tender document tender no.: dli/con/626/376 · pdf filewhich have to be paid for the entire...

48
AN ISO 9001, 14001 & 18001 COMPANY TENDER DOCUMENT TENDER No.: DLI/CON/626/376 FOR CENTRAL AGRICULTURAL UNIVERSITY VOLUME – II ADDITIONAL CONDITIONS OF CONTRACT & Technical Specification for Civil works, Plumbing, Sanitary, Drainage and Electrical works & DRAWINGS CONSTRUCTION OF RICE PROCESSING PLANT FOR PROPOSED COLLEGE OF AGRICULTURAL ENGINEERING AND POST HARVEST TECHNOLOGY AT RANIPOOL, SIKKIM

Upload: dinhxuyen

Post on 15-Feb-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

AN ISO 9001, 14001 & 18001 COMPANY

TENDER DOCUMENT

TENDER No.: DLI/CON/626/376

FOR

CENTRAL AGRICULTURAL UNIVERSITY

VOLUME – II

ADDITIONAL CONDITIONS OF CONTRACT

& Technical Specification for Civil works, Plumbing,

Sanitary, Drainage and Electrical works

&

DRAWINGS

CONSTRUCTION OF RICE PROCESSING PLANT FOR

PROPOSED COLLEGE OF AGRICULTURAL ENGINEERING AND POST HARVEST TECHNOLOGY AT RANIPOOL,

SIKKIM

Page 2: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

ADDITIONAL CONDITIONS OF CONTRACT (ACC)

1.0 The following Additional Conditions of Contract (ACC) shall be read in conjunction with General Conditions of Contract (GCC). If there are any provisions in these Additional Conditions of Contract which are at variance with the provisions of General Conditions of Contract, the provisions in these Additional Condition of Contract shall take precedence.

2.0 INTRODUCTION

Central Agricultural University (CAU), Imphal has decided to construct Rice Processing Plant for Proposed College of Agricultural Engineering and Post Harvest Technology at Ranipool, Sikkim..

3.0 SCOPE OF WORK

The brief scope of work included in this contract shall include (but not limited to ) Civil, Structural, Plumbing, Electrical works for construction of structures/ buildings for Rice Processing Plant for Proposed College of Agricultural Engineering and Post Harvest Technology at Ranipool, Sikkim.

The work is to be carried out item rate basis as per bill of quantities and tender conditions.

The Construction of the College of Agricultural Engineering & Post Harvest Technology at Ranipool (Marchak), Sikkim commenced during Xth Plan on a plot area of 4.4027 Hectares.

SPECIFICATIONS:

The work shall be carried out as per CPWD specifications 2009, Vol. I & Vol. II in general & revised / updated specifications [as per office memorandum no:- 62/SE(S&S)/EE-II/AE-I/PAR/05-06/01 dated 2.1.2006 and also according to the upgraded/revised specification as approved/instructed by the competent authority of Central Agricultural University.

4.0 QUALIFICATION OF TENDERERS

To be eligible for this tender the bidders should fulfill the requirements for eligibility as mentioned in the Notice Inviting Tender (NIT) and should submit detailed data and credentials set out in Cl. 19.0 of IIT (Vol.-I) of the Tender. The Tenderers are required to fulfill all the eligibility criteria as stipulated in NIT and elsewhere in the tender documents. The price bid of Tenderers who fulfill the eligibility criteria as per evaluation of EPI shall only be opened. The decision of EPI in this regard shall be final & binding on the Tenderers.

5.0 DISQUALIFICATION

The tenderers may note that they are liable to be disqualified and not considered for the opening of Price Bid, if.

Page 3: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

a) Representation in the forms, statements and attachments submitted in the pre-qualification document are provided to be incorrect, false and misleading.

b) They have record of poor performance during the past 10 years such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the contractor, not properly completing the work, inordinate delay in completion, consistent history of litigation / arbitration awarded against the contractor or any of its constituents or financial failures due to bankruptcy etc. in their ongoing/ past projects.

c) They have submitted incompletely filled in formats without attaching certified supporting documents and credentials to establish their eligibility to participate in the Tender.

d) If the tenderers attempt to influence any member of the selection committee, EPI reserves its right to take appropriate action including disqualification of Tenderer(s) as may be deemed fit and proper by EPI at any time without giving any notice to the Contractor in this regard. The decision of EPI in the matter of disqualification shall be final and binding on the Tenderers.

6.0 a) The set of tender documents shall also contain tender drawings. The tender drawings shall be signed and stamped by the Tenderers and to be submitted along with the tender and shall form part of agreement.

b) The tenderer who have downloaded the tender documents from EPI’s website shall also submit one set of hard copy of tender documents along with set of tender drawings duly signed and stamped by the tenderer and shall form part of agreement.

7.0 The work in general shall be carried out as per the Technical Specification (enclosed) to be read in conjunction with Specifications described under Bill of Quantities.

8.0 Financing / Bank Charges for guarantees to be furnished to client by EPI which have to be paid for the entire contract as a whole shall be borne by the contractor in proportion to its value of contract. In case the contractor does not require mobilization advance (if payable by the client as per terms of contract) from EPI for its portion of work, the contractor shall not have to share guarantee charges for mobilization advance.

Page 4: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

9.0 In case the project execution is delayed beyond the contractual scheduled completion period due to reason attributable to the contractors, the staff and site office expenses of EPI for extended period shall be paid by the contractor to EPI at the rate of Rs. 1.00 lakh per month. This shall be in addition to the Liquidated Damages/ Compensation for delay/ Penalties etc. if any, leviable to the contractor.

10.0 TAXES & DUTIES:

The clause no.13.1, 13.2, 13.4, 13.5 and 13.6 of GCC shall be read amended to the extent as mentioned below:

The rates quoted by the contractor are exclusive of Sales Tax / VAT. This shall be reimbursed to the contractor as actual against documentary evidence. All other taxes and duties such as Excise duty, Octroi, Customs duty, Royalty, Toll Tax, Cess, Labour cess etc., are included in the rates quoted by the contractor.

11.0 FACILITIES TO BE PROVIDED BY PARTY TO EPI:

The clause no.28.3 of GCC of EPI regarding furnished office accommodation & mobility and communication to be provided to EPI by contractor –STAND DELETED

12.0 PLANT & MACHINERY

All plant & machinery required for the execution of work shall have to be arranged by the contractor at his own cost. However, the contractor has to deploy following minimum plant & machinery at site immediately after award of work:

Sl. No.

Description Minimum numbers required

1 Digital theodolite & auto level One

2 Leveling Instrument One

3 Vibrators (Petrol/ Electrical) Five

4 Needles of Vibrator Ten

5 Concrete Mixer of capacity 14/10 with

mechanically operated hopper

Four

5 Weigh Batch Concrete Mixers One

6 Piling Equipment As per requirement

Page 5: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

7 DG Set (250 KVA) One

8. Tripper / Dumper Two

9. Hydraulic Excavator One

Note:

a) Any other equipment for site test as outlined in CPWD/BIS specification and as directed by the Engineer-in-charge.

b) The quantities of equipments indicated are tentative and can be increased as per the requirement of work or as per the direction of Engineer-in-charge. The above equipment list is indicative and not complete. The contractor has to deploy all the required equipments to complete all the works within stipulated specifications & time period as per contract documents.

c) The contractor will not be allowed to take out equipment from the site without the written permission of Engineer-in-charge.

13.0 The final bill will be submitted by the contractor within 90 days from the date of acceptance of completion of work accompanied by the following documents.

a) Completion certificate issued by the Engineer-in-charge specifying the handing over of the work including list of inventories (fittings & fixtures).

b) Computerized stage wise payment schedule.

c) No claim certificate by the contractor.

d) No claim certificate from the sub-agencies/ vendors engaged by the contractor.

e) Detail required for preparing as built drawings.

f) Periodical services and measurement books.

g) Drawings for layout of underground cables and details showing location of sluice valves, Electric cables joints etc.

Page 6: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

h) All operation and maintenance manuals.

i) All statutory approvals from various state / central govt. local bodies, if required for completion & handing over of the work as included in scope of Contractor.

j) Manufacture’s guarantee of various machines/ equipments installed as part of works.

14.0 It will be the sole responsibility of the contractor to obtain all statutory approvals/compliance required for construction / implementation of the projects including right of wet forest clearance, and completion clearance from all the relevant statutory bodies for plumbing, sewerage sanitary, PHE woks, electrical work etc. and for all other services as included in the scope of contractor from the concerned department as required within the stipulated time. Liaison work on behalf of EPI/with the local bodies will also have to be done by the contractor. Nothing extra other than the statutory fees as deposited by the contractor to such statutory bodies/ departments shall be paid to the contractor on the account.

15.0 The contractor shall be responsible for all protection of sanitary water supply, electricity fittings and fixtures against pilferage breakage during period of installation until the completion and handing over to EPI.

16.0 The contractor, if not already registered with EPI, shall be required to get registered with EPI after furnishing the required information as required in the prescribed form of registration and on submitting the required registration fee.

17.0 The quantities mentioned in the Bill of Quantities are indicative only and may vary to any extent. Payment shall be made to the contractor on the basis of actual quantity of work done at site.

18.0 The contractor shall be required to make at his costs a necessary safety arrangement at site including as mentioned in the GCC and keep EPI indemnified against all consequences arising out of accidents, if any at the work site.

19.0 The work of water proofing wherever shown in the construction drawings or asked by EIC shall be got executed only through the authorized application of the manufacturers and the guarantee for the same shall be furnished in the name of EPI/ owner for a period of ten years after the expiry of defect liability period as per the prescribed format given in GCC.

Page 7: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

20.0 EPI is awarding this contract on behalf of Central Agricultural University (CAU), the owner. In case M/s EPI ceases to exist in the project in turnkey plus cost basis works, the right and responsibility etc. of EPI in the contract shall get transferred to CAU of their nominated agency (ies).

21.0 COMPLETION AND TAKING OVER

As soon as the project is finally completed, the Contractor shall inform EPI and CAU/EPI shall nominate a committee of officers to inspect the completed works.

A final certificate of rectification of all defects pointed out by the handing / taking over board detailed by CAU/EPI and / or during defect liability period shall be obtained from CAU prior to releasing of the Security Deposit by EPI.

22.0 ARBITRATION

22.1 Clause No. 76.1 along with note

Deleted – There shall be no Arbitration Clause for this Contract except between Central Public Sector Undertakings inter se / Government of India Departments / Ministries as mentioned in the Clause No. 76.2 of General Conditions of Contract (GCC).

23.0 CONCRETING

The concreting shall be machine mixed and machine batched with equipment as approved by Engineer-in-Charge. The Contractor may opt to use Ready Mixed Concrete of repute after obtaining prior written approval from the Engineer-in-Charge.

24.0 BRICK WORK

24.1 The bricks should me minimum class designation 75 conforming to IS: 1077: 1992.

24.2 The brick work for all external walls should be done from outside. The rigid scaffolding of MS pipe and the supports shall be sound and strong, with horizontal MS pipes. The Contractor shall be responsible for providing and maintaining sufficiently strong scaffolding so as to withstand all loads likely to come upon it. Due care shall be taken by the Contractor to ensure the execution of brick masonry walls in plumbs from outside. The Contractor shall arrange sufficient quantity of scaffolding for this purpose so as to complete the project within stipulated time.

