign” (Para 11.2 below may be referred to). Tender and Contract Document including signature on Tender form (Section 2) dully witnessed after filling up blanks therein.

Each page of the above documents including all Drawings should bear the dated initials of the Applicant in token of confirmation of having understood the contents

Schedule/Bill of Quantities. Each page of the Financial Bid should be signed by the tenderer. In the last page of Financial Bid, at the end, the tenderer should sign in full with the name of the Company, Seal of the Company and Date.Each Correction, Cutting, Addition and overwriting should be initialed by the tenderer.

The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities

Page 14: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by a partner holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any, made by the tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the

Financial offer will however be accepted. iii) The Employer reserves the right to accept or reject any conditional

rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders 11.4.1 deleted

11.4.2 Envelopes 1 & 2 as described in Para 11.1 (b) above shall be made out with the name of the work and name of the tenderer super scribed on each of the envelops. Both the envelopes should be put in a outer single packet which shall be super scribed in the same manner as given below.

a. Tender for (Name of work)

Page 15: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

b. Tender number

c. Date and time of opening of Tender

d. From (Name of tenderer)

e. Addressed to

11.4.3 If the envelops and packets are not super scribed and sealed as indicated in 11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than 14.00

Hrs. on 22.07.2011. In the event of the specified date for the submission of the Tender being declared a holiday/Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: Additional General Manager/ CP , CP Division, 3rd Floor , RITES Ltd., RITES Annexee Plot No:144, Sector 44 Gurgaon – 122003 (Haryana)

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the tenderer previously subject to the original deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of tender will be returned unopened to the tenderer.

11.7 Integrity Pact

(i) The bidder/contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. The Integrity Pact has already been signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder. While submitting the bid, the Integrity Pact shall also be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to

Page 16: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

submit the Integrity Pact duly singed and witnessed, along with the bid, the bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid

Document and the Integrity Pact, the former will prevail. Provided always that provision of this para 11.7 – Integrity Pact, shall be

applicable only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitors as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A whether para 11.7 (Integrity Pact) shall be applicable Yes If Yes, Name and Address of the Independent External NA Monitor (In case value of contract is Rs.10 crores or more) Name, Designation and Address of RITES’ Liaison Shri Y.K.Sharma GM/CP

Officer 11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in

accordance with para 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of bids. 11.8.3 Withdrawal or modification of a bid after the deadline for submission of bids shall result

in forfeiture of the Earnest Money. 12 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 12.1 The Employer will open all the Tenders received (except those received late or delayed)as

described in para 12.2/12.3 below, in the presence of the tenderers or their representatives

Page 17: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

who choose to attend at 1430 Hrs. on 22.07.2011 in the office of AGM(CP), 3rd Floor, , RITES Ltd., RITES Annexee Plot No:144, Sector 44, Gurgaon – 122003 (Haryana), Tele – 0124-2728321, Fax: 0124-2571660. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day

12.2 Deleted 12.3 Envelope 1 containing Earnest Money of all the tenderers will be opened first and checked.

If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form, the second Envelope will be returned to the tenderer concerned unopened at the time of opening of the Tender itself and shall stand rejected by RITES. . The Envelopes 2 of Tender and Contract Document & Financial Bid of other tenderers who have furnished Earnest Money of correct amount in acceptable form will then be opened.The tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer.

13 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any tenderer the breakdown of unit rates. If the tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to

accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in

Page 18: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

which any of the prescribed conditions is not fulfilled or any condition is put forth by the tenderer shall be summarily rejected

15 CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection. 16 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 17 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The tenderer shall not be permitted to tender for works if his near relative is posted as

Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

17.4 In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words then the rates quoted by the contractor in words shall be taken as

Page 19: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will, unless otherwise provided, be taken as correct and not the amount.

17.5 In the case of any tender where unit rate of any item/items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 All rates shall be quoted on the tender form. The amount for each item should be worked

out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 The tender for the work shall not be witnessed by a Contractor or Contractors who

himself/themselves has/ have tendered for the same work. Failure to observe this condition would render tenders of the Contractors tendering, as well as witnessing the tender, liable to summary rejection.

18 SIGNING OF CONTRACT AGREEMENT

18.1 The tenderer whose tender has been accepted will be notified of the award by the employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI. Within the period specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful tenderer shall deliver to the Employer, Performance Guarantee. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

Page 20: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

18.1.1 The tenderer whose Tender is accepted shall be required to submit stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance. The cost of the stamp papers shall be borne by the tenderer.

18.2 At the same time the Employer notifies the successful tenderer that his tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII.

Page 21: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

DELETED

Proforma-1

LIST OF SIMILAR WORKS COMPLETED

DELETED

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED

OR A SCHEDULED BANK

DELETED

Page 22: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not properly

completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) Business has not been banned with us by any Central / State Government Department/

Public Sector Undertaking or Enterprise of Central / State Government. iv) We have submitted all the supporting documents and furnished the relevant details as per

prescribed format. v) The information and documents submitted with the tender by us are correct and we are

fully responsible for the correctness of the information and documents submitted by us. vi) We understand that in case any statement/information/document furnished by us or

to be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

Page 23: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES (on letter head of the Applicant)

From To _____________ RITES Ltd._________ Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:- a) Declaration-Proforma3 b) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration

Certificate (as applicable). c) Self attested copy of Registration under Labour Laws, like PF, ESI etc. d) Self attested copy of ISO 9000 Certificate (if any) e) Other document, if any (please specify).

I have also enclosed written Power of Attorney of the signatory of the tender on behalf of

the tenderer.

Yours faithfully, Encl: as In Para 1

Signature of Applicant with Name _________________

Date with seal

Page 24: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEXURE II B (L)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

DELETED

ANNEXURE II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

- LETTER OF TRANSMITTAL BY JOINT VENTURE

DELETED

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

DELETED

Page 25: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______, as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory) ___________ (Signature and name in block letters of all the remaining partners of the firm, Signatory for the Company) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation:

Page 26: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Notes: - To be executed by all the members individually. In case of a Consortium/ JV, the

authorized signatory has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE

DELETED

Page 27: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE) (By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your tender dated _________________ and letter dated _____________.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price . The Guarantee of amount of Rs.______________ is required to be submitted within ___ days of issue of this Letter of Acceptance. The time of ________months allowed for execution of the work will be reckoned from 15 days after the date of issue of this Letter of Acceptance or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the project-in-charge) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee has been submitted by you. This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement.

Page 28: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Kindly note that this Letter of Acceptance shall constitute a binding Contract between us pending execution of formal Agreement. Your letter referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

For and on behalf of______ (The Employer)

Copy to :

1. The Registrar, Pondicherry University Pondicherry for information. (To be included on the Original sent to the Contractor) 2. Project-in-charge (Complete designation and address) 3. Associated Finance (Not in original)

Page 29: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this agreement words and expressions shall have the same meaning as are respectively

assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender Documents

shall be deemed to form and be read and construed as part of this agreement viz. a) The Letter of Acceptance dated______. b) Priced Schedule (Bill) of Quantities c) Notice Inviting Tender and Instructions to Tenderers. d) RITES Tender and Contract Form e) Special Conditions / Specifications f) Schedules A to F. g) General Specifications h) Drawings i) Amendments to Tender Documents j) General Conditions of Contract (read with Correction Slip No. 1) comprising of

(i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code

Page 30: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

(iv) RITES - Model Rules for the protection of Health and Sanitary arrangements for Workers

(v) RITES – Contractor's Labour Regulations. 3. In consideration of the payment to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the

execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing RITES LIMITED In the capacity of Agent / Power of of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Page 31: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

INTEGRITY PACT

Between RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of

Pondicherry University____________hereinafter called the “Employer” AND ____________ hereinafter referred to as "The Bidder/Contractor" Preamble The Employer intends to award, under laid down organizational procedures, contract/s for _Construction of convention centre .The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family members, will in

connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and

reason. The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is a

criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

ANNEXURE VIII

Page 32: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or firm, offer,

promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC

Act; further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or

be an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing" annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the Employer is

Page 33: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the provisions

under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years

with any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified

from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors

to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact

or violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

Page 34: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

(1) The Employer shall appoint competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the MD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action , or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an offence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor, when his security deposit is released on completion of the Maintenance period and for all other Bidders, 6 months after the contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by MD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as stipulated in the Contract Agreement.

Page 35: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

(2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by the

Partner in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 4.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of

this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

RITES Ltd. Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal) Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- ----------------------------- ----------------------------- -----------------------------

Page 36: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANNEX-A

Guidelines on Banning of Business Dealings 1. Introduction 1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of

Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has

been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to

entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated as

‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) The Director shall be the ‘Competent Authority’ for the purpose of these

guidelines. MD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on any

information available or received by him and pass such order(s) as he may

Page 37: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unit

investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

4. Initiation of Banning / Suspension: Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any

department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the

Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before

issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

Page 38: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so

warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a

Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner

of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person

convicted for an offence involving corruption or abetment of such offence; 6.5 If business dealings with the Agency have been banned by the Govt. or any other public

sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying

with contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the Agency for

malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the

Company.

Page 39: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called

for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES,

necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of the case, a

final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned

order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

Page 40: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

11. Circulation of the names of Agencies with whom Business Dealings have been

banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the

banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the ban order,

depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

Page 41: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Section - 2

TENDER & CONTRACT FORM

Page 42: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

SECTION 2

TENDER AND CONTRACT FOR WORKS

To __________________________________ The Accepting Authority [ Refer Schedule F (Conditions of Contract 2 (vii)]

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,

Conditions of Contract, Clauses of Contract (read with Correction Slip No. 1), Special Conditions/Specifications, Schedule of Rates, Schedules A to F, Specifications applicable, Drawings and Designs, Schedule of Quantities, other documents and rules referred to in the Conditions of Contract and all other contents contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any defects therein,

specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date of

submission thereof and not to make any modifications in its terms and conditions. 4. A sum of Rs. ___________ (Rupees _________ only) is hereby forwarded in the form of

Banker’s cheque/Demand Draft issued in favour of RITES Ltd.,payable at _________ as the Earnest Money.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of Letter of

Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee within prescribed period, I/We agree

that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that the Employer

shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest Money &

Performance Guarantee as aforesaid in paras 5 to 7, I/We shall be debarred for participation in re-tendering process of the work.

Page 43: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F, and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within 28 days

from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other records

connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any content of

Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he may

receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written acceptance

thereof shall constitute a binding contract between us and RITES. 15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign on

behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

Page 44: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Section - 3

SPECIAL CONDITIONS/SPECIFICATIONS

Page 45: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Section - 3

SPECIAL CONDITIONS/SPECIFICATIONS

Notes for guidance of RITES Officers for finalizing this Section.

1. Please see note no 3 in Section 5 for guidance and compliance.

2. In the preamble to Special Specifications under this Section, it may be mentioned that:-

`Where no specific reference has been made to any Standard Specifications in any of the items under this Section, the following shall be the order of precedence:

(i) Building Works CPWD Specifications IS Specifications

(ii) Track Works Indian Railway Specifications IS Specifications

(iii) Road Works MOST Specifications IS Specifications

(iv) Electrical Works IS Specifications British Standards/American Standards

(v) Miscellaneous Works not covered under item (i) to (iv) above IS Specifications.

Page 46: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Specification CIVIL ITEMS

Page 47: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

SPECIFICATION – CIVIL WORK

ANTI TERMITE TREATMENT 1. Type of Treatment Anti Termite Treatment is for prevention of termites infecting the building. The treatment shall be done

during the time of construction with application of chemical / insecticide emulsions. 2. Application Latest IS 6313 (Part II) for Treatment to soil and IS 6313 (Part III) for Treatment on sides of structures shall

be followed as general guidance for preparation and application of chemicals. The chemical solution shall be prepared by mixing the chemical with the appropriate quantity of water to obtain a chemical emulsion of the correct concentration as stipulated in IS: 6313 (Part – II)

Proper check should be kept to ensure that the specified quantity of chemical is used.

The prepared emulsion shall be applied by trained operators strictly in accordance with the specifications. Health and safety precautions recommended by manufacturer shall be observed during the treatment. The Principal Contractor shall protect surfaces not intended to have treatment. To facilitate proper penetration of the chemical into the soil, a pressure pump of adequate capacity and sprayers shall be employed to apply the solution.

3. Chemical / Emulsion The contractor shall procure the above chemical concentrate in sealed containers (Approved Make). Emulsion

shall be prepared at site by diluting the concentrate with required amount of clean potable water to obtain specified emulsion concentration(As per manufacture’s specification).

4. Applicator

The treatment work at site shall be got done only from qualified and competent applicator agency using chemicals procured from reputed manufacturers.

5. Time of Application

Soil treatment should start when foundation trenches and pits are ready to take bed concrete / leveling course in foundations. Laying of bed concrete / leveling course should start when the chemical emulsion has been absorbed by the soil and the surface is quite dry. Treatment should not be carried out when it is raining or soil is wet with rain or sub soil water. Treatment to the surface of earth filling within the plinth shall also be done in the same manner before laying the sub-grade for flooring.

6. Disturbance

The treated soil barriers shall not be disturbed. If for some reasons the treated soil barriers are disturbed, immediate steps shall be taken to restore the continuity and completeness of the barrier system.

7. Safety Precautions(As per IS- 6313 Part-II)

Page 48: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Chemicals used for anti-termite treatment are poisonous and hazardous to health. These chemicals can have an adverse effect upon health when absorbed through the skin, inhaled as vapors or spray mists or swallowed. Person using or handling the chemicals shall be warned of the dangers and safety precautions.

The containers shall be clearly labeled and shall be stored carefully and kept under closed, secured area.

Particular care shall be taken to prevent skin contact with concentrates. Prolonged exposure to dilute emulsions shall also be avoided. Workers shall wear suitable clothing and shall wash thoroughly with soap and water, especially before eating and smoking. In the event of severe contamination, clothing shall be removed at once and the skin washed with soap and water. If chemicals splash into the eyes they shall be flushed with plenty of soap and water and immediate medial attention shall be given.

The concentrates are oil solutions and present a fire hazard owing to the use of petroleum solvents. All fire hazard precautions hall be taken while mixing.

Care shall be taken in the application of chemicals to see that they are not allowed to contaminate well or springs which serve as sources of drinking water. In case of poising, suitable measures shall be taken for protection in accordance with IS: 4015 (Part-I) and IS: 4015 (Part-II).

8. Warranty

It shall be warranted that the building is safe from termite infestation for a period of 10 years, from the date of initial treatment. Such performance warranty on a non-judicial stamp paper of appropriate value shall be directly given by the specialist agency to the Employer.

9. Measurements

All dimensions shall be measured correct a cm. The measurements for all the operations described above shall be the plinth area of the building in square-meters at Ground floor. Nothing extra shall be measured for payment.

BRICK / CEMENT BLOCK LAYER/SIPOREX BLOCK LAYER/STONE MASONRY

1. Solid concrete block specified for use manufactured by 'Eversmile Pre-fab Pvt. Ltd.' or equivalent approved shall be tested quality factory made conforming to IS: 2572, IS: 2185 (part 1) and 6061(part1). Dimension of blocks shall be 390 mm x190 mmx140 mm thick for external walls and 390 mm x 190 mm x 100 mm thick for internal partition walls. Concrete blocks shall have perfect dimensional stability, low shrinkage, water absorption, moisture content with high density and compressive strength. Special care shall be taken while transporting and handling blocks. Broken blocks shall not be used.

2. Samples of Solid concrete block are to be submitted to the Architect/ Engineer-in-Charge for approval

before full quantity is ordered. Approved sample shall remain at site with Engineer-in-Charge. All supply of blocks to conform to the sample approved.

3. Every concrete block / brick shall be thoroughly soaked in water before use. Broken blocks / bricks shall not be used except as closers. The courses shall be truly horizontal and the work strictly plumb, joint shall be broken vertically and they shall not exceed 10 to 12 mm in thickness. All joints in concrete block / brick work are to be well filled with mortar.

4. All joints in concrete block / brick work/siporex walls shall be raked out 10 mm deep as the work proceeds,

and before the mortar sets.

Page 49: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

5. The concrete block / brick work/siporex walls shall be cured by watering at least three times a day for 10

days, and the work shall be well protected during the rainy season.

6. All uneven, irregular and bad concrete block/brick work/siporex walls or in workmanship shall be demolished if deemed necessary by the Engineer-in-Charge and Architect and rebuilt by the Contractor at the contractor's expenses.

7. If necessary the contractor will have to provide wooden plug, etc., for his own work and for which there will

be no special payment on that account.

8. Should any efflorescence be observed in brick work, it should be washed down by clean water and brick surface treated with such chemicals as are deemed necessary by the Engineer In charge, without any extra charge and at the Contractor's own expense, till efflorescence subsides. Should the efflorescence persist, the brick work shall be demolished if deemed necessary by the Engineer In charge, and the work rebuilt with new bricks including making good all the work disturbed without any extra charge.

9. 100 mm thick (1:2:4) mix RCC "Patli" (band) shall be provided in 100 mm thick solid concrete block / half

brick thick partition walls and in brick on edge walls, at every 1.5 metre height and 3.0 meter length or as directed, reinforced with 4 Nos. 6 mm dia. M.S. bars 2 at bottom & 2 at top, with 6 mm dia. M.S. stirrups spaced at 300 mm centers. RCC patli will be measured and paid for separately, but its area will be deducted from the block / brick work.

10. Fly ash bricks made of approved fly ash, lime, sand, grit, gypsum etc., with sharp arises, even and uniform in shape and colour, free from cracks, stones and other defects, sun dried. No fly ash bricks after 24 hours immersion in water shall absorb water more than 10% to 12% of its own weight. Density of fly ash bricks to be 1800 to 1900 kg per C.M. average compressive strength to be 10 N/MMSQ. (it is given on Page 210 of Specification CPWD Volume I for Class Designation 100 (Table 6.2). Size of fly ash bricks to be length x height x width: 230 x 75 x 100. The brick shall be machine mix and machine moulded.

MASONRY AND ALLIED WORKS

1. Un coarsed rubble stone masonry (Cement Mortar)

Uncoarsed rubble stone masonry work may be required in walls, steps, etc. The uncoarsed masonry work shall conform to the specifications given below:

a. Materials i. Stone : The stone to be used in masonry work shall be sound, hard & durable. They shall have one dimension

equal to at least 300 mm & not be less than 150 mm in any other direction. ii. Cement : Cement to be used shall conform to the specifications stipulated under the head 'Cement' in the

Specifications for Reinforced Cement Concrete Works. 2. Dressing of Stones

All faces of stones required to be dressed shall be true and out of winding, except where it is otherwise specified. The face of stone described, as hammer- dressed, shall be as far as possible squared and leveled with a mason's hammer by knocking off all protuberances and ridges. Where it is described as "dressed very rough", the protuberances and ridges shall be further reduced with a chisel, leaving the face truly level though rough with depressions. These depressions shall not be more than 10 mm in depth and 80 mm2 in area. "Rough dressed" face shall differ from those "dressed very rough" in having the depressions not more than 4.5 mm in depth and 48 mm2. Where the face is required to be "medium dressed", the depression shall not be

Page 50: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

more than 3 mm in depth and 15 mm2 in area. In "fair dressing" the face shall be dressed fine, but the chisel marks may be left visible in a few minute dimples scattered over it. In "fine dressing" neither chisels marks nor any dimples whatsoever shall be left in the face.

3. Through Stones

One header or through stone in at least every square meter of the face of wall shall be banded into the work. The headers or through stones shall be at least 500 cm2 in area at face and the run back the entire thickness of the wall and should have 250 cm2 area at the back face. Where the thickness of wall is more than 60 cm, a series of through stones shall be laid through the work so as to form a tie from front to back breaking joints or overlapping each other for at least 150 mm.

No stone whose length is less than 600 mm shall be used in such work as a header. All the through stones shall be marked inside and outside and the marks shall be retained until ordered by the Engineer to be removed. Sufficient number of headers shall be collected on site before commencing any masonry work. Where adequate sized through stones are not available in required quantities, the use of precast plain concrete headers in M10 mix may be permitted at the discretion of the Engineer. In such a case, no extra payment shall be considered as a replacement to headers or through stones.

4. Quoins

The quoins shall be 150 mm high and formed of header stones at least 300 mm long. They shall be laid lengthwise alternately along each face and square on their beds which shall be dressed to a depth of at least 80 mm.

PLASTER

1. The surface to receive plaster shall be cleaned of all dust, dirt, and mortar sticking on surfaces etc. and the masonry (concrete, block, brick or stone) shall be thoroughly watered, for 10 hours immediately prior to applying backing coat.

2. The external plaster shall be of two coats of an overall thickness of 20 mm, backing coat to be one part

cement and four parts of sand by volume and finished fair and even applied after adequate interval and finished as specified in the Schedule of Quantities, to receive decoration. Backing coat shall be combed on wet surface to form keys for finishing coat. All external plaster shall be waterproofed with approved waterproofing powder added to cement in proportion of 1.5 kg, to 50 kg. of cement as per the manufacturers' specification for both the coats. Cost of waterproofing powder per kg. will be paid for under separate item

3. For sand faced cement plaster the finishing coat shall be in one part of cement and three parts of properly

graded washed and selected sand of approved size and colour so as to give a grained texture, 6 mm thick uniformly applied and surface finished with special rubbing by sponge pads and other tools recommended for cement plaster work.

4. For rough cast plaster, the backing coat when hard but still wet, shall be floated 3 mm thick with cement

mortar (1:4) proportion with fine sand, spread in small areas at a time not exceeding 2 square metre and whilst it is still wet, the rough cast containing a mixture of 1 part of cement, 2 parts of fine sand and 1 part of pea-gravel 3 mm to 6 mm size shall be dashed on the floated coat to a uniform thickness of 12 mm and finished in level, and even surface.

5. The internal plaster shall be of one coat of an over all thickness of 12 mm of one part cement and four parts

of sand by volume, finished smooth with thin layer of neeroo finish. To form a base or key for neeroo, the plastered surface shall be combed with wire brushes.

6. Where smooth finished internal cement plaster is specified in schedule of quantities to receive wall paper

decoration, layer of neeroo finish will not be applied, but the plaster surface will be finished smooth with floating coat of neat cement and even by wooden floats and steel trowelling.

Page 51: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

7. Where rendering is specified in internal plaster in "Schedule of Quantities", it will consist of only a backing

coat 12 mm thick in (1:4) cement mortar applied uniformly and evenly by wooden floats but not finished smooth.All angles, arises n external and internal plaster must be finished straight, true and sharp.

8. Plastering of entire or unobstructed area shall be done at one stretch and on occasion when arising due to the

extent of the area being too large or for some other reason, the work is to be left over for completion on the next working down with carborandum stone or the work carried out in such a manner as to have no marks left in the finished work.

9. All plaster shall be kept wet for seven days after being applied.

10. No paint, distemper, colour wash or white wash shall be applied to plastered surfaces for at least two months

or until the contractor has satisfied the Architect that the walls and plaster are thoroughly dry. Brick work above false ceiling heights will be flush pointed in cement mortar (1:4) and will not be plastered. Pointing will be paid for separately. Similarly the soffits of slabs, beams above false ceilings will not be plastered. Wall plaster will be stopped 150 mm above false ceiling height.

PAVIOUR AND WALL TILE

1. Contractor shall submit samples of all kinds of tiles, marble, granite, kotah etc., for approval before ordering the same.

2. Where required the flooring shall be machine polished.

3. Surface to receive flooring tiles etc., shall be cleaned thoroughly from all dust, dirt, mortar deposits,

laitance, water etc., and washed clean with water.

4. Cement mortar bedding in proportions specified in the Schedule of Quantities shall be laid in such levels and thickness as required in the area of work. The thickness mentioned in the schedule of quantities is only indicative and may vary in some particular areas. No extra will be paid on account of any variations in thickness of the bedding mortar. The bedding mortar shall be compacted with wooden floats and floated with neat cement slurry for fixing the tiles.

5. The joints in tiles shall be neatly pointed with coloured cement to match with the tile.

Marble:-

6. Marble shall be the best Indian Marble to be approved by the Architect/Engineer in charge. The quality shall be uniform and it shall be hard and free from any discolorations, cracks, flaws, veins of foreign materials or any other defects. When marble of different colour and kinds associated care shall be taken to see that they are of equal hardens so as to wear evenly. The marble slabs shall be machine cut true to the shape and size and machine polished. Care shall be taken to cut the slabs so as to provide a pattern as indicated. Marble stone slabs for wall lining and dados shall be machine polished before they are fixed in position and shall have machine cut and polished edges. The wall shall be lined with the marble in courses as indicated and grain of the marble shall be arranged in pattern as per detailed drawings. The marble shall be bedded in cement mortar backing covering the full area of the marble. The wall surface shall be cleaned from all dirt, mortar droppings etc., before applying the base plaster. The marble shall be fixed to the walls by Bronze clamps 125 mm x 18 mm x 6 mm and bronze pins 6 mm diameter x 2: embedded firmly into wall by cutting hole and grouting. The load of one marble slab shall not be borne by the slab below. Joints between slabs shall be hair fine and filled with coloured cement to match the marble. The marble lining and dados shall be finally hand polished by carborandum stone, buffing with polishing felt and cleaned with diluted oxalic acid wash.

Page 52: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Granite:- 7. Granite shall be the best Indian Granite to be approved by the Architect/Engineer in charge. The quality

shall be uniform and it shall be hard and free from any discolourations, cracks, flaws, veins of foreign materials or any other defects. When granite of different colour and kinds associated care shall be taken to see that they are of equal hardens so as to wear evenly. The granite slabs shall be machine cut true to the shape and size and machine polished. Care shall be taken to cut the slabs so as to provide a pattern as indicated. Granite stone slabs for wall lining and dados shall be machine polished before they are fixed in position and shall have machine cut and polished edges. The wall shall be lined with the granite in courses as indicated and grain of the granite shall be arranged in pattern as per detailed drawings. The granite shall be bedded in cement mortar backing covering the full area of the granite. The wall surface shall be cleaned from all dirt, mortar droppings etc., before applying the base plaster. The granite shall be fixed to the walls by Bronze clamps 125 mm x 18 mm x 6 mm and bronze pins 6 mm diameter x 2: embedded firmly into wall by cutting hole and grouting. The load of one granite slab shall not be borne by the slab below. Joints between slabs shall be hair fine and filled with coloured cement to match the granite. The granite lining and dados shall be finally hand polished by carborandum stone, buffing with polishing felt and cleaned with diluted oxalic acid wash.

