M.P. AUDYOGIK KENDRA VIKAS NIGAM LTD., INDORE. FOR

458
M.P. AUDYOGIK KENDRA VIKAS NIGAM LTD., INDORE. TENDER DOCUMENT FOR Infrastructure development works (including roads, water supply, power supply, administrative building, parking, bus shelter, Food Court, toilet block etc.) for proposed Apparel & Pharma-Herbal Cluster at Bijeypur Village, Teshil Depalpur, District Indore (M.P) Managing Director Madhya Pradesh Audyogik Kendra Vikas Nigam (I) Ltd., Indore January 2014

Transcript of M.P. AUDYOGIK KENDRA VIKAS NIGAM LTD., INDORE. FOR

M.P. AUDYOGIK KENDRA VIKAS NIGAM LTD., INDORE.

TENDER DOCUMENT

FOR

Infrastructure development works (including roads, water supply, power supply,

administrative building, parking, bus shelter, Food Court, toilet block etc.) for

proposed Apparel & Pharma-Herbal Cluster at Bijeypur Village, Teshil Depalpur,

District Indore (M.P)

Managing Director

Madhya Pradesh Audyogik Kendra Vikas Nigam (I) Ltd., Indore

January – 2014

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 1

INDEX

SL. No CONTENT PAGE NO

1 Detailed Notice Inviting Tender 04

2 Guidelines To Contractors For Implementation Of E- Procurement System

Madhya Pradesh

06

3 Tender Data Sheet 09

4 General Terms & Conditions 10

5 General instructions to Tenderers 23

6 Employer’s/Owner’s Requirement 26

7 Condition of contract 36

8 Commercial Terms 83

9 Tender Form 86

10 Terms of Payment 88

11 Supply of Materials 88

12 Effective Date of Contract 88

13 Principal-To-Principal Basis 89

14 Assignment/Sub contracting 89

15 Correspondence 89

16 Specific Notes 90

Annexure – A - Minimum Contractual Staff to be posted at site 92

Annexure – B – Works In Hand 95

Annexure – C – Safety Measures To Be Taken At The Site 96

Annexure – D – General Requirements on Environmental & Health Aspects 106

Annexure – E - Details Of Contracts Of Infrastructure Project 112

Annexure -F - Tenderer’s Details of Machinery 113

Annexure – G - Financial Statement 114

Annexure – H - Structure and Organisation 115

Annexure – I – Tenderer’s Experience 117

Annexure – J – Details of Personnel 118

Annexure – K – Performa showing the details of site visit done by agency before quoting the tender

119

Annexure – L – List showing near relative of the applicant working in MPAKVN Indore

120

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 2

SL. No CONTENT PAGE NO

Annexure – M –Information regarding current litigation 121

Annexure – N – Additional Information 122

Annexure – O – Form of Income Tax certificate 123

17 Technical Specifications

Part 1 General Specifications 125

Part - 2 General Material Specification 129

Part - 3 Road Works 140

Part - 4 Public Health Engineering 141

Part - 5 Power Distribution 154

Part - 6 Buildings 346

18 List of Approved makes 402

19 Bill of Quantities 404

20 Drawings

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 3

M.P. AUDYOGIK KENDRA VIKAS NIGAM (INDORE) LTD.

(A GOVERNMENT OF M.P. UNDERTAKING-SUBSIDIARY OF MPSIDC)

Free Press House, First Floor, 3/54, Press Complex, Agra-Mumbai Road, INDORE- 452018 (M.P) Phone : (O) 4070976, 2572623, 2574311 Fax No. :0731-2572629

E-mail : [email protected] – MPSIDC Fax No. : 0755-5270280

No. AKVN/IND/TECH/14/2409 Date:- 25.02.14

NOTICE INVITING TENDER (SECOND CALL)

On line tenders for the following works have been proceed on the e-procurement system – http://www.mpeproc.gov.in Tender details as below:-

No. Name of work PAC [Rs. In Lacs]

Cost of tender form

EMD [Rs. In Lacs]

1.

Infrastructure development works (including roads, water supply, power supply, administrative building, parking, bus shelter, Food court, toilet block etc.) for proposed Apparel & Pharma-Herbal Cluster at Bijeypur Village, Teshil Depalpur, District Indore (MP)

1846.41 20,000/- 9.23

Last date of purchase :- 19.03.14 Detailed NIT and other details can be viewed on the above mentioned portal.