Page 8: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

24.3 All brick works shall be with the bricks of specified grade & source as approved by Engineer-in-Charge and no efflorescence due to salt peter shall be allowed. The Contractor shall have to give proper treatment in any such case and nothing extra shall be payable and the rates quoted shall be all inclusive.

25.0 CENTERING & SHUTTERING

25.1 Centering & shuttering works for columns shall be made out of laminated shuttering plywood of minimum 12 mm thickness as per BIS, with angle iron frame. The staging system shall be got approved from the Engineer-in-Charge.

25.2 The shuttering used for wall, beam etc. shall be of laminated shuttering plywood as per BIS. The support system shall be integrated with the slab. For slabs in case plywood shutters are not used, welded steel plates will be allowed to be placed in uniform pattern. The thickness of plates and pattern to be got approved from the Engineer-in-Charge.

25.3 All joints in the shuttering i.e. plate to plate etc. shall have to be sealed with adhesive / foam, to ensure water tightness of the form work.

25.4 All shuttering joints in the slab, beams and wall etc. shall be treated with tape of required width to make it water tight.

26.0 GENERAL

26.1 Plumbing and Sanitary work to be executed by licensed plumber and the plumbing scheme drawing to be got approved from statutory authorities through the appointed licensed plumber without any extra cost the agency shall have to submit the valid license of plumbers before starting the work.

26.2 The contractor shall be responsible for all protection of sanitary water supply electrical fittings & fixtures against pilferage breakage during period of installation until the completion of work and handed over to EPI/Client.

26.3 Welding wherever required in the work like in grill railing etc shall be done in full length of the contract area and grinding shall be done properly to get an even surface SFRC covers for manholes etc. shall have year of manufacturer as engraved.

26.4 The electrical works shall be executed only through licensed electrician and the agency shall have to submit the valid license of electricians before starting the work.

Page 9: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

26.5 The Tenderers shall make necessary safety arrangement at site including as mentioned in GCC and indemnity EPI against any consequence of accident at site.

26.6 Bidder shall make it’s own arrangement for water and electricity at his own cost.

26.7 In the event of breakdown of any equipment the contractor should immediately mobilize replacement of the said equipment.

27.0 It will be ensured by the contractor that no work, beyond the scope of work mentioned in the tender document is executed without prior permission of Engineer-in-charge of EPI. Cost of any such work if executed without prior sanction for execution will be borne by the contractor only and EPI will have no obligation whatsoever.

28.0 COMPLETION SCHEDULE

Sl. No.

Period from the date of Start

Description of work to be completed during the period specified under column no.2

1 2 3 1. From the date of

start up to the end of 1th month

Ground leveling filling, soil compaction/stabilization etc

2. From the start of 2th month to the end of 3th months

RCC structure of the building up to Roof..

3. From the start of 4th month to the end of 5th month

Finishing work, Roofing, plumbing sanitary fittings including sanitary wares, internal electrification, internal water supply fittings, plinth protection etc.

4. From the start of 5th month to the end of 6th month

Completion of painting, whitewashing, distempering, site clearance, testing & commissioning and handling over of the building/project

29. Only approved type/make of Specified Cement to be used. In case of use of other type/makes of cement in exceptional circumstances, that too after prior written approval of Engineer in Charge of EPI/ Client, the recovery at prevailing market rates shall be made.

Page 10: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

30. Bidder has to provide qualified/technical staff as per table given below:

Cost of work( Rs in lakhs)

Contract period

Requirement of technical staff

Minimum experience

designation

50 to 200 06 months Graduate Engineer

01 Nil Principal technical representative

Rate of recovery in case of non compliance of above clause: Rs 10,000 per month

against Graduate engineer.

31. MODIFICATIONS OF CLAUSE NO.76.0 OF GENERAL CONDITIONS OF CONTRACT (GCC)

31.1 CLAUSE NO.76.1 OF GCC: DELETED

31.2 CLAUSE NO.76.2: ARBITRATION BETWEEN CENTRAL PUBLIC SECTOR ENTERPRISES INTER SE/GOVERNMENT OF INDIA DEPARTMENTS/ MINISTRIES

i) In the event of any dispute or difference to the interpretation and application of the provisions of the contract, such dispute or difference shall be referred by either party to the arbitration as per the instructions Office Memorandum/ Circulars) issued by Govt. of India from time to time with regard to arbitration between one Government Department and another, one Government and a Public Sector Enterprise and Public Sector Enterprise inter se.

Subject to any amendment that may be carried out by the Government of India from time to time, the procedure to be followed in the arbitration shall be as is contained in D.O. No.DPE/4 (10/2001-PMA-GL-1 dated 22.01.2004 of Department of Public Enterprises, Ministry of Heavy Industries and Public Enterprises, Government of India or any modification issued in this regard

Page 11: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 1

TECHNICAL SPECIFICATION 1.0 General 1.01 These specifications shall be read in conjunction with the tender drawings and

other documents forming part of this tender and the specifications, methodology of construction, tests and mode of measurements for the item of works described at “Bill of Quantities” shall be in accordance with latest C.P.W.D specifications updated with the correction slips issued upto the last date of the submission of the Tender. All Electrical installations shall comply with the requirements of IEE Wiring Regulation, Indian Standard Code of Practice, Indian electricity Rules 1956 and Indian electricity Act 1910 as amended upto date and regulations and requirements of the Local Electricity Supply Authority and such other statutory bodies as far as they become applicable to installations.

Unless otherwise specified in the nomenclature of individual item or in the

specifications, the entire work shall be carried out as per the specifications of rules and regulations stated above. The contractor shall be responsible for ensuring quality assurance and control in all respects including mandatory and other tests as spelt out in the Specifications or rules and regulations stated above and also performance (final) tests of complete items of works as applicable. He shall also provide the requisite supervisory staff and engineers at work site for effective supervision and quality assurance work.

1.02 For the item not covered under specifications or rules and regulations mentioned

above, the work shall be executed as per latest relevant standards / codes published by B.I.S. (formerly ISI) inclusive of all amendments issued thereto or revision thereof, if any.

1.03 In case of BIS (formerly ISI) codes/ specifications are not available, the decision

of the Engineer-in-charge (EIC) based on acceptable sound engineering practice and local usage shall be final and binding on the contractor.

1.04 The rates of different items of work shall be for all heights, lifts, leads and depths

of the work except where otherwise specified in the item of work or in ACC/GCC appended with the tender.

1.05 The work shall be carried out in accordance with the architectural, structural

drawings. The drawings shall have to be properly co-related before executing the work. In case of any difference notice between the drawings, final decision, in writing of the EIC shall be obtained by the contractor. For items, where so required, samples shall be prepared before starting the particular items or work for prior approval of the EIC and nothing extra shall be payable on the account.

Page 12: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 2

1.06 The rates for conduiting and wiring for telephone system shall include all necessary specials and fittings inspection, junction and outlet boxes as required 3/5 mm thick Hylam sheet covers for inspection & junction boxes, all fixing accessories such as clips, nails screws etc. 2 mm dia G.I. pull wires in conduit work, providing and fixing approved saddle, hooks, embedding conduits and accessories in walls, floors etc. during construction and / or cutting chases and making good as necessary in case of concealed conduit work, painting all inspection, junction and outlet boxes painting of Hylam sheet cover from inside to suit colour of the surrounding walls, ferruling of the telephone cables/wires with PVC ferrules on both ends supply and fabrication of Ms outlet box with 1.6mm thick sheet for exposed work and concealed work, providing and fixing deep junction boxes with 3mm thick Hylam sheet cover. Junction boxes shall be made from 1.6mm thick sheet steel for exposed and concealed work. All MS outlet boxes shall be 55 m deep. Not more than 9 pair of different size or 10 single pair of telephone wire shall be allowed in 19mm dia conduit and not more than 15 pair single wire of telephone wire shall be allowed in 25mm dia conduit.

1.07 All materials to be used on works shall be from any other makes/manufacturers

listed at the ‘List of preferred makes’ or Bill of Quantities in case the materials of makes mentioned in the said list are not used due to non-availability or of makes not appearing in the tender documents the materials used shall bear IS Certification Mark or conform to Specifications and rules and regulations applicable in this contract.

In such cases the Engineer-in-Charge or his authorized representative shall

satisfy himself about the quality of such materials and give his approval in writing. Only articles classified as “First Quality” by the manufacturers shall be used unless otherwise specified. All materials not having IS marking shall be tested as per provisions of the mandatory Tests in the Specifications or rules and regulations mentioned herein before and the relevant IS specification. The Engineer-in-Charge may relax the condition regarding testing if the quantity of materials required for the work is small. In all such cases of use of IS certified materials, proper proof of procurement of materials from authentic manufacturers shall be provided by the contractor to the satisfaction of Engineer.

1.08 For all R.C.C works grade of cement used shall be either Portland pozzoluna

Cement (PCC) as per IS : 1489 or ordinary Portland Cement (OPC) as per IS : 8112. However, for other works involving cement lime brick masonry, CRM. RRM use of Portland slag cement as per IS 495 may be allowed. The contractor shall get design mix for graded RCC with type of cement and aggregates he intends to use done in a laboratory duly approved by CAU/EPI and shall submit the results to the Engineer-in-Charge for his approval. The cost of such tests is included in the rates quoted by the contractor. The concreting shall be machine mixed with equipment as approved by Engineer-in-Charge. However, the contractor may opt to use Ready Mixed Concrete of repute after obtaining prior approval from the Engineer-in-Charge (EIC).

Page 13: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 3

1.09 Unless otherwise specified in the bill of quantities, the rates for all items of work shall be considered as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include water encounter from any source such as rains, floods, and water table being high due to any other causes whatsoever.

1.10 Any cement slurry added over base surface or for continuation of concreting for

bound is added its cost is deemed to have in built in the items unless otherwise / explicitly stated and nothing extra, shall be payable or extra cement considered with consumption on this account.

1.11 The rate of all items in which the use of cement is involved is inclusive of

charges for curing. 1.12 Thermo mechanically treated bars conforming to IS: 1786 from approved

manufacturers from enclosed list of preferred makes shall be used as reinforced steel. The other provisions of clauses 45.2 of GCC shall remain unaltered.

1.13 The rate quoted for all brick/ concrete work shall be deemed to include making

opening and making good these with the same specifications as shown in drawings and / or directed. No extra payment shall be made to the contractor on this account.

1.14 Rates for all concrete / plaster work shall include for making drip course

moulding, grooves etc. wherever required and nothing extra shall be paid for the same unless otherwise specified in the Bill of Quantities payable to the contractor.

1.15 Plans and drawings attached with the tender documents are for the purpose of

tender only, giving the tenderer a general idea of the nature and the extent of works to be executed. The rates payable to the contractor shall be deemed to be for the execution of works taking into account the “Design Aspect” of the items and in accordance with the “Construction Drawings” required for actual execution of the work to be furnished to the contractor in phases during the progress of the work.

1.16 The quoted rate shall be for finished items and shall be complete in all respects

including the cost of all materials, labour, supervision, tools and plants (T&P), tests, testing equipment / facilities machinery etc. and any other items required but not mentioned here involved in the operations. EPI shall not be supplying any material, labour, plant etc. unless explicitly mentioned so.

1.17 The rate given shall be for finished items and shall be complete in all respects

including the cost of all materials, labour, supervision, plant and machinery tests, testing equipment/facilities machinery etc. To the extent mentioned in the NIT document forming part of this tender/contract.