8. Kota stone slabs and tandur stone slabs to be obtained from approved quarries and to be free from all defects. Kotah stone shall be machine cut and machine polished and of uniform approved shade.

9. Colored ceramic pattern glazed tiles, white glazed tiles and vitrified tiles shall be 'Kajaria', 'Nitco, 'EURO' or

'H&R Johnson' make (or any other equivalent make approved by the Architect/Engineer in charge) in sizes and specified in the schedule of quantities. The pattern and colour will be selected by the Architect before ordering these items. Chipped, cracked or wormed out tiles shall not be used in the work. The tiles shall be minimum 6 mm thick, uniform size & the best quality.

10. Marble Mosaic tiles and specials (half tile skirting) shall be of the best quality and of approved make. Tiles

shall be minimum 18 mm thick having a base 12 mm thick in cement and sand mortar in proportion (1:3) with top layer of 6 mm thick in neat coloured cement and marble chips facing. They will be compacted under minimum pressure of 1450 kg. per sq. metre. All the edges shall be exactly to size free from chipping and the top surface and edges shall be smooth, but the base shall be rough. The marble chips shall be in selected sizes in 75% proportion and other chips shall be smaller and of approved colour in neutral shade. The tiles and specials shall be cured in water for at least one month before delivery. Bedding mortar shall be as described in "Schedule of Quantities" and joints shall be pointed in coloured cement to match. Tiles fixed in position shall be cured for 15 days by constant watering and then polished with machine to obtain a smooth polished surface, and washed clean. Slurry arising out of polishing shall be removed out of building by buckets. Contractor shall not dispose the slurry into the drain pipes or other fittings. Skirting tiles shall be hand polished with carborandum stone.

11. In case total thickness of IPS is 40 mm, then the bottom layer would be 34 mm as specified in 1 part of

portland cement, 2 parts of sand and 4 parts of crushed stone aggregate 12 mm down well graded machine mixed with not more than 25 litres of water for each bag of cement and top layer 6 mm thick in 1 part of portland cement, 2 - 1/2 parts of selected crushed stone chips 3 mm down with just enough sand maximum 1 part to make workable mix, machine mixed with not more than 22 litres of water. Top layer to be laid before the bottom layer has hardened. Flooring shall be laid in squares or bays as directed and each layers shall be well compacted by ramming with heavy teakwood floats. The top shall be brought to a smooth and even surface free from blemishes and finished smooth by steel trowel ling. After the concrete surface has hardened sufficiently to prevent dislodgement of aggregates, the patent stone shall be polished with No. 1,2 & 3 polishing stones. The flooring shall be kept wet for 7 days for curing. Where Ironite topping is specified in the "Schedule of Quantities" the bottom layer shall be 25 mm thick (instead of 34 mm) as described above and the top layer shall be mixed with "ironite" as per manufacturers’ specification and finished fair.

Page 53: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

12. Treatment of construction joints by groove cutting of size 4 mm x 20 mm in panel size approximately 3.5 mtr. x 3.5 mtr and filling the same with providing and laying PU based joint sealer impact flex 100 or equivalent etc., complete.

WOOD WORK 1. The timber used for joinery is to be best quality approved First Class C.P. Teakwood well seasoned, dry

(moisture content not to exceed 12% by weight) cut square, free from excess of wane from sapwood, dead knots, cracks, or other defects.

2. All timber for carpentry, joinery, rough frame work, backings, grounds, fixing strips and the like shall be

treated with an approved wood preservative and the contractor shall strictly observe the manufacturers instructions for using this material.

3. The workmanship shall be of the best quality. Scantlings and boarding shall be accurately sawn and shall be

of uniform width and thickness throughout. All Carpenters’ work shall be left with a sawn surface except where otherwise described. It shall be accurately set out in strict accordance with the drawings and shall be framed together and securely fixed in the best possible manner and with properly made joints. All brads, nails, screws, plugs, pins etc., to be provided as necessary and as directed and approved.

4. Timber is to be purchased at the commencement of the contract for further seasoning at site in a dry place. 5. All timber of large scantlings is to be sawn immediately the building is commenced to allow for any shrinkage

that may take place. 6. The preparation of timber is to commence simultaneously with the beginning of the work generally and should

proceed continuously until all the wood work is prepared and stacked on or near the site. 7. One sixteenth of an inch will be allowed for each wrought face off the sizes specified except where described

as finished in which case they shall hold to the full dimensions. All joinery to be finished with large scale detail drawings.

8. All work is to be properly tenoned, shouldered, wedged, pinned, braded etc., to the satisfaction of the

Architect and all properly glued with best quality wood glue. 9. All joinery work shall be finished off in a proper manner, planned and sand papered as required. 10. Oval or round brads or nails shall be used for fixing all face work and heads shall be properly punched in. 11. Ends of timber built into walls shall have half an inch air space left between themselves and the walling. 12. All hardware such as brass mongery is to be fixed with screws which are to be of the same metal and finish as

the fitting. All screws damaged when driven by the turn screw or from any other cause shall be removed/ replaced by undamaged ones.

13. The wooden frames for doors and windows will be provided with M.S. holdfasts out of 300 mm x 38 mm x 6

mm thick flat and fixed into jamb with 1:2:4 PCC. 1.2 metre high frames will be provided with 4 Nos. holdfasts and frames 1.8 metre high and above will be provided with 6 Nos. holdfasts. Each holdfast will be fixed to the frame with 3 Nos. of 50 mm galvanized iron screws. For window frames (or door frames) abutting concrete walls, the holdfasts shall be fixed parallel to the jamb and 150 mm length returned at right angles and chased flush with the face of the RCC wall and fixed on the wall face with rawl plug and screws 3 Nos. per holdfast by drilling holes in RCC walls.

14. Flush type Block boards will be manufactured from Kiln seasoned carefully selected timbers. They will be

made solid core construction with internal built in teakwood lipping alround the edge, lock rail and faced with

Page 54: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

superior quality commercial plywood or teak veneer facing as described in the "Schedule of Quantities". The core stock shall be made from well seasoned timber and proofed against termites by further treatment with preservative chemicals. Thermo setting synthetic resin glues (preferably PHENOL FORMALDEHYDO RESINS) shall be used on hot process as adhesives. The glue shall be proof to water and have practically infinite durability. Block boards shall be used of approved manufacturer, "KUTTY" brand manufactured by Kutty Flush Doors & Furniture Company Pvt Ltd, 'Anand' or "ANCHOR" brand manufactured by Indian Plywood Company. Thickness of block board shutters shall be as described in "Schedule of Quantities.

15. "Glazing”: Glazing is included in the "Carpentry" section. All glazing to be of approved make 'Modi guard’,

'Float Glass' or equivalent make approved by the Architect/engineer in charge. All glazing to be float glass "special selected quality", unless otherwise mentioned in particular items. Glazing shall be minimum 32 ounce in weight per square foot (i.e. 2 mm thick) unless otherwise specified thicker for bigger sizes. Glazed doors and glazed partitions shall be glazed with 5/6 mm thick or 8/12 mm thick special selected quality float glass. All glazing to be clear and free from bubbles, smoke wanes, waves, air-holes, scratches and other defects and cut to fit the rebates with due allowance made for expansion, and carefully bedded in putty, back pattied, and sprigged with stout iron springs, and/or fixed with teakwood beading as per details. Putty for glazing to wood work shall be best quality hand made oil putty. In case of metal windows/doors it shall be of good size and the type that sets hard of and suitable for metal frames.

16. Timber framing for partitions and ceiling shall be fixed by approved M.S. clamps, bolts or other equal and

approved slotted angle suspenders and shall be treated with wood preservative using so lignum or other equal and approved. Structural Steel work above false ceiling level shall be painted with two coats of priming red lead paint. M.S. clamps, suspenders shall be welded to the M.S. hold down plates where provided in the structural soffits, or fixed into the RCC work by cutting holes in approved manner and grouted with stiff mix of (1:11/2:3) cement concrete.

17. Bathroom door shutters shall be under cut 25 mm above finished floor level to provide vent at the bottom. 18. Marine plywood shall be manufactured from selected tropical hardwood bonded with BWP type phenol

formaldehyde synthetic resin and further vacuum pressure impregnated with preservative chemical for resistance against wood boring beatles and termites. 'Anchor 2000' manufactured by Indian Plywood Co., 'Kutty', 'Anand' brand or equivalent approved make shall be used.

19. Measurement for doors and windows will be out to out of main frame (chowkat). Architraves, moulds, plaster

beads will be measured. Door height for payment will be measured from finished floor to top of main frame. Teakwood handrails will be measured in running metre measure and false ceiling in square metre of actual work done.

20 Flush doors Flush doors are solid block board core flush doors. It has to have five-ply construction with a solid block board core made up of kiln seasoned battens, cross bands and face veneers all from selected strong and durable hardwoods. The block board core, cross bands and face veneers are bonded together under heat and pressure using a BWP type phenol for maldehyde synthetic resin adhesive. Flush doors generally shall confirm to IS: 2202 (Part 1). ALUMINIUM DOORS & WINDOWS WORK/CURTAIN WALL TECHNICAL SPECIFICATIONS FOR ALUMINIUM WORK

Page 55: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

1. Aluminum Profile/Section: a) Extruded sections shall be ‘Jindal’ or equivalent make available in ALLOY 63400 and Temper HE9WP

corresponding to IS 733 and IS 1285. b) Aluminum solid sheets shall be 3 mm thick corresponding to AA3003. c) Exposed surface of aluminum sections shall be natural anodized finishing minimum of 20 microns to

meet as per BS 1615 grade AA20. d) Minimum aluminum section thickness shall be as per approved sections. 2. Fastening and Fixing: All screws, bolts, rivets, washer & other fasteners shall be Mild Steel and zinc plated. 3. Installation: a) Installation by using minimum S8 plug with No. 12 x 75 wooden screws in Mild Steel. b) Installation holes should be within the range of 500 to 200 mm from the corners/edges. c) Hole to hole centre should be within the range of 500 to 700 mm. 4. Protection: All exposed surface of anodized aluminum delivered at site shall be protected by Low BOPP tape or

equivalent and the same to be pealed out and to be cleaned accordingly before final handing over. 5. Hardware and Fitting: a) All iron mongeries, hardwares and fitting shall be a reputed branded product subject to Architect's /

Client’s approval. b) All sliding windows and doors should consist of ball bearing roller minimum of 2 nos. of rollers per

shutter/panel. c) Sliding windows handle should be flush type. (Model No. 2050 of savio Italy) or equivalent India

Product. d) All doors locks should be mortise type consisting of 3 Nos. keys with lever handle. e) Heavy type handle should be provided for casement windows as approved by the Architect. f) Butt hinges to be provided for casement windows. g) Imported woolpiles to be provided. 6. Weather-stripping: Weather-stripping shall be of extruded EPDM and of the required size. 7. Setting Blocks: Setting blocks for setting of glass shall be extruded rectangular EPDM of 80 hardness. 8. Silicone Sealant: Sealant for weather seals shall be Dow Corning or General Electric. 9. Gasket: All gasket should be EPDM of 40 to 50 shore (Rubber composition should not exceed more than 22%). 10. Glazing: G1. 5 mm thick or 8 mm or 12 mm thick clear float glass from Gujarat Guardian or Ashahi Float glass or

Saint gobain. As per approved make / manufacturer specification G2. 5 mm thick frosted glass from Gujarat Guardian or Ashahi Float glass or Saint gobain As per approved

make / manufacturer specification 11. Design: All the doors and windows design should meet the following: a) Static pressure air infiltration (ASTM - E - 283) B.S (4315) b) Structural performance ASTM 300 safety test no structural permanent deformation or break occur at

3000 Pascal. c) Water penetration under static pressure ASTM - E - 331. d) Windows and doors to be designed to meet the wind load at 1.15 kpa at 160 Kg. per Sq.Mtr.

Page 56: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

12. Shop Drawings: Within one month from the date of issue of letter of intent the manufacturer should submit the shop drawings

showing the elevation and complete cross section details for the review of Owners and architects in A1 size 3 sets of drawings.

13. Testing: The contractor will conduct the test in independent lab and the test certificates will be submitted to the Owner

and engineer in charge for their review/cross check to know the result of the test will meet as per the given design requirement or not.

14. Mohair weather stripping should be provided for all sliding windows and doors. Mohair No. PB-69-750-4 FP

of SCHLEGAL or REDDIPLEX makes (to control air infiltration). 15. Water drainage system in all windows and doors should consist of water slot minimum size 6 x 32 in frame

and minimum 6 dia (in shutter/panel) and the water slot in the frame to be covered by water slot cover. This system should meet the requirement of water penetration under static pressure ASTM-E-33.

16A All glazing to be done from inside the building and the glazed bead to be designed accordingly (all glazing

bead should be inside). Glass to be stacked as per approved make. 16B Sliding windows track shall have 45 degree cut and shutters shall have 90 degree cut. Casement windows

shall have 45 degree cut for outer and shutter frame. Sub-frame shall have 90 degree cut. 17A Internal & External final cleaning to be done before handing over. 17B Maintenance manual to be prepared by the manufacturer for the installed product and same has to be handed

over upon the completion of the job. PAINTING (Paints, polishing and varnishes)

1. All paints are to be applied in accordance with manufacturer’s recommendations. The paints are to be of qualities suitable for use in the local climatic conditions and delivered to the site in the manufacturers' original sealed container. Thinners must be those recommended by the paint manufacturers and used only when and how directed by them.

2. Samples of all paints are to be submitted to and approved by the Architect/engineer in charge before

ordering.

3. Finishing coats of paint shall be of such colours as directed by the Architect.

4. Preliminary trials of colour proportions shall be made and approved by the Architect and when approved the whole batch to be used on any one surface shall be prepared at once in order to avoid colour variations.

5. The walls shall be thoroughly dry internally before decoration is applied. At least two months shall elapse

after the completion of the structure before paint is applied and then only with the approval of Architect/ engineer in charge.

Samples boards showing tints of all paints to be used are to be prepared by the contractor and submitted to

6. the Architect and no painting is to be done until such samples have been approved.

Page 57: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

7. All paint on wood work to be rubbed down with fine glass paper between each coat. Each coat shall be hard dry and free from moisture or condensation before the next coat is applied. The finishing coat to be an approved colour.

8. All painting work shall be carried out only in dry weather. Wood work to be decorated shall not contain more than 12% moisture, by weight.

9. Wood work to receive enamel paint is to be very finely glass papered so that the plane marks do not show.

10. At least four coats of paint (one priming coat, two under coats and one finishing coat) shall be applied to all

wood work prepared for receiving the paint. The wood work shall be prepared by knotting (covering over the knots in wood with a composition consisting of shellac dissolved in industrial alcohol), stopping (filling up the holes and cracks with hard Japan stopping mixture of putty and white lead, red lead and gold size). Knots shall be cut out to a slight depth and filled up with a mixture of size, putty and white lead, wood face shall be glass papered.

11. All internal and external painting to include alkali resistant primer coats recommended by the paint

manufacturers, and number of under coats and finishing coats to be for a high class work. The number of coats mentioned in the "Schedule of Quantities" are only indicative, but the contractor has to apply any additional coats required for the high class finish to the satisfaction of the Architect without any extra charge.

12. Varnishes, Polishes, Waxes, Linseed oil, Turpentine Mothylated spirits and other thinners shall be of

approved manufacture. Stains in polishes shall be added as required.

13. For french polishing, the wood work shall be first cleaned and scraped thoroughly with glass paper. A filler coat comprising of whiting mixed with methylate spirit shall be applied and again glass papered. A thin coat of french polish shall then be applied and this will also be glass papered. Further coats of french polish shall be applied until the finish is done in high class manner and to the satisfaction of Architect.

14. For wax polishing, the work shall be done in the same way as per "French Polish" with the execution that

the wax polish will be used instead of French polish.

15. All painting shall be applied in approved manner. The best brush rollers or spray gun shall be used.

16. While the painting work is being carried out flooring, dado and other finishes shall be fully protected from being smeared with paint by spreading tarpolin cloth and any paint marks shall be cleaned instantly.

GUIDELINE SPECIFICATIONS FOR WATERPROOFING WORKS

1. Treatment to Toilets Providing cement based waterproof treatment to toilet blocks by Internal Tanking Method. A) Floor i) Chasing, grooving and grouting the junction of floor with the drop wall in polymer cement grout. ii) Giving polymer cement slurry injections by gravitation method until full saturation as required. iii) Laying total 50 mm thick waterproof screed in cement concrete (1:2:4) with 2% proof sol in two layers

of 25 mm thickness of each smooth finished including coving at the junction. B) Walls i) Racking out the joints of masonry and grouting the same. ii) Applying chemical wash mixed with cement iii) Providing 10 mm thick cement mortar (1:4) waterproof rendering with 2% Proofsol for the full height

of bath walls in toilet block and 600 mm height or as directed for rest of the walls. C) Brickbat coba filling in sunk portion i) Laying 10 mm thick cement mortar (1:4) with 2% Proofsol as pading coat.

Page 58: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ii) Providing half cut bricks and brick bats of required size over the green mortar pad and grouting the joints in cement mortar (1:4) with 2% Proof sol.

iii) Providing 6 mm thick cement mortar (1:4) with 2% Proofsol screed topping, rough finished to receive flooring.

2. Providing Internal Box Method of treatment to Cold Storage/Garbage/Can Wash Rooms/Sauna Rooms A) Horizontal Area i) Chasing, grooving and grouting the junction of floor with the wall in polymer cement grout. ii) Giving polymer cement slurry injections by gravitation method to the junctions as required. iii) Laying total average 50 mm thick cement mortar (1:3) with 2% Proofsol screed in two layers, well

compacted and float finished with coving at the junction. B) Vertical Area i) Applying chemical wash mixed with cement slurry to the vertical area. ii) Providing 25 mm thick cement mortar (1:3) with 2% proofsol in two coats, rough or smooth finished as

required. iii) Grouting the peripheral joints of outlet pipes with the walls. 3. Treatment to Kitchen Areas A) Floor i) Chasing, grooving and grouting the junction of floor with the wall in polymer cement grout. ii) Giving polymer cement slurry injections by gravitation method to the junction. iii) Providing total of 38 mm thick cement mortar (1:3) with 2% proofsol screed in two layers, well

compacted, float finished and kept rough to receive flooring. B) Vertical Wall i) Chasing, grooving and grouting the junction of columns in between walls. ii) Giving polymer cement slurry injections by gravitation method to the column junctions. iii) Providing 10 mm thick cement mortar (1:4) with 2% Proofsol rendering to the walls of columns

including coving at the junction. 4. Treatment to Mechanical Service Floor/Plenum Floor A) Floor i) Chasing, grooving and grouting the junction of floor with the vertical walls. ii) Giving polymer cement slurry injections to the junction. iii) Laying 38 mm thick cement concrete (1:2:4) with 2% Proofsol, well screeded, compacted to float

finish. B) Walls i) Raking out the joints of masonry wall and grouting the same. ii) Applying chemical wash mixed with cement. iii) Providing 12 mm thick cement mortar (1:4) with 2% Proofsol plaster rendering smooth or rough

finished as required. C) Brickbat coba filling for slope i) Laying 10mm thick cement mortar (1:4) with 2% Proofsol as padding coat. ii) Providing half cut bricks and brickbats of required size over the green mortar pad and grouting the

joints in cement mortar (1:4) with 2% proofsol. iii) Providing 6 mm thick cement mortar (1:4) with 2% Proofsol screed topping, rough finished to receive

flooring. 5. Roof of the Terrace

Page 59: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Providing average 112 mm thick cement based treatment with brickbat coba bedding laid to a gradient of 1 in 120.

a) Cleaning the surface to our requirements. b) Giving a coat of chemical wash mixed with cement. c) Providing all around the terrace small waterproof wattas as a preliminary. d) Laying 12 mm thick cement mortar pad (1:4) with 2% Proofsol to form a bed for brickbats. e) Placing half cut bricks (avg. 75 mm thick) to a proper slope and grouting their joints in cement mortar

(1:4) with 2% proofsol. f) Providing 25 mm thick plain cement concrete paving (1:2:4) smooth finished with false markings of

300 x 300 mm. g) Providing all around the terrace large waterproof wattas in PCC one foot high above the finished floor

level. h) Finishing and curing for 14 days 6. Extra over item (5) above for providing additional thickness over and above 112 mm thick in waterproofing

and/or deduction for providing reduced thickness below 112 mm thick in waterproofing in areas as required to give the gradient of 1 in 120 to finished waterproof surface.

7. Treatment to Parapets/Water Channel Walls : a) Racking out the joints of masonry and grouting the same. b) Applying chemical wash mixed with cement c) Providing 25 mm thick cement mortar (1:4) with 2% Proofsol rendering in two coats with coving at the

junction. 8. Flower Beds: Providing Internal Box method of treatment to the flower beds A) Floor of Trough i) Chasing, grooving and grouting the junction of floor with the vertical/sloping walls in polymer grout. ii) Giving polymer cement slurry injections by gravitation method to the junctions and floor of the trough

as required. iii) Providing 25 mm thick cement mortar (1:3) with 2% Proofsol screed well compacted and rough

finished to required slopes. B) Inside faces of walls of Trough i) Grouting the vertical joints, if any, in the walls ii) Providing 12 mm thick cement mortar (1:4) with 2% Proofsol rendering with one part of ironite for the

second coat etc. complete. C) Brickbat coba filling i) Laying 10 mm thick cement mortar (1:4) with 2% Proofsol as a padding coat. ii) Providing half cut bricks and brickbats of required size over the green mortar pad and grouting the

joints in cement mortar (1:4) with 2% Proofsol. iii) Providing 6 mm thick cement mortar (1:4) with 2 Proofsol screed topping, rough finished to receive

flooring. 9. Balconies Providing internal box method of treatment to the balconies A) Floor i) Chasing, grooving and grouting the junction of floor with the wall ii) Giving Polymer cement slurry injections by gravitation method to the junctions. iii) Laying total 50 mm thick cement mortar (1:3) with 2% Proof sol screed in two coats each of 25 mm

thickness well compacted and float finished. B) Walls i) Providing 25 mm thick cement mortar (1:4) with 2 % Proof sol plaster rendering in two coats.

Page 60: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ii) Raking out the joints of masonry and applying chemical coat mixed with cement. 10. Providing Internal Box Method of treatment to lift pits, water tanks, swimming pools etc., - A) Horizontal/Slope Area i) Chasing, grooving and grouting the junction of floor with the wall in polymer grout. ii) Giving polymer cement slurry injections by gravitation method to the floor at 1 mtr. grid. iii) Laying 60 mm thick cement concrete (1:2:4) with 2% Proof sol and 1% latex based polymer, well

screeded, vibrated to float finish. B) Vertical Area i) Chasing, grooving & grouting the vertical construction joints in walls. ii) Giving polymer cement slurry injections by gravitation method to the construction joints. iii) Applying 25 mm thick cement mortar (1:3) with 2% Proof sol and 1% latex based polymer waterproof

rendering well compacted and sand faced finished as required including coving at the junction. 11. External Box Method of treatment to the basement A) Horizontal Area i) Cleaning the surface of mud-mat concrete by removing loose set mortar and making good the

depressions. ii) Laying 25 mm thick cement mortar (1:4) with 2% Proofsol screed, well compacted and float finished,

impregnating 20 mm thick course aggregates by hand packing or sprinkling technique. iii) Laying 2nd layer of 20 mm thick cement mortar (1:4) screed with 2% Proof sol, well compacted and

impregnated with course aggregates of 20 mm size. iv) Laying 20/25 mm thick rough quarried stone/Shahabad stone 450 x 450 mm with joints grouted in

cement mortar (1:4) with 2% proof sol, treatment to extend over overlaps coves. B) Vertical Area i) Chasing, grooving and grouting the junction of floor with wall and horizontal/vertical construction

joints in polymer cement grout. ii) Giving polymer cement slurry injections by gravitation method to the joints and junctions. iii) Fixing 20/25 mm thick quarried stones/Shahabad stone to the plastered wall, layer by layer, grouting in

cement slurry with 2% Proof sol and joints filled in with cement mortar (1:4) with 2% Proof sol. iv) Providing 25 mm thick cement mortar (1:4) with 2% Proof sol plaster rendering before stone cladding

of surface including coving at the junction.

12. Expansion Joints Sealing 25 mm wide horizontal and vertical expansion joints A) Vertical Expansion Joints i) Cleaning the joint to remove debris, foreign material, dirt, grease, oil etc. ii) Dressing the joint filler material by cutting the extra or making good the same. iii) Making good the damage to the concrete nosing in epoxy putty. iv) Planting ferro-cement nosing 25/30 mm on either side of the joint in polymer cement mortar (1:2 1/2)

(sand passing through 3 mm sieve) v) Providing bond breaker over the joint filler. vi) Applying primer and thinner to the inside of joint. vii) Fixing adhesive tapes on either side of the joint viii) Filling in the joint with Silicon Sealant 25 mm wide x 20 mm deep well tooled, dressed and extracting

the tapes. Allowing the sealant to cure under covered condition. B) Horizontal joints at Terrace Level etc. i) Cleaning the joint to remove debris, foreign material, dirt, grease, oil etc. ii) Dressing the joint filler material by cutting the extra or making good the same. iii) Making good the damage to the concrete/nosing in epoxy putty.

Page 61: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

iv) Planting ferro-cement nosing 25/30 mm on either side of joint in polymer cement mortar (1:2 1/4) (sand passing through 3 mm sieve)

v) Providing bond breaker over the joint filler vi) Applying Primer and thinner to the inside of joint vii) Filling adhesive tapes on either side of the joint viii) Filling in the joint with Silicon sealant 25 mm wide x 50 mm deep well tooled, dressed and extracting

the tapes. Allowing the sealant to cure under covered condition. C) Horizontal joint at floor level i) Cleaning the joint to remove debris, foreign material, dirt, grease, oil etc. ii) Dressing the joint filler material by cutting the extra or making good the same. iii) Making good the damage to the concrete in epoxy putty iv) Planting ferro-cement nosing 25/30 mm on either side of joint in polymer cement mortar (1:2 1/2) (sand

passing through 3 mm sieve). v) Providing bond breaker over the joint filler. vi) Applying primer and thinner to the inside of joint vii) Filling adhesive tapes on either side of the joint. viii) Filling in the joint with Silicon sealant 25 mm wide x 20 mm deep, well tooled, dressed and extracting

the tapes. Allowing the sealant to cure under covered condition. ix) Over the joint cement mortar bedding shall not be laid, but the joint shall be covered with cellular

material to depth of bedding. x) Tiles shall be fixed and 1st tile shall be fixed centrally with polyethelene sheet, bond breaker and joint

on either side of the first tile shall be sealed with the adjoining tiles of 12 mm wide x 12 mm deep Silicon sealant.