Executive Engineer

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 4

M.P. AUDYOGIK KENDRA VIKAS NIGAM (I) LTD. INDORE

Regd. Office : 3/54, A.B. Road Press Complex, INDORE

DETAILED NOTICE INVITING TENDER

(In form B & F)

1. INTRODUCTION :

Online Sealed tenders are invited on behalf of M.P. Audyogik Kendra Vikas Nigam (Indore) Ltd. in

form B & F and will be received online at web site http://www.mpeproc.gov.in and office of the

Managing Director M.P.A.K.V.N. (INDORE) Ltd. as per key dates mentioned below, from contractors

registered in MP PWD in appropriate class under centrally “E” registration system, up to date of issue

of NIT.

(a) Name of work Infrastructure development works (including roads,

water supply, power supply, administrative building,

parking, bus shelter, Food court, toilet block etc.) for

proposed Apparel & Pharma-Herbal Cluster at Bijeypur

Village, Teshil Depalpur, District Indore (MP)

(b) PAC Rs. 1846.41 lacs

(c) EMD Rs. 9.23 lacs

(d) Time allowed for completion 18 months including rainy season from the

date of written order to commence the work

Key Dates

Seq

No MPAKN (I) Stage Contractor Stage

Start Date &

Time

Expiry Date &

Time Envelopes

1 - Tender Purchase -

Online

26.02.2014

17:31

19.03.2014

17:30

Envelope A,Envelope

B,Envelope C

2 - Submit Bid - Online 21.03.2014

17:30

Envelope A,Envelope

B,Envelope C

3 Open EMD & Technical /

PQ Bid -

24.03.2014

15:30 Envelope A,Envelope B

4 Open Financial / Price-Bid - 26.03.2014

15:30 Envelope C

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 5

1. The last date for submission of physical Envelop A and B is 21.03.14 No price bid should be

submitted manually otherwise Bid will be rejected.

2. Not more than one tender shall be submitted by a contractor or by a firm of contractors.

3. No, two of more concerns in which an individual is interested as a proprietor and/or partner

shall tender for the execution of the same work. If they do so, all such tenders shall be liable to

be rejected.

4. The Managing Director shall be accepting officer here in after referred to as such for the

purpose of this contact.

6. Tender documents consisting of plans specification, Schedules of quantities of the various

classes of work to be done, the condition of contract and other necessary documents, together

with addressed envelope to be used for return of forms and other documents, will be opened

for inspection and issue, for sale online by making online payment of tender fees.

Managing Director, MPAKVN (I) Ltd.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 6

GUIDELINES TO CONTRACTORS FOR IMPLEMENTATION OF

E-PROCUREMENT SYSTEM IN Madhya Pradesh Audyogik Kendra Vikas Nigam (Indore) Ltd,

GOVERNMENT OF MADHYA PRADESH

https://www.mpeproc.gov.in

Note: These will over rule the stated in the tender documents, wherever relevant and applicable.

1. Registration of Bidders on e-procurement System:

All the Bidders (Contractors) registered / intending to register with Madhya Pradesh Audyogik

Kendra Vikas Nigam (Indore) Ltd are required to register on the e-procurement System on the

website https://www.mpeproc.gov.in and get empanelled on https://www.mpeproc.gov.in in order

to participate in tenders processed by Madhya Pradesh Audyogik Kendra Vikas Nigam (Indore) Ltd

using the e-procurement System.

The Bidders (Contractors) registered with other departments who are also eligible to

participate in tenders processed by Madhya Pradesh Audyogik Kendra Vikas Nigam (Indore) Ltd are

also required to be registered on the e-procurement System on https://www.mpeproc.gov.in

2. Digital Certificate:

The bids submitted online should be signed electronically with a Class III Digital Certificate to

establish the identity of the Bidder submitting the Bid online. The bidders may obtain Class III Digital

Certificates issued by an approved certifying Authority authorized by the Controller of Certifying

Authorities, Government of India.

A Class III Digital Certificate is issued upon receipt of mandatory identity proofs along with

an Application Form. Only upon the receipt of the required documents, a Digital Certificate can be

issued.

Note: It may take up to 7 working days for issuance of Class III Digital Certificate; hence the bidders

are advised to obtain them at the earliest.