Page 14: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 4

1.18 Copies of all plans, drawings relating to works shall be kept and maintained duly laminated by the contractor at his office at site. Similarly documents and specifications governing the technical conditions of works shall be kept and maintained in neat and legible condition by the contractor at his office at site. All these drawings and documents shall be made available to the Engineer-in-Charge for his representative his inspection for reference at any time during execution of work.

1.19 Within 14 (fourteen) days of the occurrence of any act, event or omission

which, in the opinion of the contractor, is likely to lead to delay in the commencement or completion of any particular works or operations or the entire work at any job sites and as much it would entitle the contractor for an extension of the completion time specified in the work order, the contractor shall inform the Engineer-in-Charge in writing of the occurrence of the act, event or omission and the date of commencement of such occurrence. Thereafter, if even upon the cessation of such act or even of the fulfillment of the omission, the contractor is of the opinion that an extension of the completion time specified in the work order relative to any particular operations or items of work of the entire work at any job site is necessary, the contractor shall within 14 (fourteen) days after the cessation or fulfillment as aforesaid make a written request to the Engineer-in-Charge as per the prescribed format for extension of the completion time including in such a request for which extension is sought Engineer-in-Charge may at any time prior to or upon completion of work may give a fair and reasonable extension of completion time commensurate to the period of extension granted by CAU. The opinion of decision of the Engineer-in-Charge in this behalf and extension of completion time, shall be final and binding upon the contractor.

1.20 Notwithstanding the provisions of clause 1.19 hereof, non-application by the

successful tenderer for extension of completion time shall not be a bar for giving a fair and reasonable extension by the Engineer-in-Charge. If CAU on being satisfied of the existence of any grounds justifying the delay / extension extend the completion time of the work as CAU may consider necessary, Engineer-in-Charge may at his discretion grant a suitable and reasonable extension of completion time, the decision / opinion of the Engineer-in-Charge in this behalf shall be final and binding upon the contractor. However, the contractor shall be required to render accessory assistance in this regard, as and when required to the Engineer-in-Charge.

02. Labour, materials, Equipment & Supplies The contractor shall be required to make his own arrangement of water and

electricity required by him for carrying out the works under his scope, EPI shall neither have any liability nor entertain any claim of the contractor in this respect. In case supply of water or power is arranged by the owner (i.e CAU) at the request of the contractor, the payment for the same shall be made by him to the owner at the rates as prescribed by CAU. However, providing of such facility shall be at the sole discretion of the owner and shall not constitute any right of the contractor.

Page 15: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 5

All materials provided by the contractor for use in the project shall be new, unused and strictly in accordance with the drawings / technical specifications / makes as specified.

The contractor shall furnish and pay for all supervision, labour, tools, supplies,

visit to the office of EPI/CAU at site and also in Guwahati/Imphal, construction equipment, construction materials, T&P, testing equipment, tests to the extent mentioned at relevant places, scaffolding and staging materials etc. Cost of these are included in the rates / prices quoted by the contractor and EPI shall not entertain any claim whatsoever for any error or omission on part of the contractor.

The contractor shall also be required to do liaison/coordination with the architect

/consultant regarding interpretation of technical data /drawings and the structures during construction. He may also be required to arrange two to three visits of the architect/consultant (or his representative) to the work site at his cost for establishing a smooth co-ordination. The contractor’s rates shall be deemed to be inclusive of such expenses.

03 The contractor shall maintain a site order book at site and shall maintain good

harmony and cordial relationship at the work site. All incidental expenses on these accounts shall be borne by him.

04 Inspection and Testing of materials 04.01 EPI/CAU shall be entitled at all t imes at the risk of contractor to inspect and /

or test by itself or through and independent persons or agencies appointed by EPI/CAU and /or to direct him to inspect and / or test all materials, items and components whatsoever supplied or proposed for supply for incorporation in the works inclusive during the course of manufacture or fabrication by him and / or his work or otherwise, of such material, item or component. The inspection and / or tests shall be conducted at the expenses of the contractor, and if conducted by the contractor, to be conducted by agencies nominated by the owner and / or in the presence of a witnesses or agencies nominated by the owner shall be reimbursed to him against documentary evidence.

04.02 Where the manufacture /fabrication of any material, item or component

intended for incorporation in this work is being done by any persons other than the contractor and / or in the premises / workshop (wherever situated) of any person other than the contractor, the successful tenderer shall procure and arrange for the inspection and / or tests thereof with such other persons and shall provide the owner and / or its agents every facili ty and assistance necessary for the inspection and / or tests.

Page 16: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 6

04.03 The contractor shall also on receipt of intimation of any communication of any inspection or tests by the owner or any agencies nominated by the owner in his behalf, present himself or his authorized representative at the place of inspection and / or testing to receive any orders or instructions consequent thereto as shall be necessary.

04.04 The contractor shall furnish to the Site Engineer for approval when

requested, or as requested by the specification or other contract documents, adequate samples of all materials and finishes intended for incorporation in the works, such samples to be submitted before the work is commenced permitting sufficient time for tests / examinations thereof of the owner. All materials furnished and finishes incorporated in the work shall conform to the approved samples in all respect.

04.05 The Engineer-in-Charge /Site Engineer shall be entitled to reject at any time and

defective material, items or component (including specially manufactured or fabricated items and components) supplied by the contractor for incorporation in the works notwithstanding previous inspection and or testing thereof by or on behalf of CAU/EPI without rejection and notwithstanding previous approval thereof by or on behalf of the owner (the decision of the Site Engineer as to any defect as aforesaid being final and binding upon the contractor) and upon such rejection the contractor shall either perform such work or improvement thereon or in respect thereof as shall be necessary to bring the material items / component to the requisite standard, or shall if so required by the Site Engineer (whose decision in this behalf shall be final) remove the rejected material / item / component from the job site within the time specified by the site Engineer and replace it at his own cost and expense (without additional remuneration or compensation in respect thereof) with materials / items components approved by the Site Engineer / Engineer-in-Charge.

04.06 The contractor shall also provide and keep at all time during the progress of the

work and maintenance period, proper means of access to the works and every part thereof by means of ladders, gangways etc. and necessary attendance to move and setup the same as directed by the Site Engineer for inspection or measurement of the works.

04.07 Should the contractor fail to comply with any of the provisions relative to

inspection and / or testing of the works, the Site Engineer shall in his absolute discretion be entitled to remove / dismantle and / or uncover, as the case may be, at the risk and cost of contractor for test and examination any structure, material or component thereof installed, erected or put up by the contractor and to conduct or have conducted the tests and / or examination at the risk and cost of the contractor. In such event the contractor shall also bear the risk and costs of replacement, reinstallation or re-erection of the concerned structure / material / component, as the case may be.

Page 17: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 7

04.08 Notwithstanding anything provided in the foregoing clauses hereof, the contractor shall be and remain l iable at his own cost and init iative to conduct all test at all relevant times during supply, erection and instal lat ion of any works, structure material or component as shall be required in terms of contract documents or by the Engineer-in-Charge or Site Engineer. Such tests shall be conducted through agencies or laboratories specified or approved by the Engineer-in-Charge or Site Engineer in this behalf or in the f ield laboratory to be set up by the contractor at his cost at the work site as required under CPWD specifications. The cost of laboratory charges for conducting such tests other than the field laboratory shall be reimbursed to the contractor.

04.09 Should the Site Engineer on inspection or test be not satisfied with the

quality or workmanship or any work, structure, materials or component (the decision of the Site Engineer being f inal in this behalf) the contractor shall re-perform, replace, re-install and / or re-erect, as the case may be, such work, structure, material or component and no such rejected work structure, permission of the Site Engineer, and the provisions of clause 04.11 hereof shall apply to default by the contractor of the provisions of this clause.

04.10 Notwithstanding anything provided in foregoing clauses hereof and

notwithstanding that the Site Engineer and / or his representative has inspected, tested and / or approved may particular work structure, material or component, such inspection, test or approval shall not absolve contractor of his full responsibil i ty under the contract inclusive of and relative to specif ication fulfi l lments and performance guarantee and said inspection and test procedure being intended basically for satisfaction of owner that prima facie the erection done and / or material and equipment supplied for incorporation in the work is in order.

04.11 Should the contractor fail to re-perform, replace, re-install and / or re-erect, as

the case may be, any work, structure, material or component rejected or found defective in terms of clause 04.09 hereof within such period as the Engineer-in-Charge may specify by written notice to the contractor in this behalf, the contractor shall be deemed to be in breach of contract within the provisions of contract and EPI/CAU shall be entitled (without prejudice to any other right or remedy available to them) upon expiry of the period specified in said notice, demolish and / or remove the rejected / defective work, structure, material or component and re-perform, replace, re-install and / or re-erect, as the case may be, the same by itself or through other agency at the risk and cost of the contractor in all respects, and recover the costs incurred by the owner in this behalf together with a supervision charge of 15% (fifteen percent) through admissible to EPI and EPI shall be entitled (without prejudice to any other mode of recovery) to deduct the same from the Running Account / Final Bills of the contractor or any monies becoming due to the contractor from time to time, and the decision of the Engineer-in-Charge as to the costs incurred this as aforesaid shall be final and binding upon the contractor.

Page 18: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 8

4.12 The instruments and gadgets made use of by the successful tenderer such as measuring tapes, cube testing machine, theodolites shall be duly calibrated valid till completion of works including final testing.

05 Final Tests & Possession of Works 05.01 As soon the works have been completed in all respects to the satisfaction of the

Site Engineer, Final Tests of the works shall be undertaken by the contractor at his risks and costs or the contractor in the presence of the Site Engineer or his authorized representative. EPI/CAU may at its discretion permit final Test piecemeal in respect of particular parts or groups of the works or in respect of particular job site (s) involved.

05.02 If during Final Tests or prior there to any defects in the in any work performed or

structure or component installed / erected or in any installations / erection or material, or other items incorporated in the works is / are noticed, the contractor shall forthwith remove and / or demolish the same and re-replace, re-install and re-erect the same and otherwise and do and provide whatever is necessary to be done or provide to correct repair, and / or rectify the defects to the satisfaction of the Site Engineer and CAU. If the defects be discovered during the Final Tests, the contractor shall thereafter repeat the Final Tests or such of them as may be required to be repeated, and soon until successful conclusion of Final Test as aforesaid without defect in respect of the entire works.

05.03 Should the contractor fail to correct, repair or rectify any defects as aforesaid,

the provision of clause 04.11 hereof shall mutatis mutandis apply as for defects under clause 04.09.

Page 19: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 9

LIST OF PREFERRED MAKES

A. CIVIL & STRUCTURAL WORKS

Sl. No.

Items Preferred Makes

01 Doors & Window Fixtures / Fittings

Everite / Godrej / Hardima

02 Door Closer / Floor spring

Doorking/Everit/hardwya

03 Aluminium Sections Indal/bhoruka/Hindalco/Century/Jindal 04 Laminates Formica, Decolam, Century, Marino 05 Synthetic Enamal

Paints Berger / Asian / ICI / Nerolac

06 Oil Bound Distemper / Dry Distemper

Asian (Tractor)/ Berger (Bison) / Nerolac / ICI

07 Cement Paint Snowcem/Berger/ICI/Nerolac/Nerocem with Titanium / Choksey/Asian

08 Plastic Emulsion paint ICI/Asian/Nerolac/Berger 09 Other Paints/Primers ICI/Asian/berger/Nerolac 10 Cement Ultratech

/Acc/JK/Grasim/Birla/Lafarge/Star/Topcem Or any other Brank conforming to the Latest BIS Specification Appd by EIC.