13. Providing treatment to the Pipe Shafts by Internal Box Method A) Floor i) Chasing, grooving and grouting the junction with the vertical wall ii) Giving cement slurry injections by gravitation method to the junctions. iii) Providing 38 mm thick cement mortar (1:3) screed with 2% Proofsol in two layers. B) Walls i) Grouting the construction joints in the wall and providing 15 mm thick cement mortar (1:4) with 2%

Proofsol plaster rendering in two coats including coving at the junction. 14. Silicon sealant to external junction of windows and masonry a) Chasing, grooving and grouting the peripheral joints of windows, exposing plastered masonry, jambs,

sills and making 6 x 6 mm groove. b) Providing bond breaker to the bottom of groove and sealing the joint with 6 x 6 mm Silicon sealant,

well tooled and dressed. 15. Grouting the joints in external surface between masonry and RCC members such as beams/columns/RCC

walls a) Chasing, grooving and grouting the peripheral joints between masonry walls, RCC members etc. b) Providing 12 mm cement mortar (1:3) with 2% Proof sol plaster rendering as shoulder for receiving

external plaster over it which shall be total 25 mm thick when finished including the under layer of waterproofing.

General Note. See list of approved make. ALUMINIUM COMPOSITE PANEL 1. Product composition (ACP):

Page 62: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The aluminum composite material shall be composed of a thermoplastic core of low density polyethylene sandwiched between two skins of 0.5mm thick aluminum sheets as detailed below.

Front side: Skin material: 0.5mm thick aluminium sheets (3003, H16). The Surface should finish with a

Lumiflon-based fluorocarbon (with more than 70% of PVdF) roll-coated on front side having at least 25 microns on PVDF paint.

Core: Anti-toxic low density polyethylene (0.92g/cm³) confirming to BS 476 on fire rating as detailed

below. Rear side: 0.5mm thick Aluminium coated with chrome or polyester.

The external front surface shall be covered with a protective film, which shall be peeled off immediately after installation.

2. Main Features of Panel with PVdf Coating Finish: a. Aluminium Composite Panel - front side should be finished with Kynar 500 PVdF (PolyvinyLidene

DIFLUORIDE) shall be factory-applied on a manufacturer’s continuous paint line and shall consist of 5µ (approx.) of primer and 25(approx.) of kynar 500 based fluorocarbon coating confirming to the following properties and the results.

b. PVdF coating should meet or exceed AAMA 05.2 requirements. As given below in the Table

Hardness ASTM D3363-74 (NCAA II-12) Flexibility : T-Bend ASTM D4145-83 (NCAA II-19) Adhesion ASTM D3359-87 (NCAA II –5) Abrasion : Falling Sand ASTM D968-81 Mortar Resistance AAMA 605,2-91, TEST#7.7.2 Detergent Resistance ASTM D-2248-73 Acid Pollutants ASTM D-1308-87

AAMA 605, 2-91TEST#7.7.3.1 Alkali Resistance ASTM D-1308-87 Salt Fog ASTM B-117-85 (NCAA II-2) Humidity ASTM D-2247-87, D-714-87 Colour Retention ASTM D-2244-85 Chalk Resistance ASTM D-659-86

• ASTM : American Society for Testing and Materials • NCAA : National Coil Coaters Association • AAMA : American Architectural Manufacturers Association.

Important:

a. For PVdf Coating the supplier should provide the test certificate from manufacturer of PVdF coated sheet.

b. Manufacture Should give 10 years warranty for the PVdF coating.

3. Fire Rating BS476 Part 6: 1989. : Index 0.3

Page 63: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

BS476 Part 7: 1997. : Class 1

Manufacture to provide Test Certificate for Fire Rating from an Renowned International Laboratory.

4. Principal Physical properties of ACP (4mm Thk).

(a) Panel weight: 5.5kg/m² (b) Thermal expansion: 2.4mm/m x 100º C (c) Mechanical properties: Tensile strength (ASTM E8) 5.1 kg/mm² Yield strength (ASTM E8) 5.51 kg/mm² Elongation (ASTM E8) 14.4% Flexural elasticity (ASTM C393) 4,080kg/mm² (d) Mechanical properties of skin aluminium: Yield Strength (ASTM E8) 12.0 ~ 15.5 kg/mm² Modules of Elasticity (ASTM C393) 7,000 kg/mm² Bond Integrity: (Vertical pull, ASTM C297) 120 kg/cm² Deflection Temperature (ASTM D648) 115° C (e) Sound Transmission loss(STC) in accordance with ASTM E413 26 (f) Formability-T Bend (ASTM D1737-62) : 27 No Cracking.

5. Product dimension and tolerance:

(a) Panel thickness: 4mm (b) Standard Panel size: width = 1020mm, 1250mm, (for user’s selection) length = by user’s demand (maximum length shall be 5500mm) (c) Product tolerance Width = ± 2.0mm Length = ± 4.0mm

Thickness = ± 0.2mm for 3mm & 4mm thick ± 0.3mm for 6mm thick. Bow = maximum 0.5% of the length and / or width

Squareness = maximum 5.0mm Surface defect =The surface shall not have any

irregularities such as roughness, buckling and other imperfections.

6. Panel finishes:

a) Gloss: (ASTM D523-89) : Gloss meter 60°mirror surface- 30% gloss.(60° specular gloss, All colors are available in 30-80% gloss upon request.

b) Weather-o-meter test Color retention (ASTM D2244-89) : Maximum rating of 5 units after 4,000hrs expect.

Gloss retention (ASTM D523-89) : 70% after 4,000 hrs.

Page 64: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Chalk resistance (ASTM D4214-89) : Maximum rating of 8 units after 4,000hrs.

c) Pencil hardness (ASTM D3363- 74) : 4H d) Adhesion (ASTM D3359, method 8)

Dry : No change Wet : No change after 37.8° C, 24hrs. Boiling water : No change after 100° C, 20 min.

e) Impact resistance(NCCA 1105) : No pick off after reverse impact cross hatch test. f) Abrasive resistance(ASTM D968-81): Resists 20 liters of falling sand. No Change.

g) Salt spray resistance : Blister-10, scribe-8 after 3,000hrs salt fog, 35° C.

h) Humidity resistance(ASTM D2247-87) : No change after 3,000hrs, 100% RH, 35° C.

i) Colour Retention (ASTM D 2244) : 5000 hrs. ▲E 5 unit

j) Chalk Resistance (ASTM D4214-89): 8 Unit

The color shall be selected by architect from manufacturer’s standard Catalogue. (Custom color should be supplied upon request- Minimum Qty. will be as per manufacturers Specs.)

Item Testing Method Result Item Testing Method

Result

Coating Thickness

Eddy-current thickness gauge 25µ Chemical

resistance 5% Sulphuric

acid Good

Gloss Glossmeter 60° mirror surface 35 ( 7 days

immersion )

5% Hydrochloric

acid

Good

Hardiness Pencil hardiness 4H 5% Caustic Soda

Good

Close adhesion Cross-out cellulose tape 100/100 Boiling water

resistance Boiling water

8 hours Good

Erichsen test 6mm height

protruding on surface

Good Corrosion resistance

Salt spray 3000hours

Good

Impact resistance

1/2Øx500gx50cm Surface Good Secondary Gloss

properties Good

Flexure resistance 1mm Flexure Good After 2 hours in Close adhesion Good

Abrasion resistance

CS-17x1kg load x 100 rotation 20mg max Boiling water Erichsen 6mm 100/100

Solvent resistance

MEK rubbing 100 time Good

Contamination resistance

Magic ink red black Good Accelerated

weathering Gloss retention

(Sunshine 90% min

Page 65: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

resistance weather 0meter 4000

hours)

Moisture resistance

98% RH/500C 3000 hours Good Outdoor exposure

Gloss retention (After 3 years

exposure)

90% min

DESIGN MIX OF CONCRETE 2.2.2.01 All reinforced concrete (RC) work shall be in “Design Mix Concrete” only. The CONTRACTOR shall make all the necessary tests to determine for each grade of concrete, the preparation of various ingredients by weight to arrive at the desired design mix to the satisfaction of the Structural Consultant. Such mix will be known as the “declared mix”. No deviation from the “declared mix” will be permitted without the expressed sanction of the Structural Consultant / Engineer in writing. No agreement by the Engineer to such “declared mix” shall relieve the CONTRACTOR of his responsibility to use in the Works at all times only concrete as specified in the relevant drawings.

2.2.2.02 The CONTRACTOR shall be entirely responsible for design of concrete mixes of the specified performance to suit the degree of workability and characteristic strengths required for the various parts of the Works.

2.2.2.03 Concrete shall meet with the strength requirements and minimum cement contents, maximum w/c ratio as indicated in Table 5 of IS 456-2000 hereinafter unless specifically stated otherwise.

2.2.2.04 Alternative mixes may be designed by the CONTRACTOR for use in both thin and narrow sections and thick sections. Special mixes using finer aggregates may be designed by him for in filling pockets and narrow spaces and for regions of congested reinforcement.

2.2.2.05 Notwithstanding the above, the following additional specifications shall be applicable.

2.2.2.06 Design Assumptions:

TABLE 1

Main Reference Codes: IS 456, 516, 10262, 383, 2386, 269, 8112, 12269, 1199 and other related codes. The latest revisions or amendments shall be enforced.

Type of exposure Moderate Degree of quality control Good Initial Slump 75-80mm. Slump Retention after 60 minutes 25-30mm

Portland Cement Grade 43/53 (from source approved by Owner) Maximum size of aggregate 20mm (may be in two fractions)

Flakiness Index Up to M35: Maximum 25% above M35 Above M35: Maximum 15%

Elongation Index Up to M35: Maximum 25% Above M35: Maximum 15%

Crushing Value As per IS 383 Sand Natural sand of Zone II or Zone III only (as per IS

383). Blending of sand may be permitted. Specific Gravity & Water Absorption Actual

Trials Trial shall be conducted with materials which the contractor plan to use at site

The minimum cement content and the maximum water-cement ratio shall be as per IS 456-2000.

Page 66: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

2.2.2.07 Submission of Design Mix for approval: The contractor shall submit the mix design of concrete mixes to the structural consultant/Owner well in advance for approval. The minimum period required for the approval shall be 30 days (for individual mixes).

2.2.2.08 The Contractor is required to submit the following data along with the mix design:

a. Aggregate Test Results:

I. Sieve analysis for coarse and fine aggregate. II. Specific gravity & water absorption for coarse & fine aggregate. III. Flakiness index, elongation index and crushing value of coarse aggregate.

b. Water Test Results as per IS 456.

c. Cement Test Results:

I. Consistency. II. Setting Time (Initial and Final). III. Compressive Strength (3, 7 and 28 days) IV. Blains Fineness.

d. Type of Exposure

e. Degree of Quality Control

f. Initial Slump and Compaction Factor recorded during the trials.

g. Retention (Slump and Compaction Factor) after 30 and 60 minutes.

2.2.2.09 The Contractor shall submit materials for trials in sufficient quantity at his own cost as per the given detail (for the approval of each grade of mix):

a. Cement (1 bag, sealed)

b. Sand (2 bags, dry)

c. Coarse Aggregate (20mm) (3 bags, dry)

d. Coarse Aggregate (10mm) (2 bags, dry)

e. Superplasticizer as per approved make (if proposed) (1 Lts, with product literature)

f. Compressive Strength achieved for 3, 7 and 28 days

g. Superplasticizer Details:

I. Specific Gravity II. Chloride Content III. Dose used ((mentioning maximum limit with all data, with respect to the slump/c.c. recorded with

varying doses of superplasticizer) Note: 1. The use of plasticizer/superplasticizer may not be allowed by the Owner/Consultant. 2. The base material of plasticizer/superplasticizer may be specified by the Owner/Consultant. 3. If superplasticizer is used, then the workability detail for controlled mix shall also be submitted and the water

retention for plasticizer shall be minimum say 10 to 15% and for superplasticizer it shall be minimum 25 to 30%.

4. For the approval of superplasticizer, the Contractor shall conduct the performance trial in the presence of the Owner and the compressive strength to be verified for 3, 7, 28 and 180 days.

5. The basis for the approval shall be referred under title “Acceptance Criteria of Mix Design and Approval of Plasticizer/Superplasticizer”.

Page 67: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ANTI-CORROSIVE TREATMENT

Polysulphide epoxy zinc chrome anti-corrosive primer - a two component air drying polysulphide - epoxy composition with polyamino curing and anti-corrosive chrome pigments as per manufacturers specification. VII. ROOF AND SIDE CLADDING

1. All asbestos cement sheets shall conform to IS 459 (specification for unreinforced corrugated and semicorrugated asbestos cement sheets). All fixing accessories such as hot dip galvanised bolts (J type or other type to suit the purlin profile), galvanised and bituminous washer, etc. shall conform to the requirements of IS 730 "Hook bolts for corrugated roof sheet". The diameter of the bolts shall not be less than 8mm.

2. All asbestos cement material shall be carefully handled, stacked and stored in accordance with

manufacturer's recommendation to the entire satisfaction of the Engineer, special care being taken when transporting from rail-head to store and site. Asbestos cement materials shall be stacked on a firm level ground and suitably covered to prevent exposure to weather. Damaged materials shall be removed from the site immediately.

3. The asbestos cement sheets and accessories shall be cut using a woodsaw. Metering shall be carried out

by sawing carefully and accurately, using purpose made template to ensure flush fitting and butting of metres. Drilling of sheets shall be carried out from the outer surface inwards and shall be carefully and accurately executed using template.

The J bolts shall be at least 90mm longer at lap points of sheets and 75mm longer at other points than the

depth required to hood the bolt to the purlin. The minimum length of square head coach screws (IS: 2120) for timber purlins shall be 115mm. The galvanised iron felt washers shall be 25mm in diameter and 1.6mm thick. The bitumen washers shall be 35mm in diameter and 1.5mm thick. Sheets and other fittings shall be carefully examined immediately prior to erection and if any defects are

discovered the defective pieces are to be broken up or removed from site immediately. Before laying the sheets the purlin spacing shall be verified. The sheets shall be laid with smooth side

facing the outside of the building. The sheets shall be laid starting from the eaves, or from bottom upward in case of cladding (IS:3007). The sheets shall be laid from the end of the building away from

prevailing wind so that exposed edges face down wind. The laps shall be as shown in the drawing. The outer edges of the bolts shall be suitably protected by a bituminous cap approved size and make.

4. Sealing washers and caps shall be resilient plastic material conforming to IS: 8669 “Washers for Sheet

Roofing".

5. Cat ladders or roof boards shall invariably be used, by men working on roofs for safety. This will incidentally avoid damage to the roofing material also. Roof boards shall not be less than 25Memorandum wide and shall be well constructed to avoid tilting of materials. The battens or cross pieces of roof board shall not project beyond the edges of the board and shall b e properly secured to the board.

6. All asbestos cement sheets and accessories shall be given two coats of white wash (IS:6278) on the

underside (rough side) of the sheets before laying them in position. VII.2 Galvanised Iron Sheeting:

All galvanised iron sheets shall conform to Class III IS:277. The fixing accessories shall conform to IS: 730. Square head coach screws for timber purlins shall conform to IS:2210. All precautions with regard to storing, handling and laying as stipulated in clauses L.1.1 to L.1.6 above shall be considered applicable for galvanised iron sheets.

Page 68: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

VII.3 Aluminium Corrugated/ Profiled Sheets:

1 Aluminium corrugated sheet shall comply with requirement of IS: 1254. 2 Corrugated aluminium sheets. All precautions with regard to storing, handling and laying as stipulated

in clause L.1 above shall be considered applicable to Aluminium sheets. 3 Each consignment of aluminium sheets shall be subjected to inspection and testing. 4 Fixing accessories shall be of best quality and as recommended by the manufacturer. 5 Where aluminium sheets are to be laid on steel purlins, the steel shall be thoroughly painted with a

composite aluminium-pigmented metal primer and two finishing coats of aluminium paint, which is very durable and a good match with the sheeting or alternatively if approved by the Engineer a bituminous paint and roofing felt placed over purlins can be used. If sheets are laid on a close-boarded roof or on batten, the wood should be given a good coat of an aluminium paint. Wet concrete and mortar are aggressive towards aluminium, so shall be separated from it either with roofing felt or mastic or by treating the aluminium with bituminous paint as directed by the Engineer.

6 The side-laps should be Two corrugation on roofs, and one corrugation on siding depending on the

degree of exposure. The end-lap shall be 150mm on roof and 100mm on sides. If slope of the roof is less than 15 degree, the end lap on roof shall be increased to 225mm and for roof slope less than 10 degree, single length sheets with joints sealed with sealant are recommended.

7 Sheets shall be laid from the end of the building away from the prevailing wind so that exposed edges

face down wind. 8 Aluminium alloy fastenings shall be used as recommended by the manufacturer. This will preclude any

possibility of the sheets being weakened at the attachment point by bimetallic fittings, if approved by the Engineer hop-dip galvanized or sheradized steel fitting may be used. Under no circumstance should copper, brass, or bronze fittings be used. Roofing bolts shall be fitted with bituminous felt washers under suitable aluminium washers. The diameter of bolts shall be less than 8mm. Holes shall be made by drilling and burrs shall be removed.

9 The number of fastening required will depend upon the wind condition. Generally, attachments to each purlin are made on every third crest of corrugations. Additionally, the side laps are sealed by seam bolts at a pitch of 300mm to 380 mm.

VII.4 Colour Coated Profiled Sheets :

Colour Coated Profiled sheets shall have base material of either High tensile cold rolled steel with Galvalume coating or Ordinary tensile cold rolled steel with Glavanized coating. High tensile cold rolled steel shall confirm to AS 1397 (minimum yield strength 550 Mpa) and coating shall confirm to AZ150 (150 gm/m2 zinc- aluminum alloy coating, total of both sides). Ordinary tensile cold rolled steel with Glavanized coating shall confirm to IS:513 & IS:277 (minimum yield strength 240 Mpa and min 175 gms/m2 zinc coating, total of both sides).

Finished paint coating for sheets shall be any one of following as specified in the items.

a) Silicon polyester coating b) Polyester Coating c) Plain Galvalume or Galvanized finish

Page 69: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The sheets shall be fixed on the steel purlins by roofing screws of Builder make or equivalent, mechanically galvanized, colour matched nylon head in either self drilled holes or predrilled holes at crest of the sheets. The spacing of screws shall be as per manufacturer’s specifications. The side laps are sealed by stitching bolts.

All precautions with regard to storing, handling and laying as stipulated in clause L.3 above shall be

considered applicable to Colour Coated sheets.

VII.5 Measurement: The quoted rates for each item of work covered by this specification shall include providing of all materials,

tools tackle plant, scaffolding as required labour, and all other work necessary to complete the job as per this specification.

The sheets shall be measured and paid per unit (m2) flat area, covered in the plans of the sheets. Special

accessories such as gutters, north light curves, ridge pieces etc. shall be measure and paid per unit length (m). No separate payment will be made for laps of sheets and accessories, bolts nuts, washers, white washing,

adjustable bolts and supports for gutters and other fixtures. These are assumed to be included in the quoted rates.

The roof sheeting for the Convention Centre will be as per attached specification (3 pages) KALZIP ALUMINIUM ROOFING SYSTEM OR EQUIVALENT SYSTEM: Supply and fixing of single skin insulated Kalzip roofing system:- 1. First Layer : KAZIP 65/400 Aluminium Secret Fixed standing seam Roofing system in 0.90 mm thick in

Stucco Embossed Finish including Accessories, Fasteners and ST Clips.

2. Insulation Layer : Glasswooll Insulation of 50 mm thick 32 kg/cu.m density with 75 mm x 75 mm 1.6 mm GI wiremesh with one sided vinyl foil.

3. Flashing : in 0.90 mm thick

Specification of “KALZIP” Aluminium Standing Seams

Roof Cladding System

The metal roof cladding shall be proprietary ‘Kalzip’ Aluminium Alloy Standing Seams Roof Cladding System as manufactured by Kalzip Asia Pte Ltd. The roof system is to be designed to reduce solar gain and control heat transmission through the roof to area below. The roof system shall be able to withstand the loads specified by the Architect It is also sufficiently rigid to withstand maintenance traffic without excessive deflection.

1) DESIGN REQUIREMENTS:

Design criteria shall be in accordance with current edition of the locally adopted Building Code.

Dead Load:

Page 70: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The dead load shall be the weight of the structural standing seam roof system. Live Load

The roof panel and concealed clips shall be capable of supporting a minimum uniform live load of 900Pa. Wind Loads:

Wind loads shall be as shown on the contract documents or calculated per applicable codes taking into account wind speed and related factors such as ground roughness and building importance. The greater uplift pressure (contract drawing specified or Building Code calculated) shall govern. Thermal Loads:

Roof panels shall be free to expand/contract resulting from a total temperature differential of 45 Degrees C. 2) Scope of Work This scope shall include the design, supply, manufacture, fabrication, assembly, installation, including samples for approval, protection, delivery, unloading, storage, lifting in position, fixing, of the standing seam roofing System only 3) Construction The roof system consist of Kalzip 65/400 as the outer lining (weather side) of standing seams aluminium alloy cladding profile 400mm width with depth 65mm and infill 50 mm thk Glasswool Resin Bonded insulation in 32 Kg/m³ density and vnyl sheet vapour barrier in between the outer lining and inner lining. The Kalzip shall be minimum 0.9mm thick PVDF/Stucco finish. Side joints shall be interlocking and zipped closed mechanically on the extruded E clips without the use of bolts, rivets, screws of similar hardware, which require the drilling of holes on the cladding. This free-floating fixing method shall allow movement of cladding sheets without affecting the performance or weather resistance. The inner lining shall be of GI wire mesh of the size 75mm X 75mm X 1.6mm 4) Material Specification of Kalzip Roof Cladding

The outer lining shall be aluminium alloy ISO designated EN AW 3004(AlMn1Mg1) to BS EN 485-2: 1995. The material properties are as follows: -

Ultimate tensile strength : minimum 200 N/mm2 0.2% Proof Stress : minimum 185 N/mm2

Modulus of elasticity : 70,000 N/mm2

Fixing clips shall be reinforced polyamide clips- E Clips which shall be capable of transmitting all reaction forces to the purlin without the aid of any other material, thus resulting in an overall “Self-supporting standing seam roof system”. Gable end retainer clip, ridge cap and retainer flange shall be bright aluminium alloy ISO designated AlMgSi0.5 (Al Mg Si 0.5 H9 – TB to BS 1474: 1987). 5) CALCULATIONS: A. Submit engineering calculations defining cladding loads for all roof areas based on design criteria listed in section 1 of this specification B. Calculation shall clearly indicate clip type, spacing of clips by roof zones, and fastener requirements.

Page 71: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

C. Compute uplift loads on clip fasteners with recognition of prying forces and eccentric clip loading D. Calculate pullout/shear strength of fasteners in accordance with test data published by the fastener manufacturer, utilizing applicable material safety factors. E. Compute thermal calculation for expansion/contraction forces due to total temperature differential of 45 degrees C. F. Compute panel fixed point attachment forces and required fasteners. G- Compute in-plane clip forces and indicate required attachment fasteners 6) Coating of External Flat Panel Sheets

A. NATURAL ALUMINUM:

Stucco Embossed. Aluminum AA3004 post processed through embossing rollers.

Natural Mill. Aluminum AA3004

Clad Aluminum. Aluminum AA3004 with additional 5% thick weathering layer (AlZn1) rolled into the base material B. PVDF The outer surface of Kalzip profiled cladding shall be factory coated with PVDF coil coating at 23 microns nominal thick and 30% gloss, colour selected by the Architect. The paint shall have a 70% kynar 500 resin and supplied by one of their licensed formulators. All coatings shall be supplied with strippable polyethylene film to protect the painted face from damage during handling and installation. 7) Thermal Movement The roof cladding system shall accommodate noiselessly and without loss of structural integrity or reduction in performance the inherent thermal movements of its components resulting from the external temperature and environmental condition differentials under which it must perform. The limits and extent of the thermal movements and differentials to be accommodated shall be defined by the Contractor and discussed with the Engineer, based on the environment requirements and design. 8) Weather tightness The roof cladding system shall be fully weather tight and shall be designated to provide adequate and safe drainage under all weather conditions. All ridges, eaves, verges etc. shall be produced a weather tight system. Flashing and capping shall be of the same materials, thickness and coatings as the associated linings and shall be in profiled shape to fit the profile of lining. 9) Lap-joints for outer liner minimized The Contractor shall avoid the requirement for lapping and take full advantage of the free-floating design. Roof sheets shall be produced in continuous lengths and be delivered in coil form. A set of a fully self-contained mobile production unit packed in a box container shall be delivered to the Site for production, thereby eliminating length limits due to transportation restrictions. Roof sheets shall be produced to lengths required in accordance with the approved shop drawings. 10) Roll forming machines The construction of outer skin will be made using Bespoke Roll forming equipments capable of providing Straight sheets .The manufacturing agency must provide confirmation that the roll forming machines are available within India at time of Tender and must have completed no less than 4,00,000 m2 of production.

Page 72: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

11) Spare Roll forming machines Minimum 1 roll forming machines shall be allowed for this project and the roofing manufacturer shall have at least two alternative machines in India for immediate replacement in case the operating machine breaks down or needs maintenance during the roll forming process. 12) Clip-On System All accessories to be fixed on top of the roof, including man-safe system, shall be fixed by means of the non-penetrative clip-on system – Seam Clips from the same manufacturer of the external standing seam roofing system. Any additional puncture or joints created due to fixing accessories shall be eliminated to lower the risk of leakage and roof failure due to workmanship variation. 13) On-site Roll-forming procedures The roll-forming machines shall only be operated by the system manufacturer’s well trained and experienced technician. No any workers or technicians from the installer are allowed to operate the machine. 14) Fixing The installer / Contractor shall survey the structure, check line and level, report immediately to the Architect if the steel truss structure is unsuitable to receive the metal roof system and confirm suitability of structure to the Architect in writing before starting work on Site. All fixings shall be conformed to the statutory requirements both as to strength and type and shall be fully protected to prevent electrolytic corrosion. 15) Fasteners Fasteners such as screws and other fastening devices shall be suitable for the conditions of each application and shall be of austenitic stainless steel to prevent galvanic action with the components fastened. Where fasteners are not manufactured in stainless steel, then fasteners of metal compatible with adjoining materials and having a permanent corrosion resistance finish will be used. Austenitic stainless steel shall comply with BS 970: Part I Section5; Table 11. 16) Project references for the roof system The approved roofing system manufacturer shall have at least minimum 4 -year’s history in India. Project list of this roofing system shall be submitted as a proof of the above at the tender stage. The approved roofing system manufacturer shall have at least 10 completed government projects like airports/ stadiums in India in the past three years using similar roofing system design The approved roofing system manufacturer shall have a minimum total of 2 lacs square meters of aluminium standing seam roofing system being installed in India for the past 5 years. 17) Performance in relation to fire The roofing sheets shall have a national AA designation as defined by BS 476 : Part 3 : 1975 provided the blanket insulation installed has a ‘non-combustible’ classification when tested in accordance with BS 476 : Part 4 : 1970(1984). Warrington Fire Certificate tested according to BS 476: Part 6 and Part 7 and the compliance with the requirement for a Class O surface as defined in Approved Document B shall be submitted at the tender stage.