Important Note: Bid for a particular tender can be submitted during the ONLINE BID SUBMISSION

stage only using the Digital Certificate that is used to encrypt the data and Upload their bids.

In case, during the process of a particular tender, the bidder looses his Digital Certificate because

of any problem (such as misplacement, virus attack, hardware problem, operating system

problem, etc); he may not be able to submit his bid online.

Hence, the bidders are advised to keep their Digital Certificates in a safe place under

proper security to be used whenever required.

The digital certificate issued to the Authorized User of a Partnership Firm / Private Limited

Company / Public Limited Company / used for online bidding will be considered as equivalent to a

no-objection certificate / power of attorney to that user.

In case of Partnership Firm, majority of the Partners have to authorize a specific individual

through Authority Letter signed by majority of the Partners of the Firm.

In case of Private Limited Company, Public Limited Company, the Managing Director / any

other person (having designated authority to authorize a specific individual) has to authorize a

specific individual through Authority Letter.

Unless the certificate is revoked, it will be assumed to represent adequate authority of the

specific individual to bid on behalf of the Organization for online tenders as per Information

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 7

Technology Act 2000. This Authorized User will be required to obtain a Digital Certificate. The

Digital Signature executed through the use of Digital Certificate of this Authorized User will be

binding on the firm. It shall be the responsibility of Management / Partners of the concerned firm

to inform the certifying authority, if the authorized User changes, and apply for a fresh digital

certificate for the new authorized User.

3. Set Up of Bidders’ Computer System:

In order for a Bidder to operate on the e-procurement System, the computer system of the bidder is

required to be set up for Latest version of Java, Operating System, Internet Connectivity, Utilities

Fonts, etc. A help file on setting up of the Computer System can be obtained form the portal..

4. Publishing of NIT

For the tenders processed using the e-procurement system, only a brief Advertisement related to

the tender shall be published in the newspapers and the Detailed Notice shall be uploaded only on

the e-procurement system. The contractors can view the Detailed Notice and the time schedule for

all the tenders processes using the e-procurement System on the website

https://www.mpeproc.gov.in

5. Key Dates

The bidders are strictly advised to follow the time schedule (Key Dates) of the Tender for their side

for tasks and responsibilities to participate in the tender, as all the stages of each Tender are locked

before the start time and date and after the end time and date for the relevant stage of the Tender

as set by the concerned Department Official.

6. Purchase of Tender Documents:

The tender document can be purchased ONLY online. The tender shall be available for purchase to

concerned eligible contractors immediately after online release of the tender and upto scheduled

date and time as set in the key dates. Arrangements have been made for the Bidders to make

payments online via Credit Card / Internet Banking. In case of online tendering, the application form

for the purchase of tender documents shall not be required.

The bidder can purchase the tender documents online by making online payment of tender

document fees using the service of the secure electronic payments gateway (see point 7 below for

further details), and should print out the system generated receipt of their reference which can be

produced whenever required.

7. Electronic Payment Account:

As the tender documents shall be available for purchase only online, bidders are required to pay the

tender document fees online using the Online Payments Gateway Service integrated into the e-

Procurement System. For the list of available modes of electronic payments that are presently

accepted on the Online Payments Gateway Service, please check the link ‘List of e-payments

accepted online’ on https://www.mpeproc.gov.in

8. Preparation of Bids and Submission of Bid Online by the Bidders:

The Bidders have to prepare their Bids online, encrypt their bid data in the Bid Forms and submit Bid

Seals (Hashes) of all the envelopes and documents required to be uploaded related to the Tender as

per the time schedule mentioned in the key dates of the Notice Inviting Tenders after signing of the

same by the Digital Signature of their authorized representative.

9. Submission of Earnest Money Deposit:

The Bidders shall submit their Earnest Money Deposit as usual in a physically sealed Earnest Money

Deposit envelope and the same should reach the concerned Office as stated in the Notice Inviting

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 8

Tender by post. The bidders have to upload scanned copy of Earnest Money Deposit instrument

along with the reference details.

10. Opening of Tenders:

The concerned Department Official receiving the tenders or his duly authorized Officer shall first

open the online Earnest Money Deposit envelope of all the Bidders and verify the scanned copy of

the Earnest Money Deposit uploaded by the Bidders. He shall check for the validity of Earnest Money

Deposit as required. He shall also verify the scanned documents uploaded by the bidders, if any, as

required. In case, the requirements are incomplete, the commercial and other envelopes of the

concerned Bidders received online shall not be opened.