11 Reinforcement Steel Sail/Tisoc/Rinl/Kamdhenu/Tiger/Super/Gil/Or any other brand conforming to the Latest BIS specification APPD by EIC.

12 Glass mosaic Tiles Mridu Group-II/Bisazza/MMG Tiles 13 Back-up Rod Supreme Industries or Equivalent 14 Polysulphide Sealant Pidilite/Fosroc/Asian paints/Vamiseal GP 15 Granite Grey Sadar hali Variety 16 False Ceilings Armstrong/interarch/USG/India Gypsum 17 Sunken portion

Treatment /Water Proofing Compound

Choskey/Roffe/Krytone/Perma/Sika/CICO or Equivalent as approved by EIC.

18 Admixtures for Concrete

CICO/VAM Organics/ Roffe/ PIDILITE/ CICI/ Fosroc / Chemistick / MBT/DEGUSSA

19 Expoxy paint Nerolac or Equivalent 20 Ceramic Tiles Johnson/Somany/kajaria/nitco/Angel

orient/Spartek/Glory 21 Pre-laminated particle

board Novaan/Greenlame

22 Door Shutters Century/kitply/Woodcraft/Goyaal/Alpro 23 Silicon Sealant Choskey/Roffe 24 Glazed Tiles Somany/Johnson/As per bill of quantities

Page 20: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 10

25 PVC water stops pipes

Supreme or Equivalent

26 White cement Birla white/JK 27 Texture paint

a) Interior b) Exterior

Berger, Spectrum or Equivalent Trowel finish or equivalent Trowel finish or equivalent

28 Powder Coating Material

Jotun, Berger, Goodlass Nerolac

29 Masking Tapes Suncontrol, Wonder polymer 30 Stainless Steel

Screws for Fabrication and Fixing of Windows

Kundan, Puja, Atul

31 Proposed Treatment on MS brackets

Galvanised brackets As per IS 4759 – 1996 610 gms /sqm (microns) 80-90

32 Dash Fasteners Hilti / Fischer 33 Stainless Steel bolts,

Washers and Nuts Kundan / Puja / Atul

34 Stainless Steel pressure late Screws

Kundan / Puja / Atul

35 Stainless Steel Friction Stay

Earl Bihari

36 E.P.D.M. Gaskets Roop / Anand 37 Water Silicon Dow Coming / Wacket / GE 38 Strucural Silicon at

butt Joints -do-

39 PVC Continous Fillet for periphery packing of Glazings / Curtain Wall

Roop / Anand / Forex Plastic

40 Floor Springs Dooking / Opel 41 Aluminium Composite

Panel Alucobond / Alpolic / Alucomat / Aluco Panel

42 Aluminium Cleat Arrangement for Glazings

Samples to be got approved

43 Injection Grouting Overseas Water proofing Corporation or equivalent

44 Curtain Wall Ajit India, ECIL, Alkama 45 6mm thick Classic

Dark blue heat Reflective Glass

Glaverbel / Glavermas / Saint Gobain

46 Door Locks ACME, Godrej, Everite, Golden 47 Door Seal-Woolpile

Weather Strip Anand Radiplex

48 Powder Coated Aluminium Return Air

Carryaore – AN-430 or equivalent

Page 21: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

C - 11

Grill 49 Vitrefied porcelain

Tiles Restile (Granamite – Atena), naveen (equivalent), bell – Ceramics (equivalent), kajaria (equivalent)

50 Carpet Trans Asia, Marwar 51 Insulation material VIDOFLEX or equivalent 52 Polycorbonate CE plastics or equivalent 53 Steel Sections /

Structural Steel SAIL, TISCO, RINL

54 Tower bolts, hinges, Aldrops etc.

Evente, Ebco, ECIE (P) Ltd. un-lide, hardwyn

55 PVC Rolls Premier Viayl, Armstrong, Premier polyfilm 56 C.G.I sheet Ispat, SAIL, TATA 57 Water proof ply &

board Duro/Green Ply/Century/Kitply

58 Natural wood weneer Green – Duet or Equivalent 59 Precast CC Tiles Hindustan / Nimcoprefab/nitco/konkrete 60 Kerbstone precast

CC) Hinustan/Nimcoprefab/Subhas /Ferroconcrete

61 Floor hardener Snowcem/Chemistic/Fosroc/Degussa 62 Bituminous Sealant STP/Lloyd 63 PVC Doors/shutters Sintex/Rajshn

Page 22: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 1

SPECIFICATION FOR SANITARY, WATER SUPPLY & PLUMBING 1.0 GENERAL 1.1 The scope of work comprises supply, installation, testing and commissioning of the

facilities for water supply, sewerage and drainage, sanitary fixtures & fittings etc. The scope of work includes supply of all materials as per specifications and drawings, laying, fitting, fixing, installation, commissioning and testing of the same.

1.2 For all items of works the rates shall be comprehensive and all inclusive. The rate shall

include for all matters and things necessary for satisfactory completion and maintenance of the work in proper working order and to the satisfaction of the Engineer, including testing, making samples etc. and all that have been indicated in the specifications or other tender documents either directly, or indirectly, and cover all obligations of the contractor under the contract. No claim for additional payment shall be allowed for any error or misunderstanding by the contractor of the work involved.

1.3 Unless otherwise mentioned in the description of the item, this BOQ shall be applicable for

work in any height, position or condition. 1.4 Unless otherwise stated, method of measurement as described in the latest editions of IS:

1200 with its parts corresponding to different sections of work shall be followed. In case of any dispute in this matter, the decision of Engineer shall be final, binding and conclusive.

1.5 All the water supply, drainage and sanitary works shall be carried out strictly as per

Central PWD specifications, 1996 Vol. (Two), 2002 Edition with upto date corrections slips for sanitary installation, water supply, drainage and miscellaneous works.

1.6 All the water supply and sanitary works shall be carried out by the licensed plumbers

approved by the local authorities and skilled workmen, experienced in the trade. 1.7 All works shall be completely concealed within shaffs or chases or in fills and dropped

ceilings unless specifically shown in the drawings or required otherwise. 1.8 All works shall be adequately protected, to the satisfaction of the Engineer, so that the

whole work is free from damage throughout the period of construction upto the time of handing over.

1.9 No work shall be covered without approval of the Engineer. 1.10 The contractor shall be responsible for coordinating the work with works of other trades

sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves, recesses, etc. shall be left in time as the work proceeds whether or not these are shown in drawings.

1.11 All clamps, screws, brackets, hangers and all miscellaneous steel work needed in the

work shall be fully galvanized. 1.12 Only specified brand of materials will be used subject to approval of the sample.

Page 23: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 2

1.13 Before the work is handed over, the contractor shall clean all fixtures, removing all plasters, stickers, rust stains and other foreign matter of discoloration of fixtures leaving every part in acceptable condition and ready for use to the satisfaction of the Engineer.

1.14 All sanitary-ware and fittings shall conform to respective BIS standards. The contractor

shall submit samples of all fittings and fixtures proposed to be used to the Engineer for his approval.

1.15 The approved samples shall remain with the Engineer till the completion of the work. 2.0 SCOPE OF WORK

The contractor shall carry out and complete the work under this contract in every respect in conformity with the rules and regulations of the local authority. The contractor shall furnish all labour, supply and install all materials, appliances, equipments necessary for complete installation and testing of the whole plumbing services as specified and as per the relevant BIS codes and as shown on the drawings. This also includes all materials, appliances, equipment etc. not specifically mentioned herein or noted on the drawings but which are necessary and customary to make a complete installation as per the drawings or described herein, properly connected and in working order.

In general, the work to be performed under this contract shall comprise of the following:

1. All incidental jobs connected with plumbing services installation, such as excavation in

trenches and back filling, cutting chases in concrete and brick work and making good, cutting / drilling holes through walls, floors and grounding for fixing of fixtures equipment etc.

2. Furnish and install a complete working, plumbing services installations shown on the

drawings and described in this specification and as per the latest BIS specification. 3. Complete installation of internal and external water supply system. 4. Complete installation of the sewerage and sewerage appurtenances internally as well

as around the buildings. 5. Complete installation of all sanitary and plumbing fixtures. 6. Repair of all damages done to the premises as result of this installations and removal

of all debris left by those engaged in these installations. 7. Clean all plumbing fixtures, and ensure a satisfactory performance of all the fixtures at

the time of testing and commissioning. 8. It is the responsibility of the contractor to take care of all the fixtures fitted until the time

of handing over to the owner in working condition. 9. Painting of all the concealed and expose pipes, as specified.

Page 24: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 3

3.0 Fee, Permits and Tests

The contractor shall pay all fees and obtain permits required for the installations of this work.

On completion of the work, the contractor shall obtain and deliver to the owner, certificates of final inspection and approval by the local authority. The EIC shall have full power to demand the materials or work to be tested by an independent agency at the contractor’s expenses in order to prove their soundness and adequacy.

4.0 Drawings and Specifications

The drawings and specifications shall be considered as part of this contract and any work or materials shown on the drawings and not called for in the specifications and vice versa, shall be executed as if specifically called for in both. The drawing indicate the extend and general arrangement of the fixtures, drainage system, etc. and are essentially diagrammatic. The drawings indicate the points of supply and termination of pipelines and broadly suggest the routs to be followed.

The work shall be installed as indicated on the drawings. However, any minor changes found essential to co-ordinate this work with other trades shall be made without any additional cost. The data given herein and on the drawings is as exact as could be secured, but its complete accuracy is not guaranteed. The drawings and specifications are for the assistance and guidance of the contractor and exact locations, distances and levels will be governed by the building drawings and approval of the Engineer-in-charge herein after referred to as EIC shall be obtained before commencement of work.

At the completion of the work, contractor shall furnish necessary information like invert levels and layout of pipeline, for the preparation of final completion drawings, to the EIC.

5.0 Manufacturer’s Instructions

Where manufacturers have furnished specific instructions, relating to the materials used in this job, covering points not specifically mentioned in the documents, these instructions shall be followed in all cases.

6.0 Changes in Dimensions

If the size of the fixtures mentioned is not available, then the nearest available size shall be fixed with due consent of the EIC.

7.0 Materials

1. Unless otherwise specified all the materials shall conform to the respective Bureau of Indian Standards.

2. All the materials shall be as per the list of approved brand of manufacturers and

sample for the same shall be got approved before placing order. The approved samples shall be deposited with the EIC.

Page 25: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 4

8.0 Sewerage Line

Providing and laying sewerage line Non presence NP2 class (light duty) RCC pipe of 150 mm to 300 mm dia as required from the outlet of the building to the inlet of the septic tank or sewerage treatment plant with necessary manhole chambers etc. as per CPWD specifications.

9.0 Sewer Appurtenances 9.1 Inspection Chambers & Manholes 9.1.1 Size of chambers/manholes

The size given in bill of quantities and drawings shall be internal size of chamber. The work shall be done strictly as per standard drawing and following specifications.

9.1.2 Benching

Chanelling and benching shall be done in 1:3:6 cement concrete, rendering smooth with neat cement. The following size of chanells for the bench shall be adopted.

Size of drain Depth at Centre i.e. at walls Depth at Sides 10 cm 15 cm 25 cm 15 cm 20 cm 30 cm 9.1.3 Chamber / Manhole

Covers shall be of tough homogenous cast iron conforming to IS : 1726 with lifting hooks, as per the details given in the drawing and fixed on the MS frame embedded in the concrete.