Page 73: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

18) Certificates A- BBA Certificate The performance of Kalzip Roof System shall conform to the requirements as certified in the BBA certificate. The Contractor shall submit the British Board of Agreement Certificate to the Architect for acceptance.

B- FM approval

FM 4471, August 1995: Approval Standard for Class 1 Panel Roofs

C- Deutches Institute fur Bautechnik General Building Inspectorate Approval Z-14.1-181

19) Warranty

Project Warranty: Refer to Conditions of the Contract for project specific warranty provisions. Furnish manufacturer’s standard 10-year warranty stating panel material will not fail due to:

Corrosion

Composition

Tensile Strength

Furnish written warranty signed by applicator for 10 years period from date of substantial completion of the building covering repairs required to maintain roof and flashings in watertight conditions. 20) Installers’ Experience The roofing system installer shall be the approved installer of the aluminium standing seam roofing system manufacturer. The Approved Installer Certificate issued by the roof system manufacturer (or a letter from the manufacturer endorsing the contractor) shall be provided at the tender stage of this project. 21) Manufacturers should have a registered office in India. 22) Installer shall be trained by the parent company in their training centers abroad or in India. 23) Installer should have a experience of a minimum 100,000 sqr.mtr roof area installed which has to be 1 year old. 24) Completion certificates of projects executed in India (certificates attached) 25) Leakage warranty of 10 years to be given by the recommended installer

Page 74: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Specification PLUMBING

Page 75: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

1.0 PUMPS 1.1 SCOPE The scope under this section shall cover the specification and details of equipments. 1.2 STANDARDS The following standard specifications shall be applicable.

a) IS : 5659 Pumps for process water

b) IS : 9137 Code for acceptance test for centrifugal, mixed

flow and axial pumps-class C.

c) IS : 10981 Code for acceptance test for centrifugal, mixed

flow and axial pumps- class C

d) IS : 10596 COP for selection, installation, operation and

maintenance of pumps for industrial applications.

h) IS : 8034 Submersible pumps

1.3 GENERAL REQUIREMENTS 1.3.1 The pumps assembly shall be direct driven suitable for clear fresh water of temperature range 5C

to 80C and shall be complete with pumps, motors, shafts, seals, coupling, glands, mounting frame fixing accessories etc.

1.3.2 The pump selection shall be done to achieve lowest power consumption based on the Q-H chart of

different models. 1.3.3 The velocity of suction pipe should not exceed 1.5 m/s. 1.4 SUBMERSIBLE PUMPS 1.4.1 The submersible pumps shall be open well monoblock or multi stage vertical pumps suitable for

vertical mounting as specified, shown on the drawing and suitable for site condition. The bearings shall be water lubricated and shall have protection for dry run.

1.4.2 The pump assembly shall include suction strainer, pump, motor, casing and power cabling.

Page 76: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

1.4.3 The motors, cables and terminations shall be totally water tight and suitable for under water installation.

1.4.4 The material of construction for the pumps shall be cast iron for casing, bronze for impeller, cast

steel for shaft, SS 304 for shaft seals and bearings. 1.5 INSTALLATION 1.5.1 The pumps shall be installed vertically inside the water tank sump. The pump base shall rest on

the sump base to avoid loading or the discharge pipe. 1.5.2 The pump discharge piping of adequate length shall be assembled with flanged joint. The pump is

then lowered into the water tank through flanged pipe sleeve of adequate size provided on the ceiling of the water tank. The excess opening in the sleeve shall be covered with split ( piece) blank flange with rubber bush, gasket etc. and bolted to the tank sleeve flanged to make it vermin proof.

1.5.3 The pumps can be dismantled from the discharge pipe by opening the flanged joints and lifted up

vertically for maintenance / repair by removing the sealing flange provided in the tank sleeve. 1.6 TESTING & COMMISSIONING 1.6.1 Before energising electrical operated equipments, care shall be taken to meet the local electrical

rules and regulations, earthing of the body, verifying availability of safe insulation resistance value etc. Also confirm the motor enclosure to the level of protection required for the particular application.

1.6.2 The pumps shall be tested according to the recommendations of the manufacturer. The following

parameters to be recorded and plotted on the Q-H chart of the particular pump. a) Discharge b) Pressure c) Motor voltage and current

1.6.3 The power consumption to be computed and cross checked with the manufacturer’s data. Any

abnormalities, if noticed shall be brought to the notice of the manufacturer and necessary corrective action taken before commissioning and handing over.

2.0 SANITARY APPLIANCES & FITTINGS 2.1 SCOPE The scope under this section shall cover the specification and details of sanitary appliances and

fittings. 2.2 STANDARD SPECIFICATION The standard specifications applicable shall be covered under respective sections. 2.3 GENERAL REQUIREMENTS

Page 77: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

2.3.1 All sanitary appliances and fittings shall be new, of best quality and one of the recommended

make and model specified. 2.3.2 All appliances and fittings shall be with ISI approval mark and without any defects. 2.3.3 All ceramic appliances and accessories shall be vitreous glazed china wears of white colour unless

otherwise specified. All appliances shall be complete with all accessories and fixing materials. 2.3.4 All sanitary fittings shall be heavy duty brass with chromium plating on exposed surfaces. The

fittings shall be complete with all accessories, wall flanges etc. 2.4 SANITARY APPLIANCES 2.4.1 STANDARD SPECIFICATIONS The standard specifications shall be as follows : a) IS : 2556 Specifications for vitreous sanitary appliances (vitreous china) Part 1 General requirements Part 2 Specific requirements of wash-down water closets. Part 3 Specific requirements of squatting pans Part 4 Specific requirements of wash-basins Part 5 Specific requirements of laboratory sinks Part 6 Specific requirements of urinals Part 6/sec 1) Bowl type Part 6/sec 2) Half stall urinals Part 6/sec 3) Squatting plates Part 6/sec 4) Partition slabs Part 6/sec 5) Waste fittings Part 6/sec 6) Waster spreaders for half stall urinals Part 7 Specific requirements of half round channel Part 8 Specific requirement of siphonic wash-down water-closets Part 9 Specific requirements of bidets Part 10 Specific requirements of foot rest Part 11 Specific requirements for shower rose Part 12 Specific requirements for floor traps Part 13 Specific requirements of traps for squatting pans Part 14 Specific requirements of integrated squatting pans Part 15 Specific requirements of universal water-closet

Page 78: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

b) IS : 771 Specification for glazed fire clay sanitary appliances Part 1 General requirements Part 2 Specific requirements for kitchen and laboratory sinks c) IS : 2548 Specification for plastic seat and covers for water closets Part 1 thermostat seats and covers Part 2 Thermoplastic seats on covers d) IS : 2326 Specification for automatic flushing cisterns for urinals e) IS : 774 Specification for flushing cisterns for water closets and urinals (other than plastic cisterns) f) IS : 7231 Specification for plastic flushing cisterns for water closets and urinals 2.4.2 WASH DOWN (EUROPEAN WATER CLOSET) a. The European water closet shall be sitting pan of one piece construction with S or P trap

conforming to IS : 2556 Part 3, and having a minimum size of 530x410x390 mm. The European WC shall be with or without flushing tanks and shall be with inlet horn, self draining flushing rim of box with adequate discharge holes, weep holes, anti siphonage ven horn

b. The European WC shall be floor mounted with hinged PVC seats and cover as indicated in the

drawing and schedule of material. c. The WC seats and covers shall be of plastic conforming to IS : 2548 having a minimum of 3 mm

thickness at the thinnest point. The seats shall be closed type with minimum 3 nos. rubber or plastic buffers of 25x40x10 mm. The cover shall be with equal no. of buffers placed right over the seat buffers. The seat and covers shall be smooth non absorptive and inert to household cleaners.

d. The WC cisterns or flushing tanks shall be low level or high level plastic or vitreous china ware of

minimum 15 litres capacity conforming to IS : 774 and IS : 7231. The flushing cistern shall be with siphonic apparatus, ball valve, over flow etc. The outlet size shall be 32 mm for low level and 40 mm for high level cistern. The lead pipe for the cistern shall be with PVC of sufficient length with necessary fittings, operating chain/lever etc.

2.4.3 URINALS a. The urinals shall be of bowl/flat back one piece construction conforming to IS : 2556 Part 6

having a minimum size of 340x410x260 mm with integral flushing box rim adequate discharge holes, inlet and outlet horns.

Page 79: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

b. The urinals shall be provided with manual push auto closing flush valve. 2.4.4 WASH BASIN The wash basin shall be flat back wall mounted or counter top, on piece construction conforming

to IS : 2556 part 4 with waste over flow single, 2 or 3 hole inlets. The wash basin shall have minimum size of 460 x 360 mm. The flat back wash basin shall be with CI wall mounting brackets conforming to IS : 775.

2.5 SANITARY FITTINGS 2.5.1 STANDARD SPECIFICATIONS The following standard specification shall be applicable. a) IS : 8931 Specification for cast copper alloy fancy bib taps and stop valves for water services b) IS : 8934 Specification for cast copper alloy fancy filler taps for water services. c) IS : 781 Specification for cast copper alloy screw down with taps and stop walls for water services d) IS : 5219 Specification for cast copper alloys traps Part 1 'P' and 'S' traps. e) IS : 2692 Specification for ferrules for water services f) IS : 2963 Specification for copper alloys waste- fittings for wash basins and sinks g) IS : 3311 Specification for waste plug and its accessories for sinks and wash basins h) IS : 1795 Specification for pillar taps for water supply purposes. The sanitary fittings shall be heavy duty chromium plated brass with ISI mark. The fittings

shall be one of the recommended make/model specified. The fittings shall be one of the recommended makes and model indicated.

3.0 INSTALLATION OF SANITARY APPLIANCES AND FITTINGS 3.1 SCOPE The scope under this section shall cover installation of sanitary appliances, fittings and ancillaries. 3.2 STANDARD

Page 80: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The following standard specification and codes shall be applicable. a) SP : 35 (S & T) - Hand book on water supply and drainage b) IS : 2064 - COP for selection and maintenance of sanitary appliances 3.3 GENERAL REQUIREMENTS a. The appliances, accessories and fittings shall be installed as indicated on the drawing and perfectly

matching the interior and the tile pattern, heights and properly levelled. The piping and pipe connections shall be done such that minimum length of the piping/pipe connections are exposed.

b. Sufficient care shall be taken to avoid breakage and damage to the appliances, fittings and the

buildings, tiling, interior works etc. carried out by other agencies. Also care shall be taken whole fixing the appliances and fittings to achieve rigidness and to avoid movements of appliances and fittings which can result in damage to the water supply and drainage connections/joints.

c. The screws shall be fixed to the wall by providing wooden rawl plugs or anchor fasteners in wall

depending upon the weight. All exposed screws, nuts and bolts shall be of heavy quality CP brass with CP brass washers.

d. All brackets shall be finished with two coats of synthetic enamelled paints of colour matching the

interior/tiles. The water supply and drainage connection to the fittings and assemblies shall be made by means of approved leak proof joints.

e. All water supply and drainage pipe connections and drain connection made to the appliances shall

be leak proof and with minimum length of exposed pipes. The WC and urinals shall be through P or S traps.

3.4 WATER CLOSETS & BIDET a. The Indian and Orissa WC shall be set in brickbat concrete 1:2:4. The wall hung European WC

shall be supported by CI floor mounted chairs. The joints between WC and flush pipe shall be made with a putty of white lead and linseed oil and caulked well or with an approved rubber joints. The joint between WC and trap shall be made with leak proof 1:1 cement mortar.

b. The foot rests for the Indian WC shall be fixed at proper distance with 1:2 cement mortar with

edge finished in while cement. 3.5 URINALS a. The urinals shall be fixed to wall by CI bracket and two CI wall clips. Cistern shall be fixed to the

wall with R.S or C.I brackets. 3.6 WASHBASIN

Page 81: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

a. Wall mounted wash basin shall be fixed to the wall using CI brackets. The counter top wash basin

shall be mounted on to the counter after cutting the counter to the exact size to achieve tight fixing. The counter shall be fixed to the wall using GI brackets.

b. The cut edges of the platform/counter shall be ground to achieve proper shape and smooth surface. 3.7 WASH ROOM ANCILLARIES a. The concealed soap tray, toilet paper holder etc. shall be fixed flush with the tile by cutting the

wall and set in 1:2 cement mortar surface mounted units shall be screwed to the wall. b. The towel rod, towel ring, towel rack, shower curtain rod, retractable cloth lines, coat hooks,

bottle opener etc. shall be fixed to the wall/door in lines and levels to match the tiling pattern and as indicated on the interior drawings.

3.8 SANITARY FITTINGS & ACCESSORIES a. All sanitary fittings shall be screwed down to the pipe connections with necessary leak proof

sealant materials. The threaded portion of the fittings shall be cut to exact size to achieve adequate jointing and at the same time no threaded portion is exposed.

b. All fittings shall have wall / platform flanges to cover the joints and are firmly fixed to the wall /

platform. 4.0 VALVES 4.1 SCOPE The scope under this section shall cover requirements, details and specification of valves and other

control accessories in water circuit. 4.2 STANDARDS 4.2.1 The following standards shall be applicable : a) IS : 4928 Check valves, quip closing for centrifugal pump outlets. b) IS : 9896 Ball valves, general purposes 4.2.2 The valves for the control of steam shall meet the requirements of IBR and approved by them. 4.3 GENERAL REQUIREMENTS 4.3.1 The valves shall be of reputed make with ISI mark, suitable for the specified duty such as a) Medium to be handled b) System pressure c) System temperature

Page 82: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

4.3.2 The material and type of construction shall be as indicated in section 2101 systems and materials, schedule of materials and shall be suitable for the duty specified.

4.3.3 The valves upto 50 mm shall be screwed type and 65 mm and above flanged type unless otherwise

specified. The valves shall be with non rising spindle and the flanges drilled to BS : 10 table E or to match the flanges incorporated in the piping work.

4.3.4 The material of construction of valve body and internal shall be polypropylene and shall be with

quarter turn handles. 4.3.5 The valves shall be rated for a test pressure of minimum 20 kg/sq.cm. 4.4 VALVES FOR VARIOUS SERVICE 4.4.1 The valves for various sizes shall be as indicated below : a. Upto 50 mm Ball b. 65mm & above Butterfly 4.4.2 STOP VALVES a. The stop valves shall be ball or butterfly as indicated in the drawing and schedule of material

conforming to IS:778 & IS:780. The stop valves shall be capable of complete stoppage of flow of the medium handled with solid wedge, split wedge or parallel double disc type.

b. The butterfly valves shall be with circular or lense shaped disc pivoted in the body by two unions.

The operating handle shall be provided with locking facility and shall have flow indication. 4.4.3 CONTROL VALVES The flow control valves shall be ball type with spherical gate to control the flow the medium. The

valves shall be capable of complete stoppage of flow of the medium handle to enable them to use for stop valves.

4.4.4 CHECK VALVES The check valves/non return valves shall be unidirectional flow allowing the normal flow in one

direction and completely stop the flow in reverse direction. The check valves or reflex valves shall be suitable for horizontal as well as vertical installation and shall be with circular disc hinged at one end.

Page 83: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Specification Fire Fighting Works

Page 84: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Fire Fighting Design basis 1. Design Standard - National Building Code 2005 2. Project - Proposed University Building at Pondicherry 3. Hazard classification - Educational Building B 4. Building details - G+ 3 floors(MSGET), G+1+1(BIO INFORMATICS BUILDING) 5. Height of the Building - Approx 16 mtrs 6. Fire protection system Recommended as per NBC - 1. Down comer with hose reel system (both building) 2. Portable Extinguishers(both building) 7. Water requirement At the Terrace level - 25,000 ltrs.(MSGET), 10, 000 ltrs.(BIO INFO) At the ground level - Nil 8. Pump requirement

At the Terrace level - 57m3/hr and 27m3/hr Electrical motor driven pump set – 2 no for MSGET and BIO INFO respectively.

At the ground level - Nil

TECHNICAL WRITE UP The Fire Protection System has been designed based on the National Building Code’s rules and regulations.The following system has been provided.

1. Hose reel with Down comer system 2. Portable Extinguishers

A. Hose reel with down comer system

Page 85: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The following pump sets will be installed at the terrace level in each building.

1. 57m3/hr Electrical motor driven pump set - 1 No. The above pump set will take suction from firewater reservoir of 25,000 ltrs. capacity constructed in the terrace of the building and the delivery of this pump set is connected to a down comer. There will be totally two down comers in a building. Adequate hydrant valves and hose reels will be connected to these down comers. Near each hydrant valve a hose box will be installed containing two nos. of 63mm dia,7.5 mtrs. long hoses and a branch pipe. Also, hose reels will be installed which can be used for tackling the fire at the initial stage. Also a 2 way fire brigade inlet will be connected to the each down comer so that in case of emergency the water can be pumped from the fire tank to the system.The entire system will be pressurized with water, and depending upon the selector switch in the MCC the Pump sets can be started either manually or automatic mode. B. Portable Extinguishers Portable Extinguishers of the following type will be installed 1. Dry Chemical Powder Type 2. Foam Type 3. CO2 Type 4. ABC Powder Type EQUIPMENT SPECIFICATION A.00.00. I. DOWN COMER SYSTEM A.01.00 TERRACE PUMPSETS: A.01.01 The pump shall be horizontal end suction, centrifugal pump A.01.02 The pump shall be of monoblock type A.01.03 The pump base frame shall be fabricated and should be very rigid A.01.04 The base frame shall accommodate both the pump and the motor. A.01.05 The pump shall be suitable for automatic operation A.01.06 Terrace pump drive motor shall be suitable for frequent start / stop operations as . Required by the system.

Page 86: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

A.01.07 The pump shall be provided with a name plate indicating delivery head, capacity. and RPM. A.01.08 The material of construction of pump shall be as under:

Casing : Cast Iron, IS:210, Gr 20 Impeller : Cast Iron Base frame : Fabricated M.S

A.02.00. MOTORS: A.02.01. The motors for the Terrace pump shall be of general purpose, constant speed, and sized for the maximum output at an ambient temperature of 40 Deg C A.02.02. The motors for the Terrace pump shall be of TEFC. D.02.03. The motors shall be wound of class ‘B’ insulation. The windings shall be vacuum. Impregnated with head and moisture resisting varnish and preferably glass fibre. Insulated to withstand tropical conditions. D.02.04. The motors shall be rated for continuous duty. They shall also be suitable for. Long period of inactivity. D.02.05. The operating speed for the Terrace pump motor shall be of 2900 RPM. D.02.06. The motors shall be suitable for electric supply of 440V, 3 phases, 50 Hz and shall. Run continuously at rated input over the entire range of voltage and frequency. variations as under: RANGE OF VARIATION i. Voltage : 10% ii. Frequency : 5% iii. Combined voltage frequency : 10% (Absolute sum) D.02.07. Motors shall be designed for direct on line starting. D.02.08. Motors shall be effectively grounded and shall be provided with two separate and . Distract grounding pads, each complete with tapped hole galvanized bolt and washer . For connection to station ground conductors.

Page 87: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

D.03.00. CONTROL PANEL FOR TERRACE PUMPSET. D.03.01. The control circuit for the Terrace pump set shall be designed that whenever pressure reduces the pump shall start automatically and when pressure reaches rated system pressure then it should automatically switched OFF. D.03.02. Auto/Manual switch shall be provided for Terrace pump set so that the pump sets can be started/ stopped Manually also. D.03.03. The panel shall be provided with the Voltmeter and ammeter with indicating `R' `Y' `B' Lamps. D.03.04. The control panel shall be of welded construction, fabricated from sheet metal having 2.03 (14 SWG) thickness and shall be dust and varnish proof. D.03.05. The Panel shall be completely factory wired absolutely ready in all respect for installation at site and termination of Employer's external cables for which un drilled bottom gland plate shall be provided. The internal wirings of the panel shall be carried out with 650 V grade stranded copper wire of size rated for the current in the corresponding circuit. The minimum size of the wire shall not be less than 1.5 Sq.mm stranded copper. The wiring termination shall be done using ferrules having indelible at the termination to reduce the possibility of short circuit between various wires. The con-tractor shall be solely responsible for the contractors of the internal wiring and for proper functioning of the equipment supplied. D.03.06. Neoprene or equivalent rubber gaskets shall be provided at all openings. D.03.07. All the components used in the Panel shall be of reputed makes. D.03.08. Name plate shall be provided at the Panel. D.03.09. Isolating switch fuse units shall be provided in the panel for incoming A.C. power supply. D.03.10. 2 (two) numbers diametrically opposite earthing connection shall be provided for the

panel. The earthing of the panel shall be done as per the rules and regulations. A.04.00. PIPES AND FITTINGS: A.04.01. The use of Pipes in the execution shall be as follows: BURIED PIPES & ABOVEGROUND PIPES (HYDRANT SYSTEM) The pipes shall be of M.S Pipes as per IS:1239 Part-I, Heavy Grade up to 150 NB and below or IS:3589 for pipes of sizes 200 mm and above with IS mark in both the cases.

Page 88: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

A.04.02. Minimum thickness of steel pipes IS:3589 shall be as follows:

--------------------------------------------------------------------------------------------- Pipe Size NB (mm) 200 250 300 350 400

--------------------------------------------------------------------------------------------- Minimum wall thickness (mm) 6 6 6 6 6 --------------------------------------------------------------------------------------------- A.04.03. All fittings to be used in connection with steel pipelines up to a size of 80 mm shall

be as per IS:1239, Part-II, `Mild Steel tubular and other wrought steel pipe fittings. Heavy grade Fittings with sizes above 80 mm to 150 mm shall be fabricated from heavy grade pipes conforming to IS:1239 (Part-I) having thickness not less than those of IS:1239 (Part-II) heavy grade pipes. Fittings with sizes above 150 mm shall be fabricated from pipes conforming to IS:3589 or steel plates having thickness not less than those specified in the IS:3589.

A.04.04 Welded construction shall be adopted for steel pipelines unless specified otherwise. A.04.05 Hangers and supports shall be capable of carrying the sum of all concurrently acting loads.

They shall be designed to provide the required supporting effects and allow pipelines movements as necessary. All guides, anchors, braces, dampers, expansion joint and structural steel to be attached to the building/structure/trenches etc., shall be provided. Type of hangers and components for all piping shall be selected by Contractor and approval obtained from the Purchaser/Architect before commencement of the work.

A.04.06. All piping system shall be capable of withstanding the maximum pressure arising from any

condition of testing (as stipulated) and operation, including water hammer effects. A.05.00. COATING AND WRAPPING:

Steel pipelines to be laid underground buried in the soil shall be protected against corrosion by means of coating & wrapping of 4 mm thickness as per IS: 10221.

A.05.01. The above coating and wrapping shall be carried out in systematic manner such that

uniform thickness of coating is obtained as per IS specification. A.05.02. Buried pipelines shall be laid in general with top of pipe 1(one) meter below the ground

level. Where soil conditions are not satisfactory, masonry or equivalent supports shall be provided at regular intervals.

A.05.03. Coating & Wrapping shall be of Integrated Water Proofing Ltd., A.06.00. VALVES:

Page 89: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

A.06.01. BUTTERFLY VALVES:

Butterfly valves shall be slim seal type with an integrally moulded elastomer body liner. The valve shall be designed to outperform loose liners, the elastomer line is moulded directly in the body bore and vulcanized in – situ, making it last the entire life of the valve. The slim seal is available in different combinations of body, liner and disc material to suit a wide of line fluids, a size range of 50 to 600 mm and a pressure rating upto PN 16.

A.06.02. NON-RETURN VALVES: The Non-Return Valve will be of Normax Make only. A.06.03. SLUICE VALVES:

Gate / Sluice valve shall be as per IS: 778 class II for sizes up to 40mm IS:14846/2000, PN 1.6, for sizes above 40mm& up to 300mm and IS: 2906 PN 1.0 for sizes above 300mm Sluice valves shall be of non-rising bronze spindle type.

The sluice valves shall be provided with hand wheel, position indicator and locking facility.

Sluice valves shall be provided with back seating bush to facilitate gland

renewal during full open condition.

Sluice Valves shall be with IS mark. A.07.00. HYDRANT COMPONENTS: A.07.01. HYDRANT VALVE:

a. Hydrant valve shall be of single headed / double headed with 75 mm NB flanged inlet, 63 mm female inst. oblique outlet as per IS: 5290

b. The material of construction shall be as follows:

i. Body : Gunmetal.

ii. Trim : Leaded tin bronze as per IS:318, Grade-2. iii. Hand Wheel : Cast Iron FG 200 as per IS:210.

iv. Washer, Gasket., : Rubber as per IS:638. v Quick coupling connection : Leaded tin bronze as per IS:318. Grade-2. vi. Spring : Phosphor Bronze as per IS:7608.

vii. Male Blank cap. : Leaded tin bronze as per IS:318. Grade-2. viii. Chain : G.I.