C.I. steps duly painted shall be provided whenever the depth of the manhole/chamber is more than 1.2 mtr., as per instructions of EPI.

10.0 Water Supply All water supply installation work shall be carried out through licensed plumber. 10.1 Pipes and Fittings

The pipes shall be of the medium quality galvanized iron, conforming to IS: 1239 and of approved make. It shall be of screwed or socket type. All fittings shall be malleable galvanized iron fittings of approved make. A sample of each kind shall be got approved from Engineer-in-Charge and all the materials should be according to the approve sample.

Page 26: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 5

10.2 Laying and Fixing

The pipes shall be checked for any visible damage and shall be sorted out for reclamation. Any pipe which shows any damage shall not be used. For internal work, all pipes and fittings shall be fixed truly vertical or horizontal, either by means of standard pattern holder-bat clamps keeping the pipes clear of the walls by 12mm every where or by concealing, as directed by EIC.

For external work, G.I pipes and fittings shall be laid in trenches. The width of the trench shall be the minimum width required for working. The pipes laid underground shall not be less than 50 cms from the finished ground level. The work of excavation and refilling shall be done as specified elsewhere, or instead concealed as directed.

10.3 Jointing The pipes shall be cleaned and cleared from all foreign matter before being laid. In jointing

the pipes, the inside of the socket and the screwed end of the pipes shall be oiled and rubbed over with white lead and a few turns of spun yarn wrapped round the screwed end of the pipe. The end shall then be screwed in the socket, Tee etc. with the pipe wrench. Care shall be taken that all the pipe fittings are properly jointed so as to make the joints completely water tight and pipes are kept at all times free from dust and dirt during fixing. Burr from the joints shall be removed after screwing. After lying, the open ends of the pipes shall be temporarily plugged to prevent access of water, soil or any other foreign matter.

10.4 Painting

All buried GI pipes shall be painted with two coats of anti-corrosive bituminastic paint of approved make.

10.5 Testing

Before any pipes are painted or covered, they shall be tested to a hydrostatic pressure of 7 Kg/sq.cm. Pressure shall be maintained for at least eight hours without appreciable drop in pressure. In addition to the sectional testing of water supply pipes, the contractor shall test the entire installation to the complete satisfaction of the EIC. He shall rectify any leakages, failure of fittings or valves.

10.6 Water Fittings (Taps, Stop Cock etc.)

All water fittings shall be of approved make and shall generally comply to the latest BIS specifications. The fittings and joints shall be tested as specified & for pipe line; to ensure that the joint are leak proof, defective fittings and the joints shall be repaired or redone/replaced as directed. A sample of each kind shall be for approved from Engineer-in-Charge and all the materials should be according to the approve sample.

Page 27: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 6

10.7 Valves

a) Fullway and check valve above 65 mm dia shall be CI double flanged conforming to IS-780 and as per approved make.

b) Fullway and check valve upto 65 mm dia shall be gun metal tested in 20 kg/cm2 pressure and conforming to IS-778.

c) Foot valve shall be of gun metal. 11.0 Sanitary Fixtures and Fittings 11.1 Workmanship All sanitary-ware shall be fixed in a neat workman like manner, true to level and plumb.

Manufacturers instructions shall be followed closely regarding installation and commissioning.

11.2 Sanitary Ware All sanitary ware shall be of first quality, free from warps, cracks and glazing defects. All

sanitary ware, fittings and fixtures shall be as shown in drawings. 11.3 Testing When the installation has been completed the satisfaction of the Engineer it shall be

tested in the following manner.

(a) The entire system shall be slowly filled with water, allowing any trapped air to escape.

(b) When all outlets are closed the system shall be checked for water tightness. (c) Each outlets shall then be checked for rate of flow and correct operation.

12.0 Sanitary Installation and Fixtures

All fixtures shall be fixed in a neat workman-like manner, true to line and as recommended by the manufacturers or as shown on the drawings. Care shall be taken to fix all fixtures, bolts and nuts and each fixture will warrant the correct size of screws or nuts and bolts.

Care shall be taken In fixing all chromium plated fixtures and accessories so as not to leave any tool marks or damages on the finish. All such fixtures shall be tightened with fixed spanner. Use of ‘Stiltson’ type pipe wrenches with toothed jaws shall not be allowed.

All fixtures shall be thoroughly tested after connecting with the drainage water supply system. All fixtures shall be thoroughly flashed and any leakage in piping, valves and fittings corrected to the complete satisfaction of EIC.

Upon completion of the works remove all levels, stickers, plasters etc. from the fixtures and clean all fixtures with soap and water so as to present neat and clean toilets.

All vitreous sanitary appliances (Vitreous China) shall conform to IS: 2556 (Part – I).

Page 28: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 7

12.1 Indian Water Closet

Indian water closet with ‘P’ or ‘S’ trap shall be of Orissa type with 32 mm PVC flush pipes, lower level PVC cistern, CP stop cock. Indian water closet and trap shall be set in 1:4 lime surkhi concrete and flush with floor. Low level cistern shall be fixed at a height as per drawings or as directed by the EIC.

12.2 Wash Basins

This shall be of white vitreous china clay of good quality, of approved make and size as specified in the drawing. These shall be supported on a pair of CI brackets of approved design.

12.3 Sinks

Sinks shall be of stainless steel and of approved make and size as specified in the drawing.

12.4 Mirror

The mirror shall be of 5.5 mm thickness. The size shall be as specified in the approved drawing and made with commercial plywood fixed to the back of the mirror. Mirror shall be fixed to the wall with CP side clips and screws. The mirror shall be as per relevant BIS specification.

12.5 Towel Rail

Towel rail shall be of chromium plated steel with brackets, bends and circular flanges. The size of the rail shall be as specified in the srawing. The brackets shall be fixed by means of CP brass screws to wooden cleats, firmly embedded in the wall.

12.6 Floor Traps

The traps shall be of CI and self cleaning and deep water seal type with a 50 mm water seal. It shall have a 150 mm dia grating. These shall be fixed in concrete to the required level and position.

12.7 Shower These shall be of CP finish swivel type and of size as mentioned in the drawing. 12.8 Towel Ring, Soap Tray, Cloth Stand etc.

These shall be of CP finish. These shall be fixed by means of CP brass screw to wooden clips firmly embedded in the wall.

13.0 Location of septic tank, if constructed shall be at a maximum distance of 30.00 (thirty)

metre from the edge of the building if not otherwise mentioned in the drawing.

Page 29: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 8

14.0 Feed point for water supply pipe line to buildings shall be at a maximum distance of 30.00 (thirty) metre from the edge of the buildings.

15.0 If sewerage treatment plant is provided instead of septic tank sewer line including

inspection chamber upto a distance of 30.00 m from the edge of the building shall be considered included in the lump-sum price of the building.

16.0 LIST OF APPROVED MAKE OF MATERIAL

Sl. No

Items Preferred Makes

01 Vitrous China Sanitary Ware

Hindustan Sanitary Ware, Cera, Paryware, neycer

02 White Glazed Fire Clay Sink

Sanfire, Cera, Neycer, Hindware

03 Stainless Steel Sink AC, orient, Suhag, Jayna 04 Plastic Seat Cover of

W.C. Commander, bestolite, Diplomat, Gaquar, Sona

05 Geyser Spherehot, Recold, Batliboy, Venus, Voltas, usha Lexus

06 C.P. brass Fittings Mixure / pillar Taps Washers, C.P. Brass Accessories, Bibcocks, Angle Valves

Gem, Parko, Kingston, Aquaplus, Gaguar, Techno

07 Sand Cast Iron Pipes & Fittings (soil pipes 7 fittings)

R.I.F, NECO, B.C, B.I.C, AMC, ALC, TISCO,Electrosteel, Kesoram, Kalinga, Kejrawal or any other brand confirming to the latest BIS specification approved by EIC.

08 Pig Lead As approved by EIC 09 G.I. Pipes G.S.T, Jindal, hissar, kallinga, Tata 10 G.I. Fittings R, unik, k.s., Zolota 11 Gunmetal Valves Zolota, leader, Sant, Kilbum 12 Brass Stop & Bile

Cock Zolota, leader, Sant, Kilburn

13 Ball Valve with Floats Zoloto, Leader, Sant, Kilburn, Prayag 14 Stoneware pipes &

Gully Traps IS Marked Pipes Hind/Perfect/burn

15 RCC Pipes IS marked Pipes 16 C.I manhole Covers RIF,NECO,B.C, BICKK, kajeco 17 Water Tank Sintex, Polycon, uniplas,Patton 18

Mirror Golden, Atul, modi, Guard, Triveni

19 Hand Drive Kopal or Equivalent 20 PVC Flusing Cistem Commander, Parryware, Duralite

Page 30: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 9

21 Insulation of Hot Water Pipes

Vidofle, Insulation, Superlon insulation or equivalent

22 PVC Rain Water pipes

Supreme, Prince

23 C.I. Pipes Class LA and fittings

AMC, ALC, Nico, RIP, ESSCO, KESORAM, Natrional

24 Sluice Valve / NRV Kirloskar, IVC, Kibum, Zoloto 25 CP Brass Fittings &

Fixtures Kingston, Gem. Parko

26 Water Supply Pumps Kirloskar, Crompton Greaves, KSB, Mather & Platt

27 Submersible Pumps Kirloskar, Crompton, KSB, Grudfoxx 28 PVC pipes Finolex or Equvalent 29 Indian / European

Type WC pan, Wash basin, Unnal etc.

As per Bill of Quantities

30

Hot Water Heaters RRacold / Bajaj / Voltas / Venus

31 Valves Kirloskar / Kilburn / IVC / L&T 32 Manhole Cover BC / TDS or equivalent 33 Overhead Water Tank

Sintex / Polycon / Roma / Patton

34 GI Pipes Fittings Jindal / Tata / Kalinga / ITC / BST / Zenith 35 PVC Fittings Parag / Jindal / Supreme / Prince

17.0 IS CODE IS 1742 - 1960 - Code of practice for building drainage. IS 2064 - 1962 - Code of practice for selection, installation and maintenance of sanitary appliances. IS 1172 - 1971 - Code of basic requirements for water supply, drainage and sanitation (Revised). IS 2065 - 1963 - Code of practice for water supply in buildings. IS 3114 - 1965 - Code of practice for laying of cast iron pipes. IS 4111 - 1967 - Code of practice for ancillary structures in sewerage system. IS 4127 - 1967 - Code of practice for laying glazed stone-ware pipes.

Page 31: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

P - 10

IS 1626 - 1960 - A.C. building pipes gutters and fittings (spigot and socket type). IS 3989 - 1970 - Centrifugally span cast iron spigot and socket soil, and ventilating pipes, fittings and accessories. IS 1239 - 1968 - Specifications for mild steel tube, tubulars and other steel pipes and fittings. IS 6295 - 1971 - Code of practice for water supply and drainage in high altitude and or sub-zero temperature regions. IS 6511 - 1965 - Specifications for salt glazed stoneware pipes and fittings (first version). IS 2556 - - Specifications for vitreous sanitary appliances (vitreous china) Note: The material other than approved list shall also bear ISI Mark and / or to be approved by

the Engineer-in-Charge before use. Required tests are to be conducted by the contractor before use at works.