Page 90: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

A.07.02. BRANCH PIPE: Branch pipe shall be of gunmetal short, 63 mm male instant aneous inlet, made threaded outlet, 15 mm bore nozzle with IS: 908. A.07.03. HOSES: Hoses shall be of Cotton/Synthetic fiber, circular woven jacketed, treated against rot, 35.7 Kg / Sq.cm. burst pressure, 36 Kg / Sq.cm. proof pressure, all conforming to IS:8423 and having IS mark duly copper wire bounded to fire hosing coupling type, pair of male and female parts, gunmetal, 63 mm (2 1/2") size, heavy quality bearing conforming to IS:903 with IS mark. A.07.04. HOSE REEL: Hose reel shall be of type ‘A’ wall mount type, swinging complete with 19 mm bore, high pressure braided rubber hose 30 M. long, 6 mm bore shut off nozzle and 25 mm dia inlet valve, confirming to IS: 884. i. The material of construction for various components shall be as per IS:884. A.07.05. HOSE BOXES: Hose boxes shall be made of 18 gauge MS sheet 750 x 600 x 250 mm size with double door with glasses, lock, 2 keys and a break glass, recess for keys, painted in fire red. The door frames shall be of 16 gauge MS sheet. The hose box shall be painted fire red outside and brilliant white inside. A.07.00 All the hydrant components i.e. hydrant valve, Hoses with coupling, branch pipe shall have

ISI approval. A.08.00. INSTRUMENTATION: A.08.00. PRESSURE GAUGE:

i. Pressure gauge sensing elements shall be of continuous `C' bourdon type. ii. Gauges shall be of 150 mm diameter dial stored enamel black finish case.

iii. Normal process pressure shall be gauged within 70% of full scale reading of the scale range. iv. Accuracy shall be within 1.0 % of full scale range. v. Gauges shall have internal and external stop pegs for cover range protection of 125% of maximum range and zero point respectively. vi. All gauges shall have bottom connection for local mounting.

Page 91: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

vii. All gauges shall be provided with 3 way gauge isolation valve or lock Union nut, with nipple and tail pipe, wherever required. A.08.00.. PRESSURE SWITCH: Pressure switches shall be used to control the operation of the main fire pump and the jockey pump. The pressure switches shall be of bellows type with required differential as per the system (Schematic offered and the range shall be adjustable and suitable for the operation of the pumps). A.08.00. VALVE CHAMBERS The inside dimensions of the valve chamber shall be 1M x 1M x 1.3 M depth. The cover of the valve chamber shall be provided with heavy duty cast iron cover for valve chambers coming in the drive way and light duty cover for valve chamber not coming in the drive way. C.01.00. PORTABLE FIRE EXTINGUISHER: C.01.01. Portable Extinguishers of the following types shall be installed. 1. Dry chemical Powder type 2. Co2 type 3. Foam type 4. ABC type 5. Water type C.01.02. DRY CHEMICAL POWDER TYPE: The Dry chemical powder type shall be of 5 Kg. Capacity and shall have the IS mark 2171 complete with powder and charged including with fixing bracket, fitted with gunmetal cap, and discharge hose and open grip nozzle.

C.01.03. Co2 TYPE: a. The Co2 Extinguisher shall be ISI mark, with initial charge with high pressure cylinder, complete with wheel type valve, internal discharge tube, with high pressure discharge hose with horn and suspension brackets. The extinguisher shall have ISI mark of 2878 and capacity shall be 4.5 Kgs. b. The Co2 Extinguisher of 22.5 kg. Capacity shall have ISI mark 2878 and necessary wheel valve, discharge hose and shall be mounted on light weight rubber tyred wheels.

C.01.04. FOAM TYPE: a. The foam extinguishers of 9 Ltrs. Shall be with solution of 6% concentration with Co2 gas

Page 92: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

cartridge for making and exploring the foam compound with discharge hose and nozzle, upright type with IS:10204. b. The 50 Ltr. Foam extinguishers shall be with IS:5507 complete with gunmetal cap, discharge hose, initial charge mounted on trolley. D.00.00. ERECTION, TESTING AND COMMISSIONING: D.01.00. PIPING: D.01.01. GENERAL: a. For Steel pipelines, welded construction shall be adopted unless specified otherwise b. Hangers and supports shall be capable of carrying the sum of all concurrently acting loads. They shall be designed to provide the required supporting effects and allow pipe lines movements as necessary. Approval to the type of hangers and components for all piping selected by contractor shall be obtained from the Employer/Architect before commencement of work. c. All piping system shall be capable of withstanding the maximum pressure arising from any condition of testing (as stipulated) and operation, including water hammer effects. d. While erecting field run pipes, the contractor shall check the accessibility of valves, instrument tapping points, and maintain minimum head room requirement and other necessary clearance from the adjoining work areas. e. Modification of prefabricated pipes, if any, shall have to be carried out by the contractor at no extra charge to the Purchase/Employer. f. All pipelines shall be given proper slope towards the drain point. g. External and internal attachment to piping shall be designed so as not to cause flattening of pipes of excessive localized stresses. h. All pipe lines shall be identified by means of colour bands and direction arrows in consultation with the Architect. D.01.02. END PREPARATION: a. For steel pipes, end preparation for butt welding shall be done by machining / flame cutting. b. Socket weld end preparation shall be sewing /machining.

Page 93: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

c. For tees, laterals, miter bends and other irregular details cutting templates shall be used for accuracy. D.01.03. PIPE JOINTS: a. In general, pipes having sizes 50 mm and over shall be joined by butt welding, pipes having 40 mm size of less shall be joined by socket welding/screwed joints shall have tapered threads and shall be assured of leak tightness without using any sealing compound. Flanged joints shall be used for connection to vessels, equipment, flanged valves and also on straight lengths of pipeline at strategic points to facilitate erection and subsequent maintenance work. D.01.04. OVER GROUND PIPING: Piping to be laid over ground shall be supported on supports. Support details shall have to be approved by the Employer/Architect. D.01.05 PAINTING: Above ground pipes shall be coated with one coat of red oxide primer and 2(two) coats of synthetic enamel of `Fire Red' colour. The pipe line surfaces shall be manually cleaned of rust / mill scales by wire brush, carborandum tips etc., Use of Whipping hammer, emery paper shall be done to clean pitted areas. D.01.06 WELDING: a. Before welding, the ends shall be cleaned by wire brushing, filing or Grinding. Each weld-run shall be cleaned of slag before the next run is welded. b. Welding at any joint shall be completed uninterrupted. If this cannot be followed for some reason, the weld shall be insulated for slow and uniform cooling. c. Welding shall be done by manual oxi-acetylene or manual shielded metal arc process. d. As far as possible welding shall be carried out in flat position. If not possible, welding shall be done in a position as close to flat position as possible. e. The root of butt joints shall be such as to achieve full penetration with the complete fusion or root edges. The weld projection shall not exceed 3 mm inside the pipe. f. On completion of each run crater, weld irregularities, slag etc., shall be removed by grinding or chipping.

Page 94: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

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

D.02.00 TEST AT SITE; D.02.01. PIPING: a. Holiday test shall be carried out for the buried pipes as per the IS 10221. Also the overlapping of the coating and wrapping shall be as per IS / Client requirement.

b. After the entire pipe line is erected, the pipe line shall be subjected to a hydrostatic test at 1.5 times the working pressure for a period of 2 (Two) hours. The test should be made in the presence of and to the satisfaction of the Employer's / Consultant's representative. Defects noticed in the test should be repaired or if necessary defective work should be replaced with new work. Tests shall be repeated until work is done satisfactorily. D.02.02 HYDRANT SYSTEM : After erection at site, the complete system shall be subjected to tests to show satisfactory performance in line with the requirements of specification and as per instruction of Employer/Consultant. The following tests shall be under taken in particular. a. Automatic starting of all fire pumps by operating the test valves. b. Operation of yard hydrant/internal hydrants and testing of sequential Starting of all the fire pumps. c. Testing of the complete system / equipments. D.02.03. MANUALS: 3 COPIES OF MANUALS SHALL BE SUBMITTED DULY INDEXED WITH COMPLETE TECHNICAL DATA SHEET OF EACH PIECE OF EQUIPMENT INSTALLED. THE MANUALS SHALL BE WELL BOUND AND SHALL CONTAIN THE FOLLOWING: i. Table of Contents. ii. Design data/standards. iii. `As built' drawings. iv. Manufacturers catalogues, installation and maintenance brochure. v. Spare parts list.

Page 95: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Specification ELECTRICAL

Page 96: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Specification ELECTRICAL

SPECIAL CONDITIONS OF CONTRACT & TECHNICAL SPECIFICATIONS FOR ELECTRICAL / LIFT / FIRE ALARM WORKS 1. SCOPE

In general, the contractor shall supply, store, erect, test and commission all the equipment

required for Electrical Installation / Fire Alarm system / Lift work. The contractor shall furnish all the materials, labour, tools and equipments for these works, in the bill of quantities and specifications hereinafter described.

2. CONTRACTOR The Contractor shall be a licensed electrical contractor for Electrical works possessing a

valid electrical contractor’s license employing licensed supervisors and skilled workers having valid permits as per the Regulation of Indian Electricity Rules and Local Electrical Inspector’s requirements. (In case the contractor does not have license of that state then it should be clearly stated through which local electrical contractor they shall submit the test report & a copy of the valid licence of the contractor be enclosed along with the copy of their own licence of the state of their registration). Specialized agencies shall be deputed for Fire Alarm / Lift. Any / all statuary clearances & approvals required for commencement of these works and clearances during installations and after completion. The Lift License is required to be arranged by contractor.

3. REGULATION & STANDARDS

Page 97: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The installation shall conform in all respects to Indian standard Code of Practice for Electrical Wiring Installation I.S. - 732 and ‘National Electrical Code’. It shall be in conformity with the current I.E Rules and Regulations and requirements of the local Electric Supply Authority in-so-far as these become applicable to the installation. Wherever this specification calls for a higher standard of materials and/or workmanship then those required by any of the above regulations, this specification shall take precedence over the said regulations and standards.

4. INSPECTION OF MATERIALS

The RITES/ owners shall have access to the manufacturer’s premises for inspection of any items of the tender for which contractor has made arrangement with manufacturer/ suppliers. All such inspection shall not need any prior intimation by the owners or architects.

5. DRAWINGS

The drawings, specifications and bills of quantities shall be considered as a part of this contract and any work or materials shown on the drawings and not called for in the specifications or vice-versa, shall be executed as if specifically called for in both. The contract drawings indicate the extent and general arrangement of various equipment and wiring, etc. and are essentially diagrammatic. The drawings indicate the point of termination of conduit runs and broadly suggest the routes to be followed. The work shall be executed as per approved working drawings, subject to any minor changes, if found essential to co-ordinate installation of this work with other trades. All such changes shall be without any additional major cost to the owners. The data given in the documents and drawings are approximate & their complete accuracy is not guaranteed. The drawings and data furnished are meant for guidance & assistance to the contractor. The exact dimension, location, distance and levels, etc., will be governed by the space conditions. The contractor shall examine all Architectural, structural, plumbing and sanitary and air-conditioning drawing before starting the work and report to the architect/owners any discrepancy which in his opinion appear on them, and get the same clarified. He shall not be entitled to any extras for omissions or defects in electrical drawings or when they conflict with other work.

6. WORKING DRAWINGS & SHOP DRAWINGS The contractor shall prepare and submit two copies tracing print and three set of blue

print with soft copy to the RITES / owners for approval detailed working drawings & shop drawings of all of these works within 60 days of award of work.

7. AS BUILT DRAWINGS At the completion of the work and before issuance of certificate of virtual completion,

the contractor shall submit to the RITES / employers layout drawings drawn on tracing sheet & 5 sets of blue print and approved scale indicating the complete installation along with soft copies on C.D.’s (5 Sets).

8. ENGINEER/ SUPERVISOR

Page 98: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The contractor shall employ a competent, qualified full time electrical engineer / supervisor to direct the work of electrical installations in accordance with the drawings and specifications. The engineer / supervisor shall be available at all times at times at the site to receive instructions from the RITES /employers in day to day activities throughout the duration of the contract. The engineer & supervisor shall correlate the progress of the work in conjunction with all the relevant requirements of the supply authority. The skilled workers employed for the work should have requisite qualifications

9. APPLICATION FOR ELECTRIC SUPPLY/ LIASON The Contractor shall be responsible for filing and follow up application for electric supply

to the project. The contractor shall carry out all the liaison work required for obtaining electric supply at site commencing from filing of application. This liaison shall be deemed to be a part of the contract.

10. The Contractor shall be responsible for obtaining the NOC from Electrical Safety

Inspector of the State. 11. The Electrical work shall be done by "A" class Electrical, Contractor approved by

Government.

SPECIFICATION OF DG SET Description UNIT

GENERAL No. of units Operation Location Ambient temperature Relative humidity (Max.) TECHNICAL Capacity Output voltage Frequency Speed

No.

---

--

C

%

KVA

V

Hz

rpm

4 (Four)

PRIME POWER

Substation - Outdoor

40

90

500

415

50

1500

Page 99: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Direction of rotation Fuel Fuel consumption At 100% At 75% At 50% Lub oil consumption ENGINE Rated output Engine starting Engine cooling Anti vibration mounts Battery Fuel tank SAFETY & CONTROL INSTRUMENTS Over speed Governor Two point water thermostat Lub oil temperature Low lub oil pressure

---

----

L/HR

L/HR

L/HR

L/HR

bhp

--

--

--

--

--

Clockwise

HSD

As per relevant IS

As per relevant IS

As per relevant IS

As per relevant IS

As per relevant IS

Battery

Water cooled Radiator

Dunlop-B series Battery with stand, lead cables, intial charging etc. 900 L capacity with LVL indicator Trip @ 12-15% over normal 1) Audible & Visible alarm 2) Trip Engine Audible & Visible alarm

Trip Engine

Page 100: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Fuel failure Oil pressure gauge Starting switch with key Hour meter ALTERNATOR OUTPUT Rating Output voltage Power factor Efficiency at 0.8 PF Winding Insulation Stator Rotor Cooling Terminals Excitation system EXHAUST FLUE GAS DUCT

KVA

V

--

%

--

--

--

--

--

--

--

Audible & Visible alarm

Yes

Yes

Yes

500

415

As per relevant IS

As per relevant IS

Copper

Class H

Class H

Shaft mounts fan

Suitable for cable 3x3 1/2C- 240 AYFY with extended cable

box with busbar

Static excitor

Page 101: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Duct Silencer Flexible connection Insulation Cowl Approvals Pollution control Supply Co. Electrical inspector CONTROL PANEL Switchgear Rating Sensing contactors Type MEASUREMENT CIRCUIT Voltmeter Ammeter Frequency meter

m

--

--

m

--

--

--

Amps

--

--

Heavy class M.S.pipe,8 M from ground with supports (dia to be

indicated by supplier)

Residential

SS 304

25 mm thick fibre glass cladded with aluminium

Yes

By supplier

By supplier

By supplier 3200A TPN EDO ACB - incomer 4nos 1250A TPN ACB - outgoing auto synch panel 415V connected to grid supply sources Cubicle type AMF with inbuilt or separate battery charger,float cum boost, synchronising load sharing etc.

Yes

Yes

Yes

Page 102: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Emergency meter ALARM & STOP CIRCUIT Earth-fault protection relay Overvoltage between 3 Phases Undervoltage between 3 Phases Overload Security Alarm for winding temperature too high ACOUSTIC ENCLOSURE Enclosure Noice level FUEL PIPING Between fuel tank & Engine DETAILS TO BE FURNISHED Technical literature Physical dimension & weight Space requirement & layout Ventilation and exhaust requirement Foundation details EXCLUSIONS

Yes

Yes

Yes

Yes

Yes

Yes

Weather-proof acoustic insulated panels with louvers to House DG set, Panel & Fuel tank

Less than 72 DB @ 1.00 M

By supplier

Yes

Yes

Yes

Yes

Yes

Page 103: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Earthing of DG sets Output power cable from AMF panel Control/sensing cabe from grid supply Ventilation/Exhaust fan & Ducting

Vacuum Circuit Breaker SL.NO. ITEMS UNIT

1.0 GENERAL

1.1 No. of panels No. Single Panel Breaker

1.2 System voltage KV 22

1.3 Mounting ---- Indoor

1.4 Physical Dimension (mm) LxBxH Supplier to indicate

2.0 CIRCUIT BREAKER

2.1 No. of breakers ---- 1

2.2 Type ---- Vacuum Circuit Breaker

2.3 Voltage rating KV 22

Page 104: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

2.4 Current rating A 630

2.5 Impulse with stand voltage KV 75

2.6 SHORT CIRCUIT RATING

2.6.1 Symmetrical breaking current KA 20

2.6.2 Symmetrical making current KA 50

2.6.3 Max. opening time Millisec 45 to 60

2.6.4 Max. closing time Millisec 60

2.6.5 Max. Arching time Millisec 15

2.7 OPERATION

2.7.1 Type Motorised spring closing

2.7.2 Opening 30V

2.7.3 Closing 30V

2.8 AUXILIARY CONTACTS

2.8.1 Normally open No. 6

2.8.2 Normally closed No. 6

3.0 STATIC RELAY PANEL

3.1 Overcurrent and earth fault 1 no. 50-200% OC & 1 no. 20-80% EF relay each on transfomer feeders

3.2 Auxillary relays To trip on WTI / OTI

4.0 SUNDRY (for each breaker)

a) On/off indicator Red/Green b) Phase RYB

Page 105: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

c) Terminations 185 sq.mm XLPE d) Padlock with key One e) Raising lowering handle One f) Trip circuit healthy Amber lamp indicating g) Auxiliary contacts 6 nos. NO/NC h) Space heater with switch One i) Cubicle lamps with switch One

5.0 VOLTAGE TRANSFORMER

5.1 Number 1 no. (Withdrawable) each

5.2 Winding rating 100 VA 3 ph. Class 1.0 22000 / 110V, 3 lines

6.0 CURRENT TRANSFORMER (MEASURING & PROTECTION)

6.1 Rating 50 / 5 for 2000 kVA

6.2 Burden/class 15VA Class 1.0

6.3 Standard IS : 2705 MEASURING INSTRUMENTS

7.1 Voltmeter 0 - 22 KV, Digital

7.2 Ammeter Digital, 0- 50A

8.0 Interlocking Not applicable

TRANSFORMER

Description UNIT No. of transformers Service

1 (One)

Indoor

Page 106: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Overall dimension(Including cable boxes) Weight Type Rating a) Rated capacity b) Primary voltage c) Secondary voltage d) Rated frequency e) Cooling f) Temperature rise in winding g) Ambient temperature Winding and connections Tappings- OFF LOAD Impedence at rated current frequency and at 75 deg. C No load loss at rated voltage and frequency Load loss at rated current at 75 Deg.C a) At 100% load b) At 75% load Neutral earthing Terminals

Kg.

KVA V

V

Hz

Deg.C Deg.C Watts Watts Watts

By supplier

By supplier

Oil cooled

2000

22000

433V

50

ONAN

As per relevant IS

Peak-50

Copper DYN 11

+5 to -15% in steps of 2.5%

Around 5-6% Supplier to indicate

As per relevant IS

As per relevant IS As per relevant IS

Effective neutral terminal

to be brought out

Page 107: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

a) Primary b) Secondary Standard accessories Fittings in addition items under appendix C of IS:2026 Paint Approval/Testing

HV cable box suitable upto

3C - 185 XLPE

Cable box As per IS 2026 1) Inspection cover 2) Jacking lugs 3) Bi-directional roller with locking pin 4) Digital thermometer with time lag alarm contacts and trip contacts (WTI & OTI) 5) Marshalling box 6) Buchholz relay Epoxy finish , RAL 7032 As per relevant IS & CPRI

Technical Specification for Electrical Works

(A) INTERNAL CABLING 1.0 SCOPE 1.1 The scope under this section covers the following: A) Power cables HV and LV B) Control cables 2.0 STANDARDS 2.1 The following standards shall be applicable: A) IS : 1753 : Specification for aluminium conductors for

insulated cables B) IS : 2982 : Specification for copper conductors in Insulated cables C) IS : 5831 : Specification for PVC insulated and Sheath of electric cables D) IS : 6474 : Polyethylene insulation and sheath of electric cables E) IS : 3975 : Specification for mild steel wires, strips and tapes for armouring of cables F) IS : 692 : Paper insulated lead-sheathed cables for electricity supply

Page 108: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

G) IS : 694 : PVC insulated cables H) IS : 1554 : PVC insulated (heavy duty) electric cables I) IS : 4288 : PVC insulated & PVC sheathed solid aluminium conducted cables of voltage rating not exceeding 1100 V. J) IS : 5755 : Mineral insulated aluminium sheathed

cable with aluminium conductors K) IS : 1255 : COP for installation and maintenance of paper insulated power cables (upto and including 33 KV) L) IS : 7098 : Specification for cross linked polythelene insulated PVC sheathed cables M) IS : 5959 : Polythene insulated and PVC sheathed (heavy duty) electric cables N) BS : 2004 : PVC insulated unarmoured cables for electric power & lighting. O) IS : 6380 : Electrometric insulation and sheath of electrical cable P) IS : 3961 : Recommended current ratings of cables Q) IS : 5819 : Recommended short circuit ratings for high voltage PVC cables 3.0 GENERAL REQUIREMENTS 3.1 The cables shall be either copper or aluminium as indicated in BOQ. The HV & MV

cables shall be of XLPE insulation with PVC Sheathed. 3.2 Power cables shall comply of the following: - HV cables to suit the system voltage - MV cables -1100 V grade with standard copper conductors upto and including 6 mm sq. and standard aluminium conductors for 10 mm sq. - Steel armouring between inner and outer sheathing 3.3 Control cables shall be 600V grade multi-core copper conductor with PVC

insulation, armouring and sheathing. The cable sizes shall be selected to carry the continuous full load current, with stand short circuit currents and bring the voltage drop within the specified limits.

4.0 CONDUCTORS 4.1 The copper conductors shall comply with the requirements specified in IS : 2982 and

aluminium conductor IS : 1753. 5.0 INSULATION 5.1 The type of insulation shall be as indicated in the drawing and bill of materials. The

thickness of insulation shall be on the basis of insulation material, voltage and the

Page 109: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

conductor size conforming to the relevant standard specification. The cores shall be colour coded to Indian Standard Specifications.

5.2 The XLPE cables shall be with chemically cross-linked polythene of natural unfilled

compound. 6.0 SHEATHING 6.1 The sheathing shall be PVC and shall be before and after the armouring, the thickness

of the sheathing shall be based on the conductor size and overall diameter below the sheathing.

7.0 ARMOURING 7.1 Single core cables shall be without armouring. But it insisted it shall be of magnetic

material. Multi core cables shall be with armouring. The armouring for cables upto 16 mm sq. shall be galvanised wire armoured and above 25 sq.mm shall be steel strips.

8.0 INSTALLATION 8.1 Installation shall be as per IS standard or CPWD procedure. 8.2 Control cables shall be laid away from the power cables & shall be on suitable trays. 8.3 The power cable termination shall have necessary brass glands & shall be as follows : - Pressure clamp insertion type upto 4 sq.mm - Tinned copper termination shall be through pressure clamp insertion type lugs. 9.0 TESTING 9.1 HT & LT cables shall be tested after installation using 1000V & 500V insulation

resistance tester respectively and the following readings recorded : - Continuity on all conductors - Insulation resistance A) Between conductors B) All conductors & ground

(B) MV SWITCHGEAR/PANELS 1.0 SCOPE 1.1 The scope under this section covers supply and or installation, testing and

commissioning of Main MV panels & switchgears. 2.0 STANDARDS 2.1 The following standards shall be applicable : A) IS : 3072 COP for installation & maintenance of switchgears B) IS : 4237 General requirements for switchgear & control gear for voltage not exceeding 1000V. C) IS : 375 Marking and arrangement for switchgear busbars,

Page 110: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

main connection and auxillary wiring. D) IS : 2147 Degree of protection provided by enclosure for low voltage switchgear & control gear. E) IS :139497 Specification for low voltage switchgear & control

gear F) IS : 5987 COP for selection of switches voltage not exceeding 1000V. G) IS : 1818 AC isolators & earthing switches. H) IS : 4047 Heavy duty air break switches and composite units for air break switches and & fuses for voltage not exceeding 1000V. I) IS : 4064 Normal duty air break switches and composit unit for AB switches & fuses for voltage not exceeding 1000V. J) IS : 2607 Air break isolators for voltage not exceeding 1000V. K) IS : 8623 Specification for factory built assemblies of switch gears and control gears for voltage including 1100V AC & 1200 V DC. L) IS : 13703 HRC fuse links upto 1000V AC. M) IS : 3106 COP for selection, installation and maintenance of fuses voltage not exceeding 650 V. N) IS : 2959 AC contactors for voltage not exceeding 100V. O) IS : 3914 COP for selection of AC induction motor starters P) IS : 5124 COP for installation and maintenance of AC induction motor for voltage not exceeding 1000V. Q) IS : 1822 AC motor starters for voltages not exceeding 1000 V. 3.0 GENERAL REQUIREMENTS 3.1 The MV switchgear shall meet the requirements shown on the drawings. They shall

be 1000 V grade suitable for the system short circuit capacity and rated current carrying capacities and shall comply the following features.

A) Incoming & outgoing feeders. B) Starters and contactors C) Busbars and feeder connections D) Meters, relays indicating instruments E) All interconnection & wiring F) Sheet steel enclosure.

3.2 The switchgear shall be cubicle or industrial type as indicated on the drawings and schedule of material and shall meet the specifications of components indicated.

4.0 CUBICLE PANELS

Page 111: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

4.1 The panel shall be fabricated out of CRCA sheet steel enclosure having combination of 14 & 16 SWG thickness, free standing, totally enclosed, extensible modular construction.

4.2 The panels shall be provided with 7 tank anticorrosive treatment. The panel shall be finished with 2 coats of approved synthetic enamel paint/powder coated over two coats of red-oxide primer, oven dried.

4.3 The panel shall be dead front, components accessible from front for maintenance, panels having depth of 800 mm and above can have accessibility. For busbars and cables from back, subject to space availability on the rear side of panels.

Independent vertical compartments for busbars, feeders and cables with sufficient clearance and accessibility for maintenance of all components and connections.

4.4 The cable entires shall be suitable for both top and bottom entry, unless specifically indicated otherwise.

4.5 Non-cubicle panels (open type) also could be used with the approval of Consultants and if indicated in the bill of material specifically.

4.6 Each feeder shall be totally enclosed, self sufficient with ACB/MCCB/SF unit, contactors, starters, meters, relay indicators, interlocking doors, padlocking facility, labelled terminal block, engraved plastic labels indicating feeder details.

4.7 Each panel shall be adequately ventilated with louvers & shall be protected with wire mesh from inside.

4.8 The maximum height of the operating handle/push button shall not be more than 1990 mm in the case of main panel and 1750 mm for other panels and MCC's unless specially approved by Consultants.

4.9 Each chamber shall be provided with concealed hinged door of not less than 14/16 G thick, machine cut opening for mounting relays, meters, PB's and indicators. The doors shall be provided with neoprene gasket of good quality. Door shall be earthed to the body of the panel.