Page 32: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 1

1.0 GENERAL 1.1 The Electrical installation work shall be carried out in accordance with Indian Standard

code of practice for Electrical Wiring Installation IS: 732 – 1963 and IS: 2274 – 1963. It shall also be in conformity with the current Indian Electricity rules and regulations and requirements of the Local Electric Supply Authority and fire insurance regulations in so far as these become applicable to the installation. Electrical work in general shall be carried out as per following specifications.

General Specifications of Electrical Works (Part I – Internal) – 1994 General Specifications of Electrical Works (Part II – External) – 1994

Whenever these specifications calls for a higher standard of materials and on workmanship than those required by any of the above mentioned regulation and specifications, then the specification mentioned here under shall take precedence over the said regulations and standards.

2.0 MATERIALS

All materials to be used in this work shall be new and shall be approved by Engineer-in-Charge. List of approved makes and manufacture of electrical materials is attached herewith. Only such materials as are on the list shall be allowed to be used.

3.0 RECEPTACLES

All 250V receptacles shall be 2 wire three pole 5 amp. flush mounted or flush type of approved make. For power loads, the flush type switches and socket shall of 15 amp. rating and be also of approved make.

4.0 SWITCHES

All flush type switches shall be totally enclosed type of 5 amp. rating for upto four light outlets and 15 amp rating for more than four light outlets, being controlled by one switch. These shall be of approved make for light loads. For power loads, the flush type switches shall be of 15 amp rating and be of approved make.

5.0 COVER PLATE

These shall be the integral part of the switch and socket and of a colour approved by the Engineers as required.

Page 33: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 2

6.0 POSITION OF LIGHTING & DISTRIBUTION BOARDS AND SWITCH GEARS

The recommended position of the lighting control switches, distribution boards and switch gears, as shown on the layout drawings, will be adhered as far as practicable.

Should there be any discrepancy or incomplete description, ambiguity or omission in the drawings and other documents, whether original or supplementary, forming the contract, the contractor shall immediately on discovering the same, draw attention of the Engineer.

Prior to the installation of lighting, fan and plug points and the distribution boards switches etc. final position shall be ascertained by the contractors with the Engineer-in-Charge’s representative.

7.0 PAINTING AND MARKING

All exposed steel work not actually embedded in building construction (viz. junction boxed, switch boards etc) will be painted to match the existing shades of walls as instructed.

8.0 SUPPLY

The 415 KV supply mains will be brought in at place/s pointed out by the Engineer and will be three phase 4 wire, 50 cycles system 415V between phases. All necessary arrangements, to obtain the required supply connections shall be made by the contractors.

9.0 CONCEALED WIRING INSTALLATIONS 9.1 CONDUITS

These shall be of 16 SWG upto 32 mm dia and 14 SWG for 38 mm and above dia, PVC having perfectly circular tubing and capable of being cleaned and tight fitting joints.

9.2 ERECTION

Conduits shall be laid before casting in the upper portion of a slab or otherwise, as may be instructed or in accordance with approved drawing so as to conceal the entire run of conduits and ceiling outlet boxes. Vertical drops shall be buried on columns or walls. Wherever necessary, chases will be cut by the contractor with the prior written orders of the site Engineer-in-Charge to sufficient depth to allow fill thickness of plaster over conduits. Width of the chases will be made to accommodate the required no. of conduits. The chases will be filled with cement, coarse sand mortar (1:3) and properly cured by watering. If a chase is cut in an already finished surface the contractor shall fill the chase and finish is to match the existing finish. Contractor should not cut any iron bars to fix conduits. When the conduit is to be embedded in a concrete member, it shall be adequately tied to reinforcement to prevent displacement during casting.

Suitable expansion joint fittings of approved make shall be provided at all points where the conduit crosses any expansion joint in the building.

Page 34: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 3

9.3 USE OF BENDS

This shall be of 14 SWG. As far as possible, the conduit system shall be so laid out that it will obviate the use of tees, elbows and sharp bends. No length of conduit shall have more than the equivalent of two quarter bends from inlet to outlet.

9.4 CROSS SECTION

The conduits shall be of ample sectional area to facilitate the drawing of cables. In no case shall the total cross section of cables measured over all, be more than half the area of the conduit.

9.5 CEILING OUTLET BOXES

Outlet boxes for ceiling fan shall be fabricated for a minimum 3 mm thick, 200 mm depth and 60 mm sides with 12 mm dia rod welded to the box. These shall be so protected at the time of laying that no material finds its way inside during concrete casting or plastering.

9.6 DRAW BOXES

MS draw boxes of ample dimension shall be provided at convenient points on walls to facilitate pulling of long run of cables. They will be completely concealed with asbestos cement covers flush with plaster wall. These boxes will be as few as possible and located where found suitably by the Engineer-in-charge. All the MS boxes used for house switches, plugs, drawing of wires etc., shall be five sided and of minimum 20 SWG.

9.7 SWITCH BOXES

MS boxes of required sizes shall be provided to house speed regulators, switches and plug sockets. This shall be attached to conduits by means of check nuts on either side of their walls. These shall be completely concealed leaving edges flush with wall surfaces. MS box shall be fitted with a brush earth terminal.

9.8 CLEANING OF CONDUIT RUNS

The entire conduit system including outlets and boxes shall be thoroughly cleaned after completion of erection and before drawing in cables.

9.9 PROTECTION

To safe guard against filling up with the plaster etc., all the outlets boxes and switch boxes will have to be provided with temporary covers and plugs within the tendered cost which shall be replaced by sheet covers as required.

9.10 PAINTING

Before erection, the conduit shall be painted at such places where the pipe had been damaged due to vice and wrange grip.

Page 35: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 4

9.11 FAN REGULATOR

These shall be flush type, located in the same box as light switches wherever possible. The regulators shall be tested before installation to ensure proper graduation of fan speed.

9.12 LAYING OF CONDUIT ONLY FOR TELEPHONE OR OTHER DUMMY CONDUITS

The conduit for telephone system shall be the same as conduits for other work and as specified before. The minimum size shall be 20 mm dia. Junction boxes shall be provided at distance not exceeding 10 M. The whole work shall be done in cooperation with the Telephone Authority and the contractor must make such modifications as the company desires in consultation with Telephone Department. The same will apply to any other dummy conduit.

9.13 WALL SOCKETS AND PLUGS Wall sockets will be of the following type: a) For lighting plug point - 5 / 6 Amps. Capacity, 3 / 5 pin type.

b) For power plug point - 15 / 16 Amps. Capacity, 5 / 6 pin type.

The quoted rates shall also include earthing the third pin with 16 SWG GI wire. 9.14 WIRES AND CABLES

a) All wires shall have been manufactured in accordance with latest IS specification amended upto date. Wire shall be carried out with PVC insulated 660 / 1100 volt grade unsheathed single core with electrolytic studded copper conductor.

b) Twin flexible cables used for pendants shall have cross sectional area of 0.001 sq. inch (equivalent to 23/0.0076 inch) or large and be insulated in accordance with relevant IS specification amended upto date.

9.15 POINT WIRING

a) The point wiring shall be carried out in the under mentioned manner each of which will conform to the given specification:

1. In concealed conduit system including providing supply and fixing of conduit,

bends, junction boxes, brass bushes, check nuts etc. 2. Looping system will be followed throughout including supply and drawing of

required sizes of wire without damaging the same. 3. All flush type accessories will be used. 4. The point will commence from the distribution board including circuits each

having independent neutral wire and will end up to the outlet box and switch box.

Page 36: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 5

5. The point will be complete with conduit including accessories and wire, necessary junction outlet and switch boxes, connections and ceiling roses, switch boxes and flush plates, necessary earthing connection etc., as required.

6. The installation will generally be carried out in conformity with the ISI code,

electrical rules and the Electrical Rules and Institution of Engineers (London) briefly called IEE Rules, where the specification differs these specifications will prevail.

For the purpose of determining the load per circuit, the following rating of points shall be assumed:

• Light point 80 watts. • Convenience plug points 100 watts. • Fan points 80 watts. • Exhaust fan point 12" 80 watts. • Exhaust fan point 15" 90 watts. • Exhaust fan point 18" 120 watts. • Power plug points 1000 watts.

The convenience plug point shall be complete with 3 / 5 pin 5 / 6 Amps. Plug and socket enclosed in MS box with the controlling switch as required and the third pin shall be earthed with no. 16 SWG bare copper wire.

The ceiling fan point shall be complete with ceiling outlet box with recessed fan hook and a provision in the switch box for mounting the regulators. The ceiling fan/exhaust fan and its regulator shall be earthed. The point shall be complete as above. Each circuit shall have not more than one power plug and the plugs shall be earthed with no. 14 SWG bare GI wire. The point shall be completed with a 5 / 6 pin 15 / 16 Amps plug socket switch combined mounted on a MS box.

9.16 MAINS AND SUB-MAINS

Mains and sub-mains shall consists of wires, cables and conduits bends junction boxes, PVC bushes, check nuts etc., as specified herein before. The sizes and capacities of conduits and wires shall be required as per load and shall commence from main switches to various distribution boards. Wires shall be drawn in the concealed without being damaged. For this purpose, draw boxes shall be located at convenient place. Every main and sub-main will run in an independent conduit with an independent earth wire of suitable capacity running along the entire run of conduit. For single phase, one earth wire shall run and for 3 phase, 2 earth wire shall run. Necessary provision of wire lengths entering and emerging out of conduit must be made for connections.

9.17 COMPLETION TEST

The installation with fittings complete shall satisfactorily pass the following tests before current is switched on:

Page 37: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 6

a) All lamps and appliances having been connected and with all switches ‘ON’ a pressure not less than twice the working pressure (subject to a limit for 500V) shall be applied and the insulation resistance must not be less than 50 meg. Ohms divided by the number of points.

b) With all lamps and appliances removed from the circuit and all switches ‘ON’ a similar test between poles shall satisfy the above requirement.

c) As soon as the conduit in slab/screed is fixed, the contractor shall arrange to give it earth continuity test to ensure that the conduit or lead sheathing is electrically continuous throughout and connected to earth.

d) To ensure that all single pole switches are on the live side of the apparatus they control.

The contractor shall notify in writing to the Engineer about the completion of the work. The contractor will fix up the date of testing in consultation with the Engineer-in-Charge for such tests. Should the above tests not comply with the limits as laid down in IEE Rules, the contractor shall rectify the faults at his own cost until the required results are obtained.

9.18 DISTRIBUTION BOARDS / SUB DISTRIBUTION BOARDS

All the distribution boards shall be factory manufactured of approved brands only. These shall be complete with necessary supporting structures, copper bus bars, neutral link and removable cover. The miniature circuit breaker shall be with notified operating curves and be capable of clearing a fault of 5 KA. The miniature circuit breaker to be used to control lighting circuits shall have tripping characteristics of 5.0 sec. At 150% full load current and those for power point circuits of 0.01 seconds at 700% full load current. The miniature circuit breakers shall be rated for the ambient temperature prevailing at site and shall have the trip devices correctly calibrated. All these MCB’s shall be factory tested and supported by suitable test certificates.

10.0 UNDER GROUND CABLE 10.1 MEDIUM AND LOW VOLTAGE

Cables should be doubled steel tape armoured PVC insulated conforming to quality as specified in the schedule of work. All joints of cables should be in joint boxes and filling in of the compound shall be done as per IS specification using the best quality materials. All cables, accessories and other materials should conform to IS specification. The jointing work should be carried out by a competent authorized cable jointer.