4.10 Earthing of non current carrying metal parts shall be connected to the earth busbars. 4.11 Feeder components shall be mounted on 2.5 mm thick M.S. top & bottom plates of

the cable chambers shall be removable sectionalised to mount cable glands. 4.12 Base frame work of minimum ISMC 75 shall be provided for all floor mounted

panels and angle iron brackets for wall mounted type. 5.0 BUSBARS 5.1 The busbars shall be of air insulated electrolytic grade aluminium/ copper as

indicated in the drawing or schedule of material and shall comply with the following. A) Uniform cross section with 35 C rise above ambient and with colour coded

PVC heat shrinkable sleeves. B) Branch busbars rated for 75% of aggregated capacities of the feeders connected. C) Neutral busbar of size 50% of phase bars. D) Earthing busbar of size similar to neutral busbar subject to a maximum of 150 sq.mm copper or 250 sq.mm Aluminium

Page 112: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

E) Non hydroscopic moulded (SMC/DMC) supports to withstand thermal and dynamic short circuit loads, equivalent to 35 m VA at 415 V. 6.0 AIR CIRCUIT BREAKER 6.1 The air circuit breakers shall be double break, quick make, quick break, trip free

horizontal draw out type and shall comply the following features . A) Ultimate breaking capacity (ICU) of 50-65 KA. B) Rated breaking capacity (ICS) of 50 – 65 KA

C) Making capacity of (ICM)100-150 KA. D) Anti welding, anti arc traveling silver alloy main and arcing contacts with arc chute.

E) Triple pole direct acting and temperature compensated over current releases suitable for discrimination with up and down stream feeders. F) Serve, test isolation and maintenance position setting with locking facility in any position. G) Isolation plugs, safety shutters and interlocking facility.

H) CT operated overload and short circuit relays for all breakers with microprocessor controlled

I) Under voltage and earth fault relays for incoming breakers, preferably microproces sor based in built.

Meters and indicators shall be provided as shown in the drawing along with BMS connectivity port, if required.

7.0 MOULDED CASE CIRCUIT BREAKERS 7.1 The MCCB's shall be of double break, quick make, quick break trip free operation

shall comply the following features. 1) Interrupting capacities for different rating in KA at 415V, 50 Hz, 0.2 PF. a) Upto 100 A. - 25 KA b) Above 100 & upto 800 A - 35 KA

2) Non welding silver alloy main contacts and arcing contacts with arc chutes. 3) Inverse time instantenous O/C, temperature, compensated adjustable and integral tripping mechanism. 4) Moulded, heat resistance resin bonded fibre glass or phenoltic material housing. 5) Under voltage and current operated earth fault releases for incoming MCCB's and earth fault releases to operate on 1 to 2A for MCCB's used at power outlets shall be provided wherever shown on the drawing. 6) Extended handles for MCCBs of 200A & above. 7) All MCCBs 250 Amps above shall have microprocessor based

Page 113: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

releases capable of sensing true RMS 8) All breaking capacity specified are ICS and ICS = ICU 8.0 SWITCHES AND SWITCH FUSE UNITS 8.1 The switches and SF units shall be of AC 23 duty and shall comply the following features. A) Quick make, quick break, double break silver alloy contacts with arcing horns of chutes. B) Common operating handle. C) Switch fuse units of combination fuse switch type with fuses on phase circuit and copper solid links for neutral circuit for TPN and DP units. D) Fuses shall be of min. 30 KA short circuit rates. 9.0 STARTERS 9.1 The starters for rotating machines shall be as follows unless indicated otherwise. A) Upto 10.0 HP Direct on line B) 12.5 to 40.0 HP Star Delta C) Above 50 HP As specified 9.2 The starters shall comply the following features. A) Main and auxillary contacts of required capacity with 240 V coils and 2 numbers NC and NO spare contacts each. B) Automatic change over for star delta with adjustable static timer. C) Bi-metallic over load relays and single phase prevention relays with manual reset etc. D) Start stop push button/auto-off-manual switch as indicated in the schedule of material. E) Internal wiring and accessories including CT's wherever required F) Indicating lamps with 2A control fuses. 10.0 AUXILLARY EQUIPMENTS 10.1 The auxillary equipments such as instrument transformers, meters, relays, indicating

lamps etc. shall be as specified. 11.0 BUSDUCTS 11.1 The bus ducts shall be 1000 V grade totally enclosed with sheet steel having

thickness of minimum 16 SWG. It shall be ventilated adequately with louver and louvers shall be covered with wire mesh from inside.

11.2 The busbars, busbar supports and sheet steel treatment shall be same as specified for the panels.

11.3 The busducts shall be provided with right angle bends wherever necessary and flexible connections at both ends.

Page 114: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

12.0 INSTALLATION 12.1 The switchgears shall be mounted 100 mm above the floor with necessary steel frame

or masonary footings. 12.2 The panels shall be thoroughly cleaned before commissioning and shall be made dust

and moisture free using hot air blowers. 12.3 The panel shall be provided with two earth connection of sufficient capacity. 12.4 The bus ducts shall be mounted at the location shown on drawings with adequate

supports. The spacing between the supports shall not be more than 1.0 metre. 12.5 The busduct shall be provided with 2 nos. earth connection terminals of sufficient

capacity. 13.0 TESTING AND COMMISSIONING 13.1 The MV switchgear shall be subject to factory inspection before finishing and

despatch, unless inspection is waived. 13.2 The following test are to be carried out and necessary certificates submitted. A) Routine test certificates for ACB's and MCB's. B) Insulation resistance test with 1000V megger with all switchgear in closed position. 1) Phase to phase 2.5 MEGA OHMS 2) Phase to neutral 1.5 MEGA OHMS C) Secondary wiring and apparatus should withstand 2000 V for one minute. D) Meters and relay calibrated and tested through secondary injection tests. Test certificates shall be submitted. E) Capacitors - Insulation resistance of 50 M ohms. after 1 minute charge with 500 V DC. - To withstand 2500 V AC for 1 minute - Functional test for APFC relay. 14 WIRING INSTALLATION 1.0 SCOPE 1.1 The scope under this section covers wiring installation consisting of : A) Lighting circuit B) Power circuit C) Equipment & machinery D) Low voltage installation 2.0 STANDARDS A) IS : 732 COP for electrical wiring installation (system voltage not exceeding 650 V) B) IS : 1646 COP for fire safety for buildings (General) electrical installation C) IS : 5216 Guide for safety procedures & practice in electric work. D) IS : 4648 Guide for electrical layouts on residential buildings E) IS : 302 General & safety requirements for light electrical

Page 115: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

appliances F) IS : 9537 Specification of conduits for electrical installation G) IS : 1653 Rigid steel conduits for electrical wiring. H) IS : 2509 Rigid non metallic conduits for electrical installation I) IS : 3480 Flexible steel conduits for electrical wiring J) IS : 3667 Fittings for rigid steel conduits for electrical wiring K) IS : 3837 Accessories for rigid steel conduits for electrical (wiring) L) IS : 6946 Flexible (pliable) non-metallic conduits for electrical installation. M) IS : 3419 Fittings for rigid steel conduits for electrical wiring N) IS : 694 PVC insulated wires O) IS : 8130 Conductors for insulated electric cables & flexible cords P) IS : 5133 Boxes for enclosures of electrical accessories Q) IS : 2148 Flame proof enclosure for electrical apparatus R) IS : 1293 3 pin plugs and sockets S) IS : 4705 Switch socket outlet (non-inter locking type) T) IS : 5561 Electrical power connectors U) IS : 2004 PVC insulated wires 3.0 CONDUIT WIRES 3.1 Conduit wiring shall be from LDB, PDB, panels, MCC or isolators as indicated and

shall be complete with : - Conduit & accessories - Wires & interconnections - Control switches & sockets - Outlet boxes with terminal connectors & earthing 4.0 NON-METALLIC CONDUITS 4.1 Non-metallic conduits shall be heavy/medium guage PVC or PVC SFT as specified

in schedule of work as per IS : 9537 with following dimensions subject to tolerances. All accessories shall also be of the same material.

NOM. DIA ID OD 1) 20 dia 15.8 20 2) 25 dia 20.6 25 3) 32 dia 26.6 32 4) 40 dia 34.4 40 5.0 METALLIC CONDUITS 5.1 All conduits & accessories shall comply the following features: - Solid welded pipes with black enamelling - Wall thickness of 16 SWG upto 40 mm dia 14 SWG above 40 mm dia - Conduit accessories of similar wall thickness & include bends,

Page 116: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

elbows, juction boxes, reducers, nipple, spliter coupling plugs, etc. - Junction boxes shall be with the required number of outlets & cover 50/75 mm deep as per site conditions. - Flexible conduits made out of continuous length of spirally wound, inter-linked strip steel with fired zinc coating on both sides. - Flexible HDPE pipes short length of upto 500 mm may be used as adaptor

for drop to the fixtures wherever false ceiling is there. 6.0 WIRES 6.1 Wires shall comply the following features : - PVC insulated bright annealed copper stranded conductors. - 600 V grade wires for single phase circuits and 1000 V grade for 3 phase circuits. - Colour coded as below : Phase - R - Red Phase - Y - Yellow Phase - B - Blue Neutral - Black Earth - Green or yellow/green 7.0 DELETED 8.0 LAYING OF CONDUITS 8.1 The size of conduit shall be selected on the following basis : _____________________________________________________________ Conduit size mm dia __________________________________________ Wire sq. mm 20 25 32 40 50 63 ______________________________________________ Maximum number of wires ______________________________________________________________ 1.0 4 8 10 x x x 1.5 4 8 10 x x x 2.5 4 6 8 x x x 4 2 4 6 x x x 6 x 2 4 x x x 10 x x 2 4 x x 16 x x x x 4 x 25 x x x x 4 x 35 x x x x x 4 50 x x x x x 4 _____________________________________________________________ Note : x indicates not applicable 8.2 The conduit laying shall be as follows : - On the routes indicated on the drawing or to be marked on the drawing and at site and got approved before laying.

Page 117: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

- Conduit junction boxes/pull through boxes to be installed at spaces not more than 12 m or two 90 deg. bends, the junction boxes shall be flush with ceiling. - Conduits to be kept 100 mm minimum from pipes and non electrical services - Separate and colour coded conduits/runways to be used for 1) Lighting circuits 2) Emergency lighting circuit 3) Power circuit 4) Low voltage circuit - Fixing screws to be rust proof or cheese head screws - Conduit buried in concrete to be fastened to the reinforcement and get approved before casting the slab. - Conduits embedded in wall to be fixed by staples at 500 mm intervals. - Conduits embedded in floor screen to be of PVC or galvanised and painted with emulsified bitumen - Conduits to be free from sharp edges and burrs and necessary PVC bushing to be provided wherever necessary. - Outlet boxes to have minimum size of 50 x 50 x 32 mm or as per switch manufacturer's specification. - Flexible conduits are acceptable only at machine end and for short extension to outlets (not exceeding 500 mm in false ceiling) - Chasing the brick wall shall be done by cutters/circular discs. - All metallic conduits and accessories shall be threaded type and exposed

threads and bends shall be given one coat of black enamel paint over a coat of redoxide paint.

- Non-metallic conduit shall be jointed using solvent specified by the conduit manufacturers.

9.0 EARTHING 9.1 Insulated earth conductors of specified size shall be taken through the conduits. 9.2 The size of earth wire shall be of size 50% of phase conductor subject to a maximum

and minimum shown below: Copper Aluminium GI Minimum (sq.mm) 1.5 2.5 4 Maximum (sq.mm) 150 175 350 9.3 All outlet boxes switch & socket boxes, and light fitting to be earthed properly. 9.4 The switch/socket outlet shall be factory built suitable for the particular make of

switch/outlet. 10.0 WIRING 10.1 The wiring in conduit shall comply the following : - Single core PVC insulated copper aluminium wires as specified below or as shown on drawings and schedule of material

Page 118: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

- Wire sizes Copper Aluminium Light circuit point 1.5 sq.mm 2.5 sq.mm Light secondary point 1.5 sq.mm 2.5 sq.mm Power points 2.5/4.0 sq.mm 4.0 sq.mm Machineries According to the load current 10.2 A maximum 3 circuits of same phase can be taken per conduit and each circuit shall

have independent neutral and earthwire from DB.Jointing of wires are not permissible, however looping may be done from the circuit point/secondary points.

10.3 Metalic / non-metalic trunking may be used if number of conduits are many.

The metalic trunking shall be earthed securily at DB end and through out the length. 10.4 Single trunking with metallic partition may be used for different voltage services. 11.0 TESTING 11.1 The entire installation to be tested for: 1) Insulation resistance 2) Earth continuity 3) Polarity of single pole switches 11.2 3 copies of test certificates shall be submitted for the approval. (C) LIGHT FITTINGS AND FANS 1.0 SCOPE 1.1 The scope of this section covers light fittings, lamps, ceiling fans and exhaust fans. 2.0 STANDARDS 2.1 The following standards shall be applicable : A) IS : 3646 COP for interior illumination B) IS : 1913 General and safety requirements for electric lighting fittings. C) IS : 7027 Transistorised ballasts for fluorescent tubes D) IS : 1534 Ballasts for fluorescent lamps E) IS : 6616 Ballasts for HPMV lamps F) IS : 2215 Starters for fluorescent lamps G) IS : 3324 Holders for starters for tubular fluorescent lamps H) IS : 3323 Bipin lamp holders for tubular fluorescent lamps I) IS : 1569 Capacitors for electrical discharge lamps J) IS : 2418 Tubular fluorescent lamp for general lighting services K) IS : 5081 Glass tubes for fluorescent lamps L) IS : 481 Tungsten filament miscellaneous electric lamps M) IS : 6701 Tungsten filament miscellaneous electric lamps N) IS : 2183 Schedule of or HPSV lamps O) IS : 7023 Methods for tests for HPMV lamps P) IS : 2147 Degree of protection provided by enclosure for low voltage switch gear and control gear

Page 119: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Q) IS : 4327 General requirement for switchgear and control gear for voltages not exceeding 1000 V. R) IS : 374 Electrical ceiling type fan & regulators S) IS : 1169 Electrical pedestal type fans & regulators T) IS : 2997 Air circulator type electrical fan and regulators U) IS : 6272 Industrial cooling fans (man coolers) V) IS : 1709 Fixed capacitors for fans. 3.0 GENERAL REQUIREMENTS-FITTINGS 3.1 The general requirements for the light fittings shall be as follows : - Sheet metal mounting frame and enclosure with fixing accessories - Sheet metal white stove enamelled reflector. - Control gear such as ballast, starter and capacitor - Lamp holder - Diffuser and other attachments to reduce glare 3.2 The enclosure for the light fittings and other accessories shall conform to the IS :

2147 and IS : 2148 depending on the location mounting of the fittings. 3.3 The type of fittings and lamps shall be as indicated in the drawing and schedule of

material. 3.4 The ballasts shall be of copper wound, open type vacuum impregnated with

minimum loss, silent operation and without radio interference or electronic ballasts as indicated in the schedule of material.

3.5 The light fittings and the lamps shall be suitable for long life and shall withstand voltage variation of minimum ± 10% .

3.6 The aircraft obstruction lights shall be of neon cold cathode helix with longer life,or LED type housed inside thick glass dome.

3.7 The fittings shall be prewired with PVC insulated copper wires of adequate capacity but not less than 1.5 sq.mm copper. The light fittings shall be provided with earthing terminals.

4.0 FANS 4.1 The fans shall be driven by copper wound electrical motors housed inside cast

aluminium enclosure. 4.2 The fans shall be with double ball bearing to achieve smooth and silent operation. 4.3 The fan assembly and blades in the case of fans other than centrifugal fans shall be of

cast aluminium with properly balanced blades.

4.4 The fan shall be provided with capacitors for starting up single phase fans and to

achieve better power factors for 3 phase fans. 5.0 INSTALLATION 5.1 Fans shall be mounted on pre-embedded hook. The drawing of the junction box

which shall be got approved. Wherever, pre-embedded hooks are not available anchor fastners shall be used.

Page 120: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

5.2 The light fixtures suspended shall include two nos. down rods with ball and socket joints. For the recessed fittings, the mounting supports shall be taken from the ceiling.

6.0 TESTING AND COMMISSIONING 6.1 Fans and light fittings shall be checked for visible damages before installation and

proper performance. (D) LOW VOLTAGE INSTALLATION 1.0 SCOPE 1.1 The scope under this section covers the low voltage installation consisting of: Fire alarm wiring

a) Access control system 2.0 STANDARDS 2.1 A) IS : 732 COP for electrical wiring installation (upto 650V) B) IS : 9537 Specification of conduits for electrical installation C) IS : 1653 Rigid steel conduit for electrical installation D) IS : 3667 Fittings for rigid steel conduits for electrical wiring E) ------- National Electrical Code F) ------- Indian Electricity Rules and Regulations G) BS: 5839 Fire alarm panel H) IS : 14131 Coaxial cables for TV 3.0 WIRING 3.1 The conducting work for low voltage wiring shall be similar to that for electrical

wiring except that there shall be no earthing conductors. 3.2 The wires and cable for different LV services shall be as shown below a) Fire alarm - 1.0 sq.mm or 1.5 sq.mm PVC insulated copper wires of 650V grade with colour coding of brown for positive, white for negative and

blue for remote indication or 2C – 40/36 shielded as per the manufacturer’s instruction

b) Access Control - 10C –1.5 sq.mm between reader & controller 3.3 The tag block shall be Krone type, modular construction using non

Soldering/screening connectivity. The tag block shall housed in MS painted enclosure with lockable door.

4.0 FIRE ALARM 4.1 FIRE ALARM PANEL

Fire alarm panels in general shall confirm to IS : 2189 and analogue addressable system of single/multiloop type or microprocessor based multizone conventional type. The equipment for the main board shall be compact modular type, neatly wired wall or floor mounting type as specified, totally enclosed, dust and vermin proof type made of 16 SWG dust inhibited MS sheet of suitable size to accommodate accessories as specified, with oven baked finish duly painted with one coat of anti corrosive paint and two coats of synthetic enamel paint of fire red shade. The panels shall be completely solid state design. The primary function of control panels shall be to respond automatically to the operation of one or more detectors to give alarm and to indicate device/area/where the

Page 121: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

devices are activated . The operation of one or more detectors shall result in simultaneous alarm by the following a) The external alarm hooters at floor of actuation b) A visible indication on control panel of zone/device c) Audible alarm on control panel itself (common to all zones/loops)

4.1.1 The secondary function on the control panel shall be to indicate the faults within the system. An

immediate fault wiring shall be given by an audible and visual signal on the control panel. A fault warning shall be given in case of any of the following occurring.

a) Failure or disconnection of normal power supply b) Failure or disconnection of stand by power supply c) Failure or disconnection of battery charging equipment . d) Short-circuit or disconnection of the leads to trigger devices unless the fault

condition reproduce the effect of the operation of a triggered device. e) Removal of any triggered device of the plug in type or disconnection from its

transmitter or power supply. f) Short circuit or disconnection of any of the leads to alarm sounders external to the

control and indicating equipment but if the alarm sounders are connected by a ring circuit, disconnection need not be immediately indicated but should be capable of being detected by the routine test procedure.

g) Rupture or disconnection of any fuse on the operation of any protective devices that would prevent a fire alarm being given.

h) Failure of a scanning device to interrogate the detector or zones at the correct time intervals or failure of any monitoring or interrogation system within the control equipment, such as to prevent an alarm being given.

4.1.2 A facility may also be provided for sending fault signal to remote center.

4.1.3 For conventional panel, there shall be one indicator for fire and one for fault in the

control panel corresponding to each zone. Each zone shall have tow bulbs of fire/fault indication. Each indicator shall be clearly labeled with zone no. and inscribed with “Fire” of “Fault” or “Silence “. Separate indicator must be provided in green for system, standby on etc.

4.1.4 Analogue addressable panels shall have min. 80 character backlit LCD display, for fire,

fault, service indications, history and other related data or menu driven basis. 4.1.5 The control panel shall derive 230 volts power from normal supply and the entire fire

alarm and detection system shall be suitable for operation on 24 V.D.C. A standby power supply shall be immediately available in the event of failure or normal supply and shall automatically be connected as to maintain the equipment in condition such that fire alarm originating from the operation of detector in separate zone/device can be subsequently given.

4.1.6 The standby supply should be capable of maintaining the system in normal operation for

Page 122: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

a period of not less than 48 hours after the failure of normal mains supply after which sufficient capacity would remain to provide full load operation for atleast 30 minutes. The full load would be define as that devices/zones (with a minimum of two zones/devices) and the operation of the fault indicator. The operation of trigger devices in further zones should not result in cancellation of fire alarm existing at that times.

4.1.7 The panels shall have provision of additional of 2 sets contacts duly wired, per zone to

cut-off power to the AHU’s during fire. 4.1.8 The panels shall have a facility for voice communication as telephone/speaker with

necessary microphone, speaker, hand/head set, amplifier etc 4.1.9 Control panel drawing shall be got approved by the Consultants before taking up the

fabrication. 4.2 PHOTO ELECTRIC SMOKE DETECTORS 4.2.1 Photo electric detector conventional/analogue addressable should respond to visible as

well as invisible smoke generated by smouldering or open fire. If shall basically use photo electric (light scattering) principle to measure smoke density, an electronic circuit, connection contact to the base and easy to clean protective housing.

4.2.2 A response indicator for quick identification of the fire location or convenient testing of

the detector as well as protection against reversed polarity and voltage surges must be build-in to the base of the detector., The detector shall be plug in type with provision for connecting remote indicator.

4.2.3 The detector shall also be compatible to work with heat and photo detectors and shall

have interchangeable base. It shall be listed with UL/FM and/or approved by TOC/TAC or any other recognized national, international standard. It should preferably also confirm to IS : 11360 .

4.3 HEAT DETECTORS 4.3.1 RATE OF RISE-CUM-FIXED TEMPERATURE TYPE

Heat detectors, conventional/analogue addressable shall be of electronic, thermister or electro pneumatic type, working on rate of rise and fixed temperature. The rate of rise element shall respond quickly when the temperature rise is 15 deg. F or more per minute. The fixed temperature feature should be entirely independent of the rate of rise element and the operating temperature of fixed temperature element should be set as per the requirement of Is : 2175 (latest) for Grade – I detectors.

4.3.2 FIXED TEMPERATURE TYPE

The fixed temperature heat detectors conventional/analogue addressable shall preferable incorporate replaceable fusible element to provide quick and easy restoration service.

Page 123: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

The operating temperature of the element should be factory set as per the requirement of IS: 2175 (latest) for Grade – I Detectors.

4.3.3 The heat detectors shall incorporate response indicator facility and to be with two wire system on D.C low voltage. It shall be possible to loop the heat detector with manual push button in the same circuit.

4.3.4 The area of coverage per detector shall depend upon structural/architectural

configuration, but generally shall be as per IS : 2189-1988. The detectors shall be either or the approved list of Fire Officer’s Committee, U.K/Underwriter’s Laboratory, USA or approved by CPRI, Roorkee and ISI marked.

4.4 BREAK-GLASS UNITS (MANULA CALL POINTS)

Each manual call point unit conventional/analogue addressable, shall comprise of a push button or fuse of reputed make enclosed in a M.S. Box/cast aluminium box with provision for cable or conduit coupling. The manual push button shall have the words prescribed in clear bold letter on facial window. “Incase of the fire break glass”.

4.4.1 The whole assembly to be enclosed in the box enclosure with all sides covered except the front side. The front side shall be sealed with breakable glass cover using neoprene or equivalent gasket. The glass surface should be minimum 30 sq. cm. in area and glass thickness should not exceed 2 mm.

4.4.2 The box enclosure shall be completely dust, vermin damp and weather proof and

provided with chain and hammer attached to it. It shall be made of atleast 16 SWG sheet steel. The complete unit shall be suitable for wall/column mounting with necessary mounting accessories. The complete unit and push button shall be painted signal red (shade no, 537 as per IS : 5 . The internal surface of the enclosure of the box shall be painted white in colour. The external painting shall be synthetic enamel.

4.5 ELECTRONIC HOOTER

4.5.1 The dual tone electronic hooter provided shall be conventional/analogue addressable type and it gives discontinuous/intermittent audible alarm automatically whenever the automatic/manual detector operates and is distinct from the background noise in every part of the premises. All hooters shall produce a similar sound and shall maintain the same during their operation. Hooter shall be complete with electronic oscillations, magnetic coil (sound coil) and accessories, ready for mounting (fixing) and confirming to IS : 2189- 1988.

5.0 SPEAKERS 5.1 The speakers/sound columns shall be of specified rating. The speakers shall be recessed or surfaced mounted type with ABS grille of approved colour and shall have line matching transformer. 5.2 The sound columns shall be surface mounted with metallic / wooden enclosure and black

nylon cloth front. 5.3 Volume controls shall be continuous type, of specified ratings with off

Switch.

Page 124: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

6.0 TESTING 6.1 The entire system shall be tested for: a) Continuity b) Performance (E) REFERENCE DRAWING 2.0 LIST OF DRAWINGS

2.1 The following are the list of reference drawings.

Page 125: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

ELEVATIOR / LIFT SPECIFICATION No. of Elevators : 01 No. Passenger Elevator. Machine room less Type & Capacity : Passenger / 20 Persons / 1360 Kgs. Speed : 1.00 Meter per Second. Type of drive : Variable Voltage Variable Frequency. Machine Unit : (Gearless machine unit). Location of M/C Room : Machine room not required. Total Travel : 8” meters approx. Serving : Ground + 1 Upper Floor Stops / Openings : 2 Stops, 2 Landings, 2 Openings Lift Shaft size available : 2600 mm Wide X 2500 mm Deep Head Room required : 4000 mm. (From the last landing) Pit Required : 1600 mm (solid). Power Supply Required : 415 Volts, 3 Phase, 50 Hz., A.C. Auxiliary Supply Required : 220 Volts, 1 Phase, 50 Hz, A.C. Car Size : 1700 mm Wide X 1800 mm Deep X 2200 mm High Car Enclosure : Stainless Steel Panels in Hairline Finish Flooring : PVC, 2 mm thick Car Entrance : Stainless Steel Center Opening Power Operated Door in Hairline

Finish. Landing Entrance : Stainless Steel Center Opening Power Operated Door in Hairline Finish Entrance Opening : 1100 mm Wide X 2000 mm High. Control Microprocessor based Simplex Full Collective Control Digital Indicators Position Indicator (38 mm height, 7 segments) with up / down directional arrows in car and at all Landings. Other Special Features : 1. Attendant Operation. 2. Emergency Stop button in Car. 3. Press and Speak Type Intercom in Car. 4. Car Emergency Light and Alarm Bell. 5. Door Open / Door close button in Car. 6. Overload Warning device with full load bypass.