10.2 H.T. CABLES

All cables used for 11/33 KV system shall be XLPE cables. These cables shall have individually screened course and be manufactured and tested according to IS:7098 (Part – II) – 1973 amended upto date. The conductor for these cables shall be from electrical purity aluminum ¾ H or H temper. All conductors shall be compacted circular in shape. The insulation shall be high quality cross linked polyethylene – obtained by chemical cross

Page 38: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 7

linking of polythene molecules. The armouring applied over the common covering shall be of flat steel wires. Each and every delivery length of the cable shall be subjected to routine test as per IS:7098 (Part – II) – 1973 amended upto date. The operating characteristics of these cables shall be as under:

i) Permissible maximum continuous operating temperature - 900C ii) Permissible short circuit temperature - 2500C iii) Dielectric constant (Er) st 500 Hz 300C to 900C - 2.4 iv) Loss factor at 50 Hz, 300C to 900C - 0.05×100×-314 v) Special voltage resistivity at 200C - >10ohm cm 10.3 TRENCH

Trenches shall not be less than 35 cm wide and 75 cm below ground level for cables upto 1.1 KV and 35 cm wide and 120 cm deep for cables above 1.1 KV grade. Wherever necessary, suitable propping and shoring made on to avoid caving of the adjoining trench walls. Where the cables cross other service lines adequate protection should be taken to prevent accidental exposure and or damage to the cables.

10.4 SPACING BETWEEN CABLES

Before the cables are laid, a layer of 8 cm sand is provided for purpose cushioning. The cables after being uncoiled and laid into the trench from the rollers should be drawn in straight lengths. After the cable is laid, it is to be covered with another layer of sand of about 15 cm in depth, and the top surface to be suitably leveled to receive the cable covers. These covers shall be of concrete blocks of 20 cm × 20 cm × 5 cm and laid in a manner to overlap the cables of either side by at least 5 cm. Cable markers of aluminum or GI shall be provided at ground level after being suitably embedded in concrete blocks of 20 cm × 20 cm × 20 cm and spaced at distance of about 30 m from center to center at every change in direction. Cables may also be laid in tire formation in the same trench. In this case also after the first 8 cm sand cushion, the first tire of cable is laid and sand filled in the trench to form a bed of 23 cm. above this tier. After this the second cable is laid and process repeated the top most tier being at least 45 cm. below the ground level. The cable shall be suitably covered with breaks or tiles.

When laying the cables care should be taken to see that the PVC insulated cables are bend or straightened slowly and sharp radii. The minimum safe bending radius for single – core cables is 20 dia and for multi-core cables 15 diameters and for armoured cables 12 diameters, the diameter being the overall diameter of the cable. Where the cables are required to cross roads this should be normally taken through hume pipe at least 15 cm in diameter. Cables laid inside the building should be properly protected and be carried either through ducts with suitable covers with slab or chequered plates or fixed to walls by clamps, brackets or cables trays.

Page 39: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 8

Cable entering or leaving the buildings should be taken through GI pipes. These pipes/sleeves shall be properly sealed after pulling the cables for preventing the water from entering inside the building as per directions of Engineer-in-Charge.

10.5 LAYING OF CABLE TRAY / SURFACE Cable shall be laid in perforated MS cable tray / ladder. Cable shall be properly dressed

before cable ties / clamps are fixed. 10.6 CABLE TAGS Cable tags shall be made out of 2 mm aluminum sheets, each tag (1 – ½) inch dia with

one hole of 2.5 mm dia, 6 mm below the periphery. Cable designations are to be punched with letter / number and the tags are to be tied inside the panels beyond the glands as well as below the glands at cable entries. Tray tags are to be tied at all bends. One straight length, tags shall be provided at every 5 meters.

10.7 TESTING THE CABLES

High voltage test should be undertaken to ensure that no damage has occurred during the laying operation and that the joints are in order. Cables of 1.1 KV suitable for low and medium voltage should withstand for 15 minutes, 3000 D.C. volts applied between the conductors and between each conductor and sheath. In absence of pressure testing arrangement it is sufficient to test for 1 minute with 2000 volts. If the test results are found to be not satisfactory the contractor shall arrange for having this set right at their cost, including removal of rejected materials, re-laying, etc.

10.8 EARTHING Plate Electrode: shall be made of as plats of 6 mm thick and (600 x 600) mm size GI

electrode. The plate shall be buried vertically in ground at depth of not less than 3.5 meters to the top of plate, the plate being en-cashed in charcoal and salt to a thickness of 15 cm all round. It is preferable to burry the electrode to a depth where the sub-soil water is present. Earth leads to electrode shall be laid in a GI pipe and connected to the plate electrode with GI bolts, nuts and washers. A GI pipe of not less than 19 mm dia shall be placed vertically over the plate and terminated in a funnel at 5 cm above ground. The tunnel shall be provided with a wire-mesh. The funnel shall be enclosed in a masonry chamber (100 x 50) cm. The chamber shall be provided with CI frame cover of (100 x 50) cm size. The earth station shall also be provided with a suitable permanent identification level tag.

Pipe Electrode: shall comprise of a 2.5 meter long 40 mm dia GI pipe buried in a plot of

(35 x 35) cm size and filled with alternate layer of charcoal, salt and river sand and connected at the top to a GI pipe of 19 mm, 1 meter long with a funnel at the other end, 5 cm above the ground. The earth lead shall be properly fixed to the pipe electrode with brass bolt, nuts and washers. The funnel and earth lead connection shall be enclosed in a masonry chamber (30 x 30 x 30) cm dimension. The chamber shall be provided with a CI frame with cover. Proper permanent identification tag / level shall be provided for each electrode.

Page 40: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 9

Normally each electrode shall not be situated less than 1.5 m from any building. Testing: on completion of the entire installation, the following test shall be conducted and

no earth electrode shall have ohmic resistance of more than 2 ohm and in rocky soil not more than 3 ohm.

11.0 The work shall basically consist the following:

SL. NO. Description POINT WIRING

1. Wiring for light point/fan point/exhaust fan point/ call bell point with 1.5 sq.mm PVC insulated copper conductor cable in recessed PVC conduit as required including 5/6 amp piano type switch, C.I. cover plate etc. complete.

2. Wiring for twin control light 1.5 sq.mm PVC insulated, copper conductor, cable in recessed PVC conduit with 2 way, 5/6 amp piano type switch etc. as required.

3. Wiring for 3 pin 5/6 amps light plug point on same switch board including providing and fixing 3 pin 5/6 amp socket outlet and 5/6 amp piano type switch connection etc. as required.

4. Wiring for light plug 2 × 1.5 sq.mm PVC insulated copper conductor single core cable in recessed PVC conduit along with 1 no. 2.24 mm dia bare copper wire for loop earthing as required.

5. Wiring for power plug with 2 × 4 sq.mm PVC insulated copper conductor, single core cables in recessed PVC conduit along 1 no. 2.24 mm dia bare copper wire for loop earthing as required.

6. Wiring for Ckt. Wiring with 2 × 2.5 sq.mm PVC insulated, copper conductors, single core cables in recessed PVC conduit complete as required.

7. Wiring for sub main with 4 × 6 sq.mm PVC insulated copper conductor single core cables in recessed PVC conduit complete as required.

8. Supplying and fixing metal box of 100 mm × 100 mm × 60 mm deep (nominal size) in recess with suitable size phenolic laminated sheet cover in the front including providing and fixing 3 pin 5/6 amps socket outlet and 5/6 amps tumbler/piano type switch, connections, painting etc. as required (for light plugs).

9. Supplying and fixing metal box of 180 mm × 100 mm × 60 mm deep (nominal size) on surface or in recess with suitable size phenolithic laminated sheet cover in the front including providing and fixing 3 pin 15/16 amps tumbler/piano type switch, connections, painting etc. as required (for power points).

10. Supplying and fixing 20 amps, 240 volts, SPN industrial type, socket outlet, with 2 pole and earth, metal enclosed plug top along with 20 amps G-series, SP, MCB, in sheet steel enclosure in recess with chained metal cover for the socket outlet and complete with connections, testing and commissioning etc. as required.

SWITCH BOARDS, DBS & CABLES 11. Supplying and fixing MCB type TPNDB 4 way prewired in recess complete as

required with copper busbars, N link etc. and following. 12. Supplying and fixing MCB TPNDB 4 way prewired in recess complete as

required with copper busbars, N link etc.

Page 41: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 10

13. Providing and fixing of 63 A (Category A) TPNSFU with HRC fuses complete as required including supplying and fixing of suitable angle iron frame.

14. Supplying, installation, testing and commissioning of cubical type wall/floor TPN distribution board with aluminium bus bars, wiring, connections, painting etc. complete as required with following switch gear and accessories as per approved drawing and design. I/c 125 A TPNFSU – with HRC fuses o/g 40 A TPN-MCB-125 A4P change over switch.

15. Supplying, installation, testing and commissioning of cubical type wall/floor mounted TPN distribution board with aluminum bus bars, wiring, connections painting etc. complete as required with following switch gear and accessories as per approved drawing and design. I/c 400 A TPNSFU with HRC fuses. O/g 125 A TPNSFU. 63A TPN -

CABLES 16. Supplying and installation of 1.1 KV grade PVC insulated sheathed and

armoured AI. Conductor cable of following size as per IS : 1554 (Part – I) I) 3.5 × 50 sq.mm.

17. Laying and fixing of 1.1 KV grade PVC insulated sheathed and armoured AI. Conductor cable in ground or on wall/ceiling complete as required. I) 3.5 × 50 sq.mm.

18. Supplying and laying cable and termination with brass compression gland and crimped cable and sockets. I) 3.5 × 50 sq.mm.

19. Providing earthing station with G.I. Plate 600 × 600 × 6 mm watering pipe, masonry enclosure, C.I. cover plate etc. complete as required including salt and charcoal.

20. Providing and fixing G.I earth strip 50 × 5 mm in 65 mm dia G.I. pipes in ground.

21. Supplying and laying 2 × 55 mm G.I. strip in 40 mm dia G.I. pipe from earth electrode as required.

22. Providing and fixing 6 SWG dia, G.I. wire in recess for loop earthing along with the exesting/recessed conduits/sub main wiring/cable as required.

23. Supplying and drawing 2.24 mm copper loop earth wire in conduit. 24. Supplying and laying of 20 x 3 mm GI strip in parapet wall and vertical

dropping ground. 25. Supplying and fixing of 300 mm long GI tube having single prong at top with

85 mm dia, 6 mm thick GI base plate including making holes as required.

INSTALLATION OF LIGHT FITTINGS, FAN AND FIXTURES 26. Supply, installation, testing and commissioning of prewired, fluorescent

fittings of all types complete with all accessories and tubes etc. directly on ceiling/wall, including connections with 1.5 sq.mm PVC insulated, copper conductor, single core cable as required.

27. Supply, installation, testing and commissioning of prewired, fluorescent fittings of all types complete with all accessories including supplying and fixing ball socket nos. down rod of 20 mm × 1.6 mm thick steel conduit upto 30 cm length painting and wiring the down rods and connections with 1.5 sq.mm PVC insulated, copper conductor, single core cable as required.

Page 42: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 11

28. Supply, installation, testing and commissioning of ceiling fan and regulator, including wiring the down rod of standard length (upto 30 cm) with 1.5 sq.mm PVC insulated, copper conductor, single core cable including cartage etc. complete.