7. Full height Infra-red Light curtain safety screen for automatic doors. 8. False Car Calls Cancelling 9. Intercom – Press and speak type.

10. Fireman’s drive. 11. ARD

Page 126: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

LIST OF APPROVED MAKES Civil Approved Make Material List of Approved Makes All Timber work (including timber for Framework)

Teakwood second class (good quality)

Plywood – Marine, commercial (GRADE) Anchor, Mayur, Archidply, Century, Kenwood

Block Board (Exterior Grade) Anchor (Indian Plywood), National, Mayur

M.D.F. Nu-wud, Daratuff, or equivalent with ISI marks

Particle Board Anchor, Kit, Bhutan Board, Novapan (All exterior Grade)

Laminate Decolam, Formica, Greenlam, National, Sunmica, Neolux, Signature, Durian, Timex

Decorative plywood (veneer) I.P.M. or equivalent, Mayur, Anchor super decorative plywood

Glues Pidilite Industries “Fevicol” brand / or Mafatlal Dyechems “Movicol – HV” brand

Araldite Ciba’s Araldite or equivalent to be approved by the Architect Architect/engineer in charge.

Melamine polish material / PU coating Asian Paints make (Mat & Glossy),burger,Kanshi ,Nerolac

Mirror Saint Gobain, Asahi, MODI Wood Preservative Asian Paints Berger Paints or equivalent to

be approved by the Architect Architect/engineer in charge.

Paint Asian Paints / Goodlass Nerolac Paints (in approved colour and shade)

Fire Retardant Paint Asian, Shalimar, British or equivalent to be approved by the Architect/engineer in charge.

Glass Wool U.P. TWIGA or equivalent to be approved by the Architect Architect/engineer in

Page 127: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

charge.

Screws G.K.W., Nettle fold or equivalent Natural Veneers Mayur, Natural, Decowood of Greenply

Industries Ltd., Timex, ACP (Aluminium, Composite Panel) Durabuild, Alucobond, Aludecor, Timex.

Epoxy Paint to be applied on steel Berger, Shalimar

Vitrified Tiles Nitco, Kajaria, Johnson, Restile, Euro

Ceramic Tiles Nitco, Kajaria, Johnson, Euro, Naveen

Waterproofing Compound Roff, Fosrock, Choksey Chemical, Pidilite

Cement –Cement 43 Grade L & T Ultratech / Birla cement / Gujarat Ambuja/ ACC /.

White Cement J.K White, Birla White Reinforcement Steel - Fe 500Gr. TISCON, SAIL, Vizag Structural Steel, Angles, Barbed wire TISCON, SAIL, Vizag

Admixtures Fosroc ,Sunaanda Chemicals or equivalent.

Glazing Saint Gobain, Asahi, Glaver Bell & MODI

Aluminum fittings Godrej / Crown/Classic

Brass fittings Godrej / Crown/Classic

Pest control Application by Indian Pest Control approved agency

Steel door(fire door) Godrej /shakti met doors

Glazing (frosted) Saint Gobain/ Bronze/Asahi & Modi Glass.

stainless steel/satin finish fitting Magnum ( Mukund Overseas) ) Magnum (Mukund Overseas), Neki,Kich,ShalimarGodrej

Hardware or door fittings Magnum i.e. Mukund Overseas, Ingersoll Rand Security Technologies, Mumbai

Page 128: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

SL.NO. ITEM SIZE (mm)Hindware Parryware Cera Jaguar

1 Ceramic Appliances

a. EWC 530 x 410 20011 C0287 2080

b. Cistern 3 lt./ 6 lt. Sleek plus dual C8110 2602

c. Urinal 590 x 390 x 380 60011 C0501 5004

d. Wash basin - Wall hung 460 x 360 10036 C0450 2804

e. Wash basin - Pedestal 550 x 400 10008 C0473 770611003 C0314 7806

f. Wash basin - Counter 510 x 450 10017 C0418 1058

2 Stainless steel appliances

a. Kitchen sink 1145 x 510 x 203 C853699 CKS 213

3 CP Brass fittings

a. Angle stop cock F100005 T0107A1 485

b. Sink cock F100024 T0121A1 347

c. Health faucet F160013 T9929W1 573

d. Pillar cock F100001 T0102A1 021

e. Bib cock F100011 T0106A1 037

f. Concealed stop cock F100007 T0111A1 069

g. Shower head F130016 T9901A1 483

MAKE OF MODEL NO.

PONDICHERRY UNIVERSITY CONVENTION CENTREMAKES OF MATERIAL

Page 129: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

SL.NO. ITEM SIZE (mm)Hindware Parryware Cera Jaguar

MAKE OF MODEL NO.

h. Bottle trap F850015 T3202A1 769

i. Urinal flush valve 1077

4 Wash room ancillaries - Vitrious China

a. Recessed paper holder ceramic 150 x 150 40051 9945 9302

b. Recessed soap dish ceramic 150 x 225 40058 9941 9303

Wash room ancillaries - CP brass fitting

c. Towel rack 225 x 600 F820008 T6108A1 1181

d. Towel rod 20 x 600 F810001 T6101A1 1581

e. Towel ring F810002 T6102A1 1121

f. Robe hook F805005 T6007A1 1191

5 P.C Wash room

a. EWC 380 x 480 20049 C0215 7011

b. Cistern 6 lt. 21030 C0755 7111

c. Wash basin 450 x 280 10060 C0450 7707

Page 130: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

PONDICHERRY CONVENTION CENTRE

FIRE FIGHTING – MAKES OF MATERIAL

No. Items Makes Recommended Makes offered

1.0 EQUIPMENTS

1.1 Pumps KSB, Kirloskar, Mather & Platt

1.2 Motors ABB, Kirloskar, Siemens

2.0 APPLIANCES

2.1 Hydrant valves Minimax, Newage, Shah Bhogilal, Monsher

2.2 Hose reel Minimax, Safex, Reliance, Monsher

2.3 Collecting heads Minimax, Safex, Monsher

2.4 Hose fittings A.K. Dey, Nitie, Minimax

2.5 Canvas hose Jayashree, Newage, Reliance

2.6 Rubber hose Dunlop, Swastik, Newage

2.7 Fire axe A.K.Dey, Ashok, Newage

2.8 Portable extinguisher Minimax, Vijay, Monsher

2.9 Sprinkler Apollo, Kidde, Grinnell, Automatic

3.0 PIPING

3.1 GI & CS (MS) pipes Tata, SAIL, Lloyd

3.2 GI & CS (MS) fitting M.J. Patel, CSA, SB

Page 131: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No. Items Makes Recommended Makes offered

4.0 VALVES

4.1 Butterfly valves Audco, KSB, Honeywell

4.2 Ball valves Leader, Kirloskar, Zoloto

4.3 Pressure reducing valves

Hawa, Spirax, Dewrance

4.4 Air release valve Spirax, Dewrance, Zoloto

4.5 Non return valve KSB, Audco, Zoloto

4.6 Strainers Leader, Kirloskar, Zoloto

5.0 CONTROL & INSTRUMENTS

5.1 Pressure guage H Guru, Fiebig, Bestobell

5.2 Thermometers H Guru, Fiebig, Bestobell

5.3 Flow switch Rapid cool, Infoss, Switzer

5.4 Pressure switch Infoss, Switzer

5.5 Tamper switch Siemens, L&T

6.0 MISCELLANEOUS

6.1 Hardware Tata, GKW

6.2 Anchor fastners Hilti, Shakti

6.3 Paint Asian, ICI, Nerolac, Burger

6.4 Welding rods Advani Orlicon, ESAB, Sechron, Universal

Page 132: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No. Items Makes Recommended Makes offered

6.5 Vibration isolators & Flexible connections

Dunlop, Resistaflex, Kanwal

7.0 MV SWITCHGEAR

7.1 ACB L&T, Siemens, ABB

7.2 MCCB ABB, Siemens, Merlin Gerin

7.3 MCB/DB/RCCB Merlin Gerin, Hager, Siemens

7.4 SF unit Siemens, LT, ABB, GE

7.5 HRC fuses LT, GE, Siemens

7.6 Starters & contactors Siemens, Telemecanique, L&T

7.7 Panel fabrication To CPRI specs.

Page 133: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

LIST OF APPROVED MAKES OF MATERIAL & MANUFACTURERS FOR ELECTRICAL / FIRE DETECTION & ALARM / LIFT WORKS

SL NO. ITEMS MAKES RECOMMENDED

1.0 MV SWITCHGEAR

1.1 MCCB/ACB Siemens, Merlin Gerin, L& T, ABB, C&S , Schneider.

1.2 MCB/DB/RCCB MG,Legrand, Siemens, L&T, Moeller, ABB, C&S, Schneider.

1.3 SF unit/HRC fuses Siemens, L&T, ABB,Merlin Gerin

1.5 Starters and contactors Siemens, ABB, Merlin Gerin, L&T, Schneider

1.6 Voltmeter, Ammeter, Multifunction Meter

AE, Conzerve, Trinity, Elmeasure

1.7 LT Panel To CPRI approved make.

2.0 AUXILIARY EQUIPMENTS

2.1 Relays (OL & EF) Microprocessor based

2.2 PF Relay Ducati, Epcos, Accuver

2.3 Digital Programmable Timer

Legrand, Moeller

2.4 Meter Conserver, Elmeasure,Nippen

2.5 Control fuses EE,Siemens, Merlin Gerin

2.6 Signal lamps LED lamps

2.8 Connectors

WAGO, Connect-Well, Elmex

2.9 Current/Voltage transformers

Kappa,AE,Indcoil

2.10 Capacitor Epcos, Vishay,Datar

3.0 CABLING

3.1 HT Cables Gemscab, KEI, Nicco,

Page 134: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Havells. 3.2 LT Cables Ravin, KEI, RRKable,

Gloster, Nicco, Grandlay, Gemscab, Havells, Skytone

3.2 Glands Commet, Braco, Dowells Siemens,STEPWELL,

3.3 Lugs Dowel, Ismal, Jainson

4.0 WIRING

4.1 PVC conduit Accessories

Precision, Diamond, Circle Arc

4.2 Wires RR Kables, Nicco, National, Havells, KEI,

4.3 Switches & socket

Legrand Mosaic, Anchor Roma, Viola, Crabtree

4.4 MS conduit & Accessories

BEC,VIMCO, BI, NIC

4.5 Lighting Fixtures Philips, Wipro, GE, Havells, Bajaj.

4.6 Ceiling / Exhaust / fresh air Fan

Usha, Crompton, Khaitan, Havells, Bajaj.

5.0 LOW VOLTAGE SYSTEM

5.1 Telephone tag block

Krone or equivalent approved make

5.2 Telephone cables Delton, Finolex, ITL

5.5 Fire Alarm (UL listed /Approved)

Apollo, Hochiki, Morley, Honeywell ,Edwards System sensor, Siemens

5.6 CCTV system

Affiance, Computer,Chugai, Honey well, Siemens

5.7 UPS Numeric, Micro tech, Luminous, Intex.

5.8 CAT – 6 Awaya, Lapp Cable, Avya, Loosend, D – Link

5.9 Rubber Mat Syntex, Jyoti, Jaipuria. 5.10 Inverter Luminious, Su Kam, Micro

Tech. 5.11 Data Telephone / TV Socket Siemens, ABB, Anchor,

Legrand.

Page 135: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

6.0 SUBSTATION EQUIPMENTS

6.1 HT Panel

ABB, Merlin Gerin, Siemens, Areva, Schneider, ALSTHOM.

6.2 Transformer Universal, Voltamp, Kirloskar, Areva, ABB, CG

6.3 Bus Trunking/Rising Main Siemens / Legrand/ L&T / Schneider

7.0 Lightning arrestor

Prevectron, Erico

8.0 DG Set 8.1.1 Engine Cummins, Caterpillar, Perkins 8.1.2 Alternator Stamford, Somer, Marthon 8.1.3 Accessories As per manufacturer

standard. 9.0 Cable Jointing Kit Raychem, Denson, M Seal. 10.0 Lifts Johnson / KONE / OTIS /

MITSUBISHI / SCHINDLER  Note:

a) Above makers of materials are approved subject to their meeting the tender specification & site requirements.

b) The contractor shall supply ISI marked material as per of the makes/brands indicated above. In case, the firm is not manufacturing ISI marked material for any of the brands, first quality material shall be accepted.

c) The samples of the material shall in either case have to be got approved from the Engineer-in-charge.

d) Material where no make/brand has been mentioned, in this case ISI marked samples shall be submitted by the contractor for approval of Engineer.

e) For any item not covered in the list, the contractor shall get the make & sample approved from the Engineer-in-charge before procurement. The final choice of make to be used in the works will rest with RITES and the decision of the Engineer-in-charge shall be final & binding on the contractor in this respect.

f) Contractor will be responsible to ensure the quality of products listed in approved list of makes/brands. Contractor will have to replace the defective and sub-standard materials at his own cost.

 

Page 136: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Section - 4

SCHEDULES A TO F

Page 137: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

SECTION 4

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)

S.No Description of items

Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).

S.No Description Hire charges per day Place of Issue 1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable -

Page 138: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

SCHEDULE ‘E’ –

Schedule of component of Cement, Steel, other materials, POL, Labour etc .for price escalation. (Refer Clause 10CC of Clauses of Contract). (To be worked out and filled by NIT approving authority)

CLAUSE 10 CC

Component of Cement (Xc)

Expressed as percent of total value of work 15%

Component of steel (X5)

expressed as percent of total value of work 20%

Component of other materials (XM) (except cement & steel)

expressed as per cent of total value of work 40%

Component of labour (Y)

expressed as percent of total value of work 25%

Component of P.O.L (Z)

expressed as percent of total value of work 0%

______________

Total 100 %_

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of work- Construction of “Convention Center” having Auditorium of 2500 seating

capacity and ancillary building for Pondicherry University at Pondicherry

Tender No: RITES/CP/TC/PQ/PU/Pondi/Auditorium/CIVIL Package

Estimated cost of work Rs.27.20 Crores

Earnest money : Rs.27.20lakhs

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers

Page 139: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Officer inviting tender : ____________________ CONDITIONS OF CONTRACT Definitions

2 (iv) Employer RITES LTD

2(v) Engineer-in-Charge GM (CP) /RITES Ltd.

2(vii) Accepting Authority GGM(CP) , /RITES Ltd. 2(ix) Percentage on cost of materials and labour to cover all 15% overheads and profits. 2(x) Standard Schedule of Rates DSR 2007 9(ii) Standard RITES Contract Form RITES Tender and Contract Document 2009 as modified & corrected up to 31-03-2011 CLAUSES OF CONTRACT Clause 1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance 15 days.

(ii) Maximum allowable extension beyond the period provided in (i) above 7days.

Clause 2 Authority for fixing compensation under Clause 2 GGM/CP/ RITES Ltd. Clause 2A Whether Clause 2A shall be applicable NO Clause 5 i) Time allowed for execution of work 18months

Page 140: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

TABLE OF MILESTONE(S)

S.No Financial Progress Time allowed in days (from day of start)

Amt.to be withheld in case of non achievement of

milestone 1 1/8th (of the whole work) 1/4th (of the whole

work) ie 137 days 1% of awarded value of work

2 3/8th (of the whole work) 1/2 (of the whole work) ie 274 days

1% of awarded value of work

3 3/4th (of the whole work) 3/4th (of the whole work) ie 411 days

1% of awarded value of work

4 Full Full

Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such Rs.30 lacs payment for being eligible to interim payment Clause 10 B Whether Clause 10B (ii) to (v) applicable Except that Clause 10B(iii) is not applicable Clause 10 CC Clause 10 CC to be applicable in contract with stipulated period of completion exceeding the period shown in next column Exceeding three months Clause 11 Specifications to be followed for execution For CPWD DSR Items:- of work CPWD Specifications 2009 (Vol. I & II) and Revised Specifications

2002 for Cement Mortar, Cement Concrete and RCC Works.

CPWD General Specifications for Electrical Works (Internal -2005, External -2007, Lifts and Wet Riser and Sprinkler System -2006, all with up to date Corrections read with Specifications in Section 5 of Tender Documents.

Page 141: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

For Non-CPWD DSR Items and items of Specialised nature Special Specifications under Section No. 3 or manufacturer specification

Clause 12 Clause 12.2 Deviation Limit beyond which i) For Non-foundation items. 12.3 & 12.5 Clauses 12.2,12.3 & 12.5shall Plus 25% apply Minus No limit ii) For Foundation Items

Plus 100% Minus No limit Note: For Earthwork, individual classi-

fication quantity can vary to any extent but overall Deviation Limits will be as above. Clause 16 Competent Authority for deciding reduced rates GGM/CP/ RITES Ltd. Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at

site:- The contractor shall provide List of mandatory machinery, tools & plants to

be deployed by them at site required for the proper execution of the work for the approval of Engineer – in – charge along with the work programme as mentioned in clause 5.1 and its sub clauses. The deployment of type, capacity and number of machinery, tools & plants shall be done as approved/ decided by Engineer-in-Charge whose decision will be final and binding on the

contractor. Clause 25 Appellate Authority - GGM/CP/ RITES Ltd. Appointing Authority - ED/ RITES Ltd. Clause 36 (i) Minimum Qualifications & Experience required and Discipline to which

should belong Designation Minimum Minimum working Descipline to which Qualification experience should belong Principal Technical BE/ B Tech 15 Years Civil Engineering Representative Deputy Technical BE/ B Tech 12 Years Civil Engineering Representative

Page 142: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Clause 36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative

Designation Rate of Recovery per month (in Rs)

for non-deployment Principal Technical Representative Rs.75,000/- Deputy Technical Representative Rs.50,000/-

Clause 42 i)(a) Schedule/statement for determining DSR 2007 theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD ii) Variations permissible on theoretical

quantities a) Cement

- for works with estimated cost 3% plus / minus put to tender not more than Rs.5 lakhs - for works with estimated cost put to 2% plus / minus tender more than Rs.5 lakhs

b) Bitumen for All Works 2.5% plus only & nil on minus side c) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter, section and category

d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No.

Description of Item Rates in figures and words at which recovery shall be made from the Contractor.

Excess beyond

permissible variation

Less use beyond the permissible variation

1 Cement NOT APPLICABLE

2 Steel reinforcement 3 Structural Sections 4 Bitumen issued free 5 Bitumen issued at stipulated

fixed price

Page 143: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

Clause 46 Site Office of the Employer Clause 46.10 The contractor will provide the following temporary

furnished accommodations for engineer and his staff, at the site of work free of cost:

• 2 rooms of size 12’ X 14’ each with CC flooring, AC sheet roof and false ceiling. One room should be air conditioned (2 ton capacity).

• 1 toilet with wash basin • Sufficient lights (300 flux) and plug points • Fans • A small pantry of 6’ X 6’ size • Two tables of 2”6’ X 5’ size and one table of 5’X9’

size • 2 low height executive cushion chairs and 10

visitors’ chairs of good quality • 3 tables of 3’X4’ size and 6 caned steel chairs • 1 almirah 6’ size On expiry of maintenance period, the site office shall be dismantled and site cleared unless the Employer directs otherwise. The furniture will be returned to the Contractor at whatever condition they are on expiry of maintenance period.

Whether Clause 46.11.1A shall be applicable No/ Whether Clause 46.13A shall be applicable No/ Clause 46.17 City of Jurisdiction of Court Delhi Clause 47.2.1 Sum for which Third Party Rs. 5 Lacs per occurrence Insurance to be obtained. with the number of occurrences limited to four. Clause 55 Whether clause 55 shall No be applicable. If yes, time allowed for completion Not Applicable of sample floor/unit.

Page 144: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Section – 5

GENERAL SPECIFICATIONS

Page 145: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

SECTION 5

GENERAL SPECIFICATIONS Notes for guidance of RITES Officers for finalizing this Section. (A) CIVIL ENGINEERING WORKS 1. Schedule of Quantities also termed Bill of Quantities, will include the following: i) Schedule Items taken direct from CPWD DSR 2007.

ii) Non Schedule Items or Non CPWD DSR Items which include items of specialised nature in Railway works, items adopted from MOST Schedule of Rates or new items based on Manufacturer's Specifications etc.

There are a few DSR Items for Road Works which are not as well drafted as corresponding MOST (Ministry of Surface Transport) items. In such cases, it may be desirable to adopt MOST items under Non Schedule items. Wherever MOST specification is not available work described shall be constructed and completed by the contractor.

2. In the case of Delhi Schedule of Rates 2007 items, there should normally be no need

for drafting any Specifications for Materials, Workmanship, Method of Measurement etc. CPWD Specifications for Civil Works 2009 Vols I to II and Revised CPWD Specifications for Cement Mortar, Cement Concrete and RCC Works 2002 cover in detail the specifications for Materials, Workmanship, Method of measurement etc. In rare cases where it is felt that CPWD Specifications concerned do not cover the full scope of work under any item, reference may be given to IS or any other relevant Specifications.

3. In the case of Non Schedule Items including items of specialised nature in Railway

Works, necessary Specifications for Materials, Workmanship, Method of Measurement etc will have to be made to reflect the exact requirements under each item and incorporated in Section No. 3 under Special Specifications.

(B) ELECTRICAL ENGINEERING WORKS 1. CPWD has issued following General Specifications for Electrical Works, reference of

which may be given in Schedule F (against Clause No. 11) depending upon the nature of work :-

Internal 2005

External 2007 Lifts and Escalators 2003 HVAC 2004

Sub Stations 2007 D.G. Sets 2006

Wet Riser and Sprinkler Systems 2006

Page 146: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

No: RITES/CP/PU/Pondi/ Auditorium /2011

2. For items covered by CPWD Specifications, reference may be made to the relevant

CPWD Specifications with upto date amendments. Where it is felt that the CPWD Specification concerned does not reflect the full scope of work under any item, reference may be given to IS or any other relevant Specifications.

3. For Electrical Items not covered by printed CPWD Specifications, the broad guidelines

indicated in Para 3 under (A) Civil Engineering Works, may be followed in the case of Electrical Works also.

4. As indicated in Para 4 of Civil Engineering Works, Preamble may give reference to the

order of procedure which can be as under for electrical works:

i) CPWD Specifications ii) IS Specifications iii) British Standard or American Standard Specifications iv) Engineer In Charge’s Directives.

Page 147: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

Section - 6

DRAWINGS

Page 148: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

PONDICHERRYCONVENTIONCENTRE  

LISTOFDRAWINGS  

Sr. No Drawing Name Drawing No. Remarks

1. Ground Floor Plan A-1  

2. Balcony Floor Plan A-2  

3. Roof Plan A-3  

4. Longitudinal Section A-4  

5. Front & Rear elevation A-5  

6. Side Elevation A-6  

7. Foundation S-TD-668-CC-C1.01-01  

8. p g Distribution-PHE & FF 2327-SD-31  

9. Ground Floor Layout Fighting 2327-00-41

 

10. Balcony Level layout Fighting 2327-01-41

 

11. Auditorium Ground Floor Layout – Lighting 2327-TD-E-2.1

 

12. Auditorium Ground Floor Layout – Power & LV 2327-TD-E-2.2

 

13. Auditorium Balcony Layout – Lighting 2327-TD-E-2.3

 

14. Auditorium Balcony Layout – Power & LV 2327-TD-E-2.4

 

15. Auditorium Lotus Ceiling Layout – Lighting 2327-TD-E-2.5

 

16. Schematic Power distribution 2327-TD-E-4.1

 

  

Page 149: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

+.15

+.75

STORE

STORE

STORE

1.42.97

.81

UP

192.82 SQFT.

STAGE

BACK STAGE

GARDEN

P

TV. I. P. LOUNGE

GARDEN

F O Y E R

RA

MP

up

CH.W

. PUM

PS

CON

D. P

UMPS 25

0 TR

CHI

LLER

-2

TNEB

MET

ERIN

G

MA

IN L

TPA

NELUS

ER H

.T.

PAN

EL

APF

C PA

NEL

SUB-

STA

TIO

N

PAN

ELSU

B-ST

ATI

ON

HVA

C PA

NEL

250

TR C

HILL

ER-1

BELOWBALCONY-1

DN

RAMP

UP

RAMPUP

937.20 SQFT

1493.92 SQFT.

771.27 SQFT.

7967.67SQFT.INCLUDING CORRIDOR.

191.60SQFT.

2014.27 SQFT.

1363.07 SQFT.

3300 SQFT.

18231.31 SQFT.

+.15

48.2

915

.69

6.22

HT.

3.0M

+92.50

RA

MP

up

+93.633

GREEN ROOMLADIES

+93.6

33

UP

UP

UP

UP

+93.491 +93.491

DN

1.2

UP

9.09.0

R A M

PR A M P

1.5

MEZZ. FLOOR PLANSCALE 1:200

RO

LLIN

G

SHU

TTER

LADIESTOILET

+1.50

1.4 2.97

.81

STORE

UP

192.82 SQFT.

UP

3.6

3.6

UP

3.6

STORE

STORE732.76 SQFT.

UP

1.4 2.97

.81

192.82 SQFT.

C A F E T A R I A

H.C.

R A M

P

1.1

LIFTWELL.

2.6

2.5

LIFTWELL.

2.6

2.5

D 4

D2 A

D1 D1

D1

W 2 W 2

D 2D 2

D 1 D 1

W 1

W 1

W 1

D 7

W 1

W 1

W 1

W 1 W 1 W 2

UD 2UD 1

UD 1

UD 1

UD 1

D 11

D 11

11.6

D 11

D 11

D 11 A D 11 A

w2

w2

w2

w1

w1

w1

w1

w1

w1

w1

w1

w2

w2

w2

w2

w2

w2

w2

w2

w2

w2

w2

MEZZ. FLOOR PLAN

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 2

W 2

W 2

W 2

W 2

W 2

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

TOILET AREA SUNK BY 300 MME W C........300MM SUNKI W C.........500 MM SUNK

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

LINTOL AT 2.45 ABOVE FFL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

1.8

6.2 6.2

4

4TY

PIC

AL

4

1.3

2.7

3.1

1.3

2.7

3.1

0.95

0.54 490

2.2

2.2

1

44 0.54

2.2

0.95

90

SCALE 1:200GROUND FLOOR PLAN

LOADING&UNLOADINGPLATFORM

33

RO

LLI N

G

SHU

TTE R

3 .5

RO

LLI N

G

SHU

TTE R

W1

W1

W1

D 3 3.7

2500

KV

A

'X'M

ER

5.4

D 10B

D2 A

11.2

D2A

D2

D 11

D 11

D 11D 11

2.4

3.3

centre iine of column

41.8

7

3.2

37.842.55

9.4 C- 3

51.5

52.7

C- 415.57

4.76

+1.50

1032.96 SQFT.

W 1

W 1

D1

D1 D1 D1

0.9

32.6

8

C-5

22.6

6

27.9

C-6

W2

W2

W2

GENTSTOILET

JAN.