29. Supply, installation, testing and commissioning of exhaust fan upto 450 mm sweep in the existing opening, including making the hole to suit the sizes of the abive fan, making good the damage etc. complete.

30. Supply, installation, testing and commissioning call bell/buzzer and piano type bell push, suitable for D.C./A.C. single phase 230 volts complete as required.

31. Supply, installation, testing and commissioning, erection of wall bracket/ceiling fittings of all sizes and shapes containing upto two GLS lamps per fitting, complete with all accessories including connections etc. required.

12.0 LIST OF APPROVED MAKE OF MATERIAL FOR ELECTRICAL

Sl. No

.

Items Preferred Makes

01 Moulded case circuit breakers

L&T / GE Power Control/Crompton ABB/Siemens/MDS/Schneider

02 Voltmeter & Ammeter AE/MECO/Rishline (L&T) 03 Selector Switch Kaycee/L&T/AE 04 Current Transformer AE/MECO/Rishline (L&T)/Kappa 05 Indicating Lamp L&T / Siemens / Kaycee 06 Main/Sub-Distribution

Boards As approved by CAU and party having CPRI certification

07 Distribution Board with Miniature Circuit breakers, MCB type Isolator, DB Box

MDS / L&T (Hager)/Siemens Standards/Indokop/Crompton/Heavels

08 Earth Leakage Circuit Braker

MDS/L&T (Hager)/Siemens/Neptune/indokop

09 1.1 KV grade LT Cable

CCI/Universal/ICC/National Industrial/NICCO/CCI/Incab/ICL Harsh

10 1.1KV grade Control Cable

Kaligna/Asian/Gloster/Nico/Batra Henlay/Torrent/Havells/National Skytone/polycab/Finolex/havells

Page 43: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 12

Sl. No

Items Preferred Makes

11 PVC insulated copper conductor

Kaligna/batra Henlay/ National/ Finolex/Plaza/ Grandlay/ Universal / Harsh

12 Modular Range of switches socket etc.

Anchor (Roma) M.K. (India)/north West/Tyama/Crabtree (Havels)

13 M.S.Conduit (ISI marked) 14 Light Fixture

i) Flurescem light Fixture including CFL light Fixture

ii) Incandescent Light Fixture

Philips / Cropmton / GE lighting bajaj

15 Ceiling Fan Decon/ Ankur/Tulip 16 Exhaust Fan Crompton/GEC/Usha/Baiai/usha/Polar/Orient 17 Cable glands Coment/Dowell/jaison/Memco 18 Prefabricated cable tray Slotco/Pilco/Sdteelways/Evershine/Indian /Patny 19 RCCB L&T/SIEMENS/MDS/INDO/ASIAN/HEAVELLS 20 PVC insulated copper wire Skytone/Polycab/Finolex/Havells 21 Coaxial cable Skytone/Delton/Finolex/Lapp / Harsh 22 Piano type

switches/socket MK/SSKA/HAVELLS/ANCHOR/NORTHWEST/CLIPSAL

23 Smoke & heat detector with bases

APDOLO/NOTIOFIER/MORLEY/HONEYWELL/NOVAR/EDWARDS

24 Fire alarm panel/Repeater panel

-do-

25 Manual call Point/hooter/Response Indicaor

-do-

26 Earthling pipes Jindal/Tata/Sail 27 Cables Finolex/Sterlite/Clipsal;/molex / Harsh 28 Feeder pilar TRICOLITE/L&T/SCHNERIDER/GE

POWER/C&S/SIEMENS 29 Air Circuit Breakers L&T /GE POWER/SIEMENS/ABB/SCHEIDER/C&S 30 HRC Fuses L&T SIEMENS/GE POWER/ ABB/ C&S/

SCHNEIDER 31 Starters SIEMENS/L&T/CUTLER-HAMMER/GE-

POWER/ABB/C&S/SCHNEIDER 32 Selector Switch/Push

button Switch/Emergency Switch

KAYCEE/CONTROL & SWITCHGEAR/L&T/GE POWER/SIEMENS

33 Telephone Cables Delton/Batra Henlay 34 Switch Fuse Unit (HRC

Type) Larsen & tourbo / Siemens / English electric

35 Aluminum conductor PVC

Insulated Wires Plaza / Paragon / Finolex / Universal CCI / harsh

36 L.T. Panels Larsen & Toubro / Crompton Greaves / Englsih electric

37 Bus Duct Zeta / Best & crompton / ECS

Page 44: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

E - 13

38 Energy Meter Jaipur / Havells 39 Frequency Meter Automatic electric 40 Meter / CTS Kapa / Automatic Electric / Havells 41 Contactors Siemens / Larsen & tourbo 42 Battery Charger Automatic electric / Usha Rectifier 43 Batteries Exide / Standard 44 Relays English electric 45 Timers Larsen & Toubro 46 Motors Siemens / Kirloskar / NGEF / Crompton 47 Volt / Amp. Meters Automatic electric / Kappa / Havells / Larsen &

toubro 48 Single Phase preventor Larsen & toubro 49 Indicating Lights Siemens / Automatic electric 50 Pumps Beacon / Kirloskar 51 Diesel Pumps Crompton Greaves / Kirloskar 52 Air compressor K.G.Khosla / Ingersol 53 Lugs Dowells 54 Epoxy based Cable Joints M.Seal / Tropolin 55 Bolts for Panel Cadmium Plated 56 Transformer Kirloskar / Crompton / Bharat

Bijlee/voltamp/NGEF/Voltas /ABB/ITL/Andrew yule & Co. / Siemens

57 Vacuum circuit Breaker Siemens / G.E.C./ Bhel 58 Capacitors Khatau Junkers / Universal / Voltas 59 Exhaust Fan GE / Polar / Khaitan / Bajaj / Usha 60 Metal Box MS sheet 10 gauge, painted with black paint. 61 Bakelite sheet Hylam White 62 Switch & Sockets Anchor /Leader / universal / Veto/ Richa / CPL 63 Conduit MS:- BEC, AKG, WAVIN, EMCO

PVC:- Plaza, richa, Calico, Harsh 64 Fuse carrier Bakelite /

Rewirable Havells / English electric / Siemens

65 Other electrical fixtures Shall be of standard make and of BIS approved. Note: The materials other than approved list shall bear IS mark and/or to be approved by the Engineer-in-charge before the use. Required tests are to be conducted by the contractor before use at works.

Page 45: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

 

 

1

NIT NO. - DLI/CON/626/002 DATED 19-02-2013

LIST OF TENDER DRAWINGS

SL. NO Title Of Drawing Drawing No

1 RICE MILL PLAN SCH/ARCH/RICE MILL/01

2 RICE MILL SECTION SCH/ARCH/RICE MILL/02

3 RICE MILL ELEVATION SCH/ARCH/RICE MILL/03

 

Page 46: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W1

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

W2

D1

D1

CG1

RS1 RS1

CG1

UP

UP

RAMP UP RAMP UP

PROJECT : FACILITY:

SPACESCAPES

CLIENT :

REV. NO. ORIENTATION:

SHEET TITLE:CENTRAL AGRICULTURAL UNIVERSITY, IMPHAL, MANIPUR.

PROPOSED COLLEGE OF AGRICULTURAL ENGINEERING AND POST HARVEST TECHNOLOGY AT SIKKIM.

CHECKED BY:

DRG. NO.

PROJECT NO.

SCALE:

DRAWN BY:

DATE:

1002

S.DE21.11.2011

51, L. N. T. ROADHOWRAH:-711 103PHONE:-(033)2668-5910FAX.:- (033)2668 0414E-MAIL: [email protected]

SMITA

ASSOCIATE CONSULTANT:RICE MILL

COVER AREA :- 165.4 Sqm

SCH/ARCH/RICE MILL/011 : 100

GROUND FLOOR PLAN

GROUND FLOOR PLAN

PRIME CONSULTANT

VASTAV COMPLEX, SHIVAM APARTMENTS, TRIPURA ROADJAYA NAGAR, GUWAHATI - 721028 PHONES: 0361 2229982

ENGINEERING PROJECTS (INDIA) LTD.(A Government of India Enterprise)

1

A

A

6200

21850

22350

7400

Page 47: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

PROJECT : FACILITY:

SPACESCAPES

CLIENT :

REV. NO.

SHEET TITLE:CENTRAL AGRICULTURAL UNIVERSITY, IMPHAL, MANIPUR.

PROPOSED COLLEGE OF AGRICULTURAL ENGINEERING AND POST HARVEST TECHNOLOGY AT SIKKIM.

CHECKED BY:

DRG. NO.

PROJECT NO.

SCALE:

DRAWN BY:

DATE:

1002

S.DE21.11.2011

51, L. N. T. ROADHOWRAH:-711 103PHONE:-(033)2668-5910FAX.:- (033)2668 0414E-MAIL: [email protected]

SMITA

ASSOCIATE CONSULTANT:RICE MILL

SCH/ARCH/RICE MILL/021 : 100

SECTION- AA

SECTION- AA

PRIME CONSULTANT

VASTAV COMPLEX, SHIVAM APARTMENTS, TRIPURA ROADJAYA NAGAR, GUWAHATI - 721028 PHONES: 0361 2229982

ENGINEERING PROJECTS (INDIA) LTD.(A Government of India Enterprise)

(+) 500 LVL.

(+) 3500 LVL.

(+) 2900 LVL.

(+) 7800 LVL.

(+) 9100 LVL.

(+) 10250 LVL.

(+) 6300 LVL.

(+/-) 0-0 LVL.

125 THK. P.C.C (1:1.5:3) WITHNOMINAL REINFORCEMENT

POLYTHENE SHEET

LOCALLY AVAILABLE RIVER SAND FILL

2400

5001350

2450

450

1500

450

850

450

700

50 75

6200

11650

12450 13400

Page 48: TENDER DOCUMENT TENDER No.: DLI/CON/626/376 · PDF filewhich have to be paid for the entire contract as a whole ... asked by EIC shall be got executed only ... In case M/s EPI ceases

PROJECT : FACILITY:

SPACESCAPES

CLIENT :

REV. NO.

SHEET TITLE:CENTRAL AGRICULTURAL UNIVERSITY, IMPHAL, MANIPUR.

PROPOSED COLLEGE OF AGRICULTURAL ENGINEERING AND POST HARVEST TECHNOLOGY AT SIKKIM.

CHECKED BY:

DRG. NO.

PROJECT NO.

SCALE:

DRAWN BY:

DATE:

1002

S.DE21.11.2011

51, L. N. T. ROADHOWRAH:-711 103PHONE:-(033)2668-5910FAX.:- (033)2668 0414E-MAIL: [email protected]

SMITA

ASSOCIATE CONSULTANT:RICE MILL

SCH/ARCH/RICE MILL/031 : 100

ELEVATION-1

ELEVATION-1

PRIME CONSULTANT

VASTAV COMPLEX, SHIVAM APARTMENTS, TRIPURA ROADJAYA NAGAR, GUWAHATI - 721028 PHONES: 0361 2229982

ENGINEERING PROJECTS (INDIA) LTD.(A Government of India Enterprise)

(+) 500 LVL.

(+) 3500 LVL.

(+) 2900 LVL.

(+) 7800 LVL.

(+) 9100 LVL.

(+) 6300 LVL.

(+/-) 0-0 LVL.

STEEL STRUCTURE WIH GS/GALVALUMSHEET ROOFING AS/DETAIL