FF

F

193.7 SQFT.

LADIESTOILET193.7 SQFT.

D 2

D 2

D 1

D 1D 1

C. WALL

1.5

+-00

3.7

W1W1

W1

W1

W1

W 1 W 1 W 1 W 1W 1W 1

UP234.13SQFT

1.3 1.3

1.5

2.7

D 4

UP 234.13SQFT

1.31.3

1.5

2.7

W 1

D 4D 6A D 6A

.70

980.77 SQFT.

GENTSTOILET

H C

1

1.5

D1 D1 D1D2A

BELOWBALCONY-1

191.60SQFT.

LADIESTOILET

UP

3.63.6

H.C.

R

A

M

P

D1D1

D1

90

1

D2 A

.70

980.77 SQFT.

GENTSTOILET

H C

1

1.5

D1D1D1D2A

732.76 SQFT.

UP

1.42.97

.81

192.82 SQFT.

D 4

D2 A

D1D1

D1

D1D1

D1

0.9

D1

0.6

C A F

E T

A R

I A

1032

.96 S

QFT.

+1.500.60.6

0.6

W 1W 1W 1W 1W 1 R S

W 1

W 1

W 1

W 1

W 1

W 1

D 10 A

KITCHEN2202.78 SQFT.

CUTOUT

GREEN ROOMGENTS

ELECT.DUCT

ADMST.

C-2

SER. YARD

SER. GATE

38.8

+-00

3.7

W1 W1

W1

W1

W1

35.7

C-1

4.4

5.5

PORCH

801.19 SQFT.+93.55

29.8

8

W 1

15.4

19.9

C-2

80.35

1.3

23

1.8

33.

52.

71.

2

2

2

2

2

2

2

2

1.2

2.14

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

CHILLER PLANT

W 1 W 1 W 1

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

W 1

GARDEN8866.0SQFT.

C. WALL

W 1W 1

+93.55

W 1W 1

+1.50

+1.50

+1.50 +1.50

+1.50

+1.50

+1.50

+1.50

+1.50

+1.50

+0.233+0.233

+0.233+0

.233

+0.233+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+.991

+.991

- 0.127

- 0.127

- 0.127

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+0.233

+2.033

+2.03

3+2.033

+ 1.133

+ 1.13

3+ 1.133

+1.5

+1.5 +1.5

+1.5

4

5

6

7

8

3

2

9

1

13

12

11

10

14

1516

1718 19

2423

222120

25

29

30

31

28

27

26

32

33

37

36

35

34

38

39

40

41

42

43

44

45

46

1

47

48

49

50

4.762.6

0.08

20.08

4

5

6

7

8

3

2

9

1

13

12

11

10

14

1516

171819

2423

22 21 20

25

29

30

31

28

27

26

32

33

37

36

35

34

38

39

40

41

42

43

44

45

46

1

47

48

49

50

4.76

2.60.08

2 0.08

11.59

UP

+0.936

UP

+0.936

UP

+6.0 M

+6.0 M

+6.0 M +6.0 M

+6.0 M

+6.0 M

D2 B

D2 A

D2 B

D2 B

6.6

5.68

2.4

2.8

2.8

7.2

7.0

5.80

4'-2

''

9

9.9

8.21

5.99

7.235.99

4.93 8.2

5.99

14.83

5.99

5.21

15.7

5

12.66

9.77

5.44

2.72

5.69

2.72

2.09

3.7

2.52

2.52ELECT.

DUCT

D 10B

2.61

5

4

6

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 2

W 2

W 2

W 2

W 2

W 2

D-6A

D-6A

D-2B

5.4

5.92

D-2A

SHAFT

6.6 M.

D-6A

D-6A

5.4 M

SHAFT

D-2B

5.92

D-2A

6.6 M.

7.66 M.

5.36 M.

5.19

.90

5.69

1.01.0

1.0

2.8

2.8

7.66 M.

5.36 M.

2

D-2 A

.90

D-2B

5.19

4'-2

''

5.68

2.4

6.6

W 1

1.01.0

1.0

UPUP

W1

W1

W1

W1

W1

W1

W1

W1

D-3 CD-3 C

9.15

9.96 2.74

4.22

3.5

2.48

2.36

12.43

6.45

W1 W1 W1

W 1

TENDER DRAWING

scale job no.

drg. no.

drawingstatus

initialdate

name of client

rev.

For Tendercad file no.drawn by

north content

job title

4a shivsagar estates, worli, mumbai- 400 018

kadri consultants pvt. ltd.

r e v

i s

i o n

s

notes* Any Descripency In The Drawing Shall Be Brought To The Architects Notice Before commencement of particular item/ job and further instructions or clarifications should be obtained.

* Approvals of mouldings, profiles, finishes Samples etc. should be taken before commencement of the item at site or before site assembly/ installation.

*Approvals of Finishing Items, etc should be taken before procurement of materials. r e

v i

s i o

n s

notes

This "drawing" is the copyright of kadri consultants pvt. ltd. and shall not be used for any

purpose other than that for whichit has been loaned.

M/S PONDICHERRY UNIVERSITYKALAPET

EAST COAST ROADPONDICHERRY

15 . 10 . 10

R0

shabana

CONVENTION CENTRE -PONDICHERRY

6521:200GROUND FLOOR PLAN

A- 1

Page 150: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

BALCONY FLOOR PLANSCALE 1:200

C . WALLBELOW

C . WALLBELOW

C . WALLBELOW

PARAPETWALL

PARAPETWALL

+0.75

BELOWBALCONY-1

UPPER PART OF AUDITORIUM

OPEN TO SKY

CUTOUT

LOBBY

A222d A221A222c A222aA222b

200 TR COOLINGTOWER-1

200 TR COOLINGTOWER-2 AHU ROOM

AHU ROOMSTAGEHALL HALL

TERRACE

TERRACE

COVD. CORRIDOOR

CO

VD

. CO

RR

IDO

OR

BALCONY

BELOWBALCONY-1

+6.183

UP

+6.18

3

UP

+6.183

+6.183

UPPER PART OFBACK STAGE

UPPER PART OF STAGE

COVD. CORRIDOOR

+98.683

+98.

683

+98.

683

.60

1.3

1.5

1.3

2.7

UP UP

+100.303

980.77 SQFT.

GENTSTOILET

H.C.

H C

1

732.76 SQFT.

UP

1.4 2.97

.81

192.82 SQFT.

C A F E T A R I A

1032.96 SQFT.

LADIESTOILET

980.77 SQFT.

GENTSTOILET

732.76 SQFT.

H.C.

1

H. C

1.42.97

.81

UP

192.82 SQFT.

C A F

E T

A R

I A

1032

.96

SQFT

.

1.5

1.1

LIFTWELL.

2.6

2.5

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 2

W 2

W 2

W 2

W 2

W 2

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 1

W 2

W 2

W 2

W 2

W 2

W 2

ROOF PROJECTIONABOVE

ROOF PROJECTIONABOVE

D 11

W1W1W1W1

D 4

W1 W1 W1 W1

D 4

D1 D1 D1

D1 D1 D1

D1 D1 D1

D1D1 D1

D10B D10B

D4 D4

D1 D1 D1

D1 D1 D1

D1 D1 D1

D1 D1 D1

.23 TH. WALL .23 TH. WALL

D10B D10B

D2A

D2A D2A

D2A

GLAZING AS PERDETAIL

STAIRCASE ASPER DETAIL

D9D 9

UP DN

W 1

TERRACE SLAB TO BESUNK BY 300 MM

PARAPET WALL 900 MM HT.

SLAB TO BE SUNKBY 300 MM

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

TOILET AREA SUNK BY 300 MME W C........300MM SUNK

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

R.CC CHAJJA &WINDOWCILL PROJECTION 150 MMFROM EXTERNAL WALL

LINTOL AT 2.45 ABOVE FFLLINTOL AT 2.45 ABOVE FFL

D 11

3.7

D2 A

D2A

D2 A

D2 A

625 KVADG-1

625 KVADG-2

625 KVADG-3

3.7

A C P LOUVER PANELAS PER DETAIL

2.5

3.7

900 MM HT. RAILING

D 11

D 11 D 11

D 11

D 11

D 11

+-00

GARDEN8866.0SQFT.

35.7

C-1

4.4

5.5

PORCH

801.19 SQFT.

+.15

+93.55

29.8

8

W 1

C-2

80.35

9.4C-3

51.5

4.76

15.57 C-437.80

52.70

C-5

22.6

6

38.8

27.90

open to sky area

15.4

0

19.9

0

+1.50

+.15

+9.063+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+9.063

+6.183

+6.183

+6.183

+6.183

+6.183

+6.183

+6.183

+6.183

+6.183

+6.183

+6.183+5.883

+6.183

+6.183

+6.183

+7.803

+6.183 +6.18

3

1

DN

10.18

DN

4

5

6

7

8

3

2

9

1

13

12

11

10

14

1516

1718 19

2423

222120

25

29

30

31

28

27

26

32

33

37

36

35

34

38

39

40

41

42

43

44

45

46

1

47

48

49

50

4.762.6

0.08

20.08

4

5

6

7

8

3

2

9

1

13

12

11

10

14

1516

171819

2423

22 21 20

25

29

30

31

28

27

26

32

33

37

36

35

34

38

39

40

41

42

43

44

45

46

1

47

48

49

50

4.76

2.60.08

2 0.08

11.599.44

+5.883SUNKEN R.C.C. SLAB 300 MM

+5.883

+5.883

SHAFT D3 B

D 3A

D 3B D 3B

D3 A

D3 B

+5.883

ROOM

W 1

2.61

M

D 4

ELECT.DUCT

D-3 C

ELECT.DUCTD-3 C

2.52

M

2.52

5.99

5.21 M

5.99

14.83 M

9.77

M5.

9

12.7

1.3

2.7

1.3

DN

1.5 3.1910.62

10.62

5.99

M.

22.0

2

10.51

15.09

9.33

15.7

13.05

5.19

6.6 M.

5.68

2.4

1.01.0

1.0

6.0

SHAFT

2.8

2.8 5.36 M

5.19 M

2

4.2

M

.90SHAFT

.60

5.68 M

4.21

2.8

2.8

5.36

2.4

5.68 M

.60

SHAFT

4.21

M

4.2

M5.19 M

.90 SHAFT

5.68 M.

6.6 M.

7.60 M. 3.7 7.60 M.

2

2.1

2.1

2.1

2.1

2.1

2.1

2.1

2.1

2.1

TENDER DRAWING

ACP LOUVERS

A C P LOUVER PANELAS PER DETAIL

A C P LOUVER PANELAS PER DETAIL

A C P LOUVER PANELAS PER DETAIL

A C P LOUVER PANELAS PER DETAIL

A C P LOUVER PANELAS PER DETAIL

scale job no.

drg. no.

drawingstatus

initialdate

name of client

rev.

For Tendercad file no.drawn by

north content

job title

4a shivsagar estates, worli, mumbai- 400 018

kadri consultants pvt. ltd.

r e v

i s

i o n

s

notes* Any Descripency In The Drawing Shall Be Brought To The Architects Notice Before commencement of particular item/ job and further instructions or clarifications should be obtained.

* Approvals of mouldings, profiles, finishes Samples etc. should be taken before commencement of the item at site or before site assembly/ installation.

*Approvals of Finishing Items, etc should be taken before procurement of materials. r e

v i

s i o

n s

r e v

i s

i o n

s

notes

This "drawing" is the copyright of kadri consultants pvt. ltd. and shall not be used for any

purpose other than that for whichit has been loaned.

M/S PONDICHERRY UNIVERSITYKALAPET

EAST COAST ROADPONDICHERRY

15 . 10 . 10

R0

shabana

CONVENTION CENTRE -PONDICHERRY

6521:200BALCONY FLOOR PLAN

A -2

Page 151: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

C . WALLBELOW

C . WALLBELOW

C . WALLBELOW

PARAPETWALL

PARAPETWALL

+1.50

+92.65

+93.25

+94.0

200 TR COOLINGTOWER-1

200 TR COOLINGTOWER-2

4.0

M H

IGH

SCRE

EN W

ALL

BALCONY

BELOWBALCONY-1

+6.183

UP

+6.18

3

UP

+101.563

+101.563

UPPER PART OF STAGE

+98.6

83 +98.683+98.683

1.3

1.5

1.3

2.7

1.3

2.7

1.3

DN

+100.303 +100.303

980.77 SQFT.+.15

GENTSTOILET

H.C.

UP

1.4 2.97

.81

C A F E T A R I A+94.0

+101.563

+98.683

LADIESTOILET

GENTSTOILET

R

A

M

P

R

A

M

P

GENTSTOILET

LADIESTOILET

732.76 SQFT.

H.C.

R

A

M

P

1

H. C

1.42.97

.81

UP

192.82 SQFT.

C A

F E

T A

R I

A

+1.50

1032

.96

SQFT

.

+101.563

1.5

1.5

1.1

2.6

2.5

ROOF PROJECTIONABOVEROOF PROJECTION

ABOVE

D 11D2A

D2A D2A

D1 D1 D1

D1 D1 D1

.23 TH. WALL

D2A

D2A

GLAZING AS PERDETAIL

STAIRCASE ASPER DETAIL

D 9

DN

METAL ROOF METAL ROOF

METAL ROOF

+12.363+12.363

+22.10

+18.60

+15.80

+15.2

TERRACE

TERRACE

R.CC ROOF

TERRACETERRACE

OPEN TO SKY

OPEN TO SKY OPEN TO SKY

TERRACE ATLOWER LVL.

+18.80

OPEN TO SKY

+12.363

625 KVADG-1

625 KVADG-2

625 KVADG-3

2.0

2.0

ROOF PLANSCALE 1:200

TOP OF LIFT

MACHINE RM

+12.363+12.363

+12.

363

+12.363

+12.363

+5.883

+5.883TERRACE

+5.883

+12.

363

+5.883

+5.883

+6.183

+6.183

+13.493

1.5.6

0

2.1

1.5.60

2.1

2.1

2.1

2.1

2.1

1.5.60

2.1

1.5

.60

TENDER DRAWING

A-3

scale job no.

drg. no.

drawingstatus

initialdate

name of client

rev.

For Tendercad file no.drawn by

north content

job title

4a shivsagar estates, worli, mumbai- 400 018

kadri consultants pvt. ltd.

r e v

i s

i o n

s

notes* Any Descripency In The Drawing Shall Be Brought To The Architects Notice Before commencement of particular item/ job and further instructions or clarifications should be obtained.

* Approvals of mouldings, profiles, finishes Samples etc. should be taken before commencement of the item at site or before site assembly/ installation.

*Approvals of Finishing Items, etc should be taken before procurement of materials. r e

v i

s i o

n s

r e v

i s

i o n

s

notes

This "drawing" is the copyright of kadri consultants pvt. ltd. and shall not be used for any

purpose other than that for whichit has been loaned.

M/S PONDICHERRY UNIVERSITYKALAPET

EAST COAST ROADPONDICHERRY

15 . 10 . 10

AS SHOWN

R0

shabana

CONVENTION CENTRE -PONDICHERRY

652ROOF PLAN

Page 152: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

LONGITUDINAL SECTIONSCALE 1:200

0.91 0.91 0.91 0.91 1.82 1.82 1.82 1.82 1.5 1.82 1.82 1.82 1.82 1.82 1.820.91 1.5 3.15

1.11

8

11 7.7

STAGE

BACK STAGE

GARDEN

V.I. P LOUNGE

ENT. LOBBY PORCHFOYER

1.211

5.76

+3.11

+2.033

- 0.127

+.991

8

LOBBY

4.15

2.2

10

G.L.

7.56

3

+ -00

RAMP

15.8

18.8

1. 60 TRUSS

+0'-0''

MEZZ. FLOOR

BALCONY FLOOR+9.063

+6.183

+9.063

+98.683

4.7

R.C.C. ROOF

METAL ROOF

15

19.9

BOTTOM LVLOF TRUSS

16.2

16.7

BOTTOM LVLOF TRUSS

12.3

63

BOTTOM LVLOF TRUSS +16.20

+19.9

2.45

WALL UP TOFALSE CEILING

R.C.C.SHEARWALL

AUD. DOOR

3.2

0.9

r.c.c. column

+15.80

terrace lvl+12.363

4.68

3.9

0

+18.80

2.40 TRUSS

TRUSS

+18.60

METAL ROOF

1.60

2.4

+-00 .15+.75

+1.5 +1.5 +1.133 +.991+1.5

+6.183

+12.363+12.363

2.88

3.02

2.1

1.5

2.1

1.5

2.1

1.5

TENDER DRAWING

A- 4

scale job no.

drg. no.

drawingstatus

initialdate

name of client

rev.

For Tendercad file no.drawn by

north content

job title

4a shivsagar estates, worli, mumbai- 400 018

kadri consultants pvt. ltd.

r e v

i s

i o n

s

notes* Any Descripency In The Drawing Shall Be Brought To The Architects Notice Before commencement of particular item/ job and further instructions or clarifications should be obtained.

* Approvals of mouldings, profiles, finishes Samples etc. should be taken before commencement of the item at site or before site assembly/ installation.

*Approvals of Finishing Items, etc should be taken before procurement of materials. r e

v i

s i o

n s

r e v

i s

i o n

s

notes

This "drawing" is the copyright of kadri consultants pvt. ltd. and shall not be used for any

purpose other than that for whichit has been loaned.

M/S PONDICHERRY UNIVERSITYKALAPET

EAST COAST ROADPONDICHERRY

15 . 10 . 10

AS SHOWN

R0

shabana

CONVENTION CENTRE -PONDICHERRY

652LONGI. SECTION

Page 153: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

+1.5 GROUND FLOOR

TOP OF TERR. PARAPET TOP OF TERRACE SLAB

BALCONY FLOORPORCH SIDE

REAR ELEVATION

+12.363

+6.183

+1.5

+-00

+6.183

+12.363+13.263

+13.26

3.3

7.6

2

12

+15.8

+1.5

+16.30

+9.063

+6.1

13.5

A.C.P

in approved colour

FRONT ELEVATION

TENDER DRAWING

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

R 1 4-2-2011 GROOVE IN PLASTER SHOWNscale job no.

drg. no.

drawingstatus

initialdate

name of client

rev.

For Tendercad file no.drawn by

north content

job title

4a shivsagar estates, worli, mumbai- 400 018

kadri consultants pvt. ltd.

r e v

i s

i o n

s

notes* Any Descripency In The Drawing Shall Be Brought To The Architects Notice Before commencement of particular item/ job and further instructions or clarifications should be obtained.

* Approvals of mouldings, profiles, finishes Samples etc. should be taken before commencement of the item at site or before site assembly/ installation.

*Approvals of Finishing Items, etc should be taken before procurement of materials. r e

v i

s i o

n s

r e v

i s

i o n

s

notes

This "drawing" is the copyright of kadri consultants pvt. ltd. and shall not be used for any

purpose other than that for whichit has been loaned.

M/S PONDICHERRY UNIVERSITYKALAPET

EAST COAST ROADPONDICHERRY

15 . 10 . 10

AS SHOWN

R1

shabana

CONVENTION CENTRE -PONDICHERRY

652FRONT & REAR ELEV.

A- 5

Page 154: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

4.5

3.06

33.

197

4.5

3.06

3

SIDE ELEVATION

3.19

7

PORCH

SIDE ELEVATION

PORCH

0.9

+1.5

+13.263

+6.183

+1.50+1.05

+6.183

+12.363

+13.263

+1.05

TENDER DRAWING

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

20X12 MM. GROOVEIN PLASTER

scale job no.

drg. no.

drawingstatus

initialdate

name of client

rev.

For Tendercad file no.drawn by

north content

job title

4a shivsagar estates, worli, mumbai- 400 018

kadri consultants pvt. ltd.

r e v

i s

i o n

s

notes* Any Descripency In The Drawing Shall Be Brought To The Architects Notice Before commencement of particular item/ job and further instructions or clarifications should be obtained.

* Approvals of mouldings, profiles, finishes Samples etc. should be taken before commencement of the item at site or before site assembly/ installation.

*Approvals of Finishing Items, etc should be taken before procurement of materials. r e

v i

s i o

n s

r e v

i s

i o n

s

notes

This "drawing" is the copyright of kadri consultants pvt. ltd. and shall not be used for any

purpose other than that for whichit has been loaned.

M/S PONDICHERRY UNIVERSITYKALAPET

EAST COAST ROADPONDICHERRY

15 . 10 . 10

AS SHOWN

R1

shabana

CONVENTION CENTRE -PONDICHERRY

652SIDE ELEVATIONS

SCALE 1:200

SCALE 1:200

R1 4-2-2011 GROOVE IN PLASTER SHOWNA- 6

Page 155: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT
Page 156: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT
Page 157: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT
Page 158: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT
Page 159: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT

00/00/000

122-123, SAI COMMERCIAL CENTRE, GOVANDI STATION ROAD, DEONAR, MUMBAI - 400 088. TEL : 25507100, 25507101.

consultants

north

title

architects

project

rev

revision

checked

PONDICHERY UNIVERSITY - CONVENTION CENTRE

2009/11/20

DB

datescaledrawn

1 : 150drawing no.

DRG. PATT>>

D

date description copy

TENDER

DRAWING STATUSAPPROVAL AS BUILTEXECUTION SIGNATURE

K.K.

KADRI CONSULTANTS PVT. LTD, mumbai.

A 2010/09/24 REVISED AS PER ARCH. DWG

2327-TD-E 2.3

AUDITORIUM - BALCONY LAYOUT- LIGHTING

B 2010/09/30 REVISED AS PER LATEST ARCH. DRG. -

-

C 2010/10/30 REVISED AS PER LATEST ARCH. DRG. -

D 2011/03/31 REVISED AS PER DISCUSSION

BELOWBALCONY-1

UPPER PART OF AUDITORIUM

OPEN TO SKY

LOBBY

A222d A221A222c A222aA222b

200 TR COOLINGTOWER-1

200 TR COOLINGTOWER-2 AHU ROOM

AHU ROOMSTAGEHALL HALL

FOYER-2

4.0

M H

IGH S

CREEN W

ALL

TERRACE

TERRACE

COVD. CORRIDOOR

COV

D. C

ORRIDO

OR

BALCONY

4.0 M HIGH SCREEN WALL

BELOWBALCONY-1

UP UP

UPPER PART OF BACK STAGE

UPPER PART OF STAGE

COVD. CORRIDOOR

DN

UP UP

GENTSTOILET

H.C.

UP

CAFET

ARIA

GENTSTOILET

LADIESTOILET

H.C.

RAMP

H. C

UP

LIFTWELL.

DN

UP DN

+-00

DN

LADIESTOILET

CAFETARIA

S

SSS

S

S

LDB TAG BLOCK

TAP-OFF

PDB

MDB 1500 x 300 WIDE

CUT-OUT.

LDB TAG BLOCK

TAP-OFF

PDB

MDB 1500 x 300 WIDECUT-OUT IN FLOOR.

S S

OS OS

OS OS

DG SET-1500 KVA

DG SET-2500 KVA

DG SET-3500 KVA

DG SET-4500 KVA25

001000

1500

2500

1500

2500

1500

2500

1311

7000 2000

3700

3700 3000 3700

1 x 28W, T5 BOX TYPE LIGHT FITTING WITH REEDED ACRYLIC COVER

2 x 10W, CFL DOWN LIGHT WITH LENSE

6W, LED SPOT LIGHT FITTING

DIMMER CONTROL UNIT @ 1350mm

1 x 11W, CFL EXIT / SIGNAGE LIGHT FITTING.

6A, ONE WAY SWITCH

300W, FAN REGULATOR WITH 6A, SWITCH

OCCUPANCY SENSOR

FLOOR BURIED 35W, METAL HALIDE LIGHT FITTING.

2 x 28W, T5 LAMP LIGHT FITTING WITH ACRYLIC COVER

DECORATIVE WALL BRACKET LIGHT FITTING.

A

2 x 26W, CFL RECESSED DOWN LIGHT FITTING

D

EXIT

50W, HALOGEN LAMP TRACK LIGHT FITTING.

2 x 28W, T5 BOX TYPE LIGHT FITTING WITH REEDED ACRYLIC COVER

RECESSED NARROW BEAM DOWNLIGHT.

2 x 26W, CFL RECESSED DOWN LIGHT FITTING WITH DROP GLASS

S SMOKE DETECTOR.

BREAK-GLASS UNIT WITH HOOTER ABOVE.BG

HEAT DETECTOR.H

WEATHER PROOF JUNCTION BOX.W/P JB

COVE LIGHT

8' LONG SLIT LIGHTS (XAL)

35W, METAL HALIDE BOLLARD, 900mm HIGH.

RECESSED STEP LIGHT

CIRCULAR WALL RECESSED LIGHT FITTING.

CLUSTER PENDENT LIGHT FITTING.

DOUBLE FOCUS METAL HALID LIGHT FITTING.

35W, METAL HALID.

INCSECT-O-CUTTER.

OS

TENDER ITEM NosSYMBOL DESCRIPTION

LEGEND

NSR 3.2.1

NSR 3.2.4

NSR 3.1.10

NSR 3.1.1

NSR 3.1.5

NSR 3.1.12

NSR 3.1.13

NSR 3.1.11

NSR 3.1.34

NSR 3.1.3

NSR 5.3.1

NSR 5.3.5

NSR 5.3.8

NSR 3.1.16

NSR 3.1

NSR 3.1.15

NSR 3.1.18

NSR 3.1.6

NSR 3.1.21

NSR 3.1.30

NSR 3.1.14

NSR 3.1.22

NSR 6.3

NSR 6.1 & 6.2

NSR 5.3.9

NSR 3.1.29

NSR 3.1.25

NSR 3.1.17

NSR 3.1.23

NSR 6.4

Page 162: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT
Page 163: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT
Page 164: PONDICHERRY UNIVERSITY PUDUCHERRY TENDER AND CONTRACT DOCUMENT