The concerned official shall then open the other envelopes submitted online by the Bidders in the

presence of the Bidders or their authorized representatives who choose to be present in the order of

opening. He will match the Bid seal (Hash) of each envelope and the documents uploaded, during

the respective opening, with the hash submitted by the Bidders during the Bid Preparation stage. In

the event of a mismatch, the Bid data in question shall be liable for a due process of verification by

the Nodal Officer of e-procurement System of Public Works Department.

For more details you may contact

Mr P.K.Jandani, Executive Engineer MP, AKVN (I) Ltd, Indore. Telephone No 0731-2556111,

4070976.

Mr. Amar Singh – Officer Implementation, MPSEDC, State IT Center, Bhopal – 462011. Call at

9893421873

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 9

Tender Data Sheet

1. Name of Work : Infrastructure development works (including roads, water supply,

power supply, administrative building, parking, bus shelter, Food

court, toilet block etc.) for proposed Apparel & Pharma-Herbal

Cluster at Bijeypur Village, Teshil Depalpur, District Indore (MP)

2. class of contractors : Registered in new centralized registration system in any Central /

State Government / Semi Government works department in

appropriate class, up to date of issue of NIT.

3. Earnest Money : Rs. 9.23 Lakhs to be paid in the form of Demand Draft/ FDR in

favour of MD, MPAKVN (I) Ltd., Indore from any Scheduled /

Nationalized bank.

4. Probable amount of

contract

: Rs. 1846.41 lacs

5. Cost of Tender document : Rs. 20,000/-

6. Date of Issue of tender : As Per Keydates

7. Last date of purchase of

tender

: As Per Keydates

8. Date of Pre-bid Meeting : 11.03.14

9. Validity of tender : 120 days from the date of opening

10. Time Period for

Completion of work

: 18 Months (including rainy season)

11. Defects Liability Period : 36 Months from the date of completion of the work.

12. Bank Solvency : Bidder should provide a Solvency certificate from any

Nationalized bank / Scheduled for an amount of Rs. 25.00 Lacs

(Rupees Twenty Five Lacs only). The solvency certificate should

not be less than 12 months old from date of opening of bids.

15. Performance Security 5% of the Contract Price in the form of Fixed Deposit Receipt or

Bank Guarantee from any Nationalized Bank or Scheduled Bank

Note: The document with annexure in notice inviting tender shall form part of the

agreement.

EXECUTIVE ENGINEER

M.P. Audyogik Kendra Vikas Nigam Ltd., Indore.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 10

General Terms and Conditions

1. The Tenderer must be fully conversant with the documents and terms condition

available on the website / Tender Document.

2. The detail of the scope of work under this contract is described in the Section –

“Employer’s requirement”. Brief Scope of work shall include –

Scope of Work:

Construction of Bituminious Road, open(katcha) drain, Drilling and commissioning of

bore wells & Providing & laying of water distribution line, , Construction of 2 lakh liter

cpacity Underground sump & 5 lakh liter capacity over head tank with 12 meters staging

height, & Rising Main from Sump to ESR with Providing and laying of Pumping

machinery for Water supply Scheme etc.

External/ Internal electrification of proposed Industrial cluster, supply, Installation,

Testing, Commissioning and handing over of the system to MPPKVVCL LTD comprising

of double circuit Over head 33 KV line, 33/11 KV, 5 MVA electrical substation, 11 KV

line, LT line and, street light work etc.

Construction of Admin Building having built up of 1227 sqm, Food court, Toilet block,

parking area, security cabin and Bus shelter.

All the works shall be maintained for a period of three years (defect liability period) from

the date of completion of the work.

3. The electrical work shall be executed only through the contractors who possess valid

A-class electrical license issued by the MP licensing board Bhopal . He should also attach

a copy of the license.

4. Eligibility Criteria :

A) The Bidder Should be registered in new centralized registration system in any Central

/ State Government/ Semi Government works department in appropriate class, up

to date of issue of NIT with appropriate class.

B) The successful Bidder must get registered himself in appropriate class in M.P.P.W.D

within 21 ( Twenty one days) from sanction of the tender. If successful bidder failed

to complete the registration with MPPWD, then EMD will be fortified.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 11

C) The bidder should have a minimum average annual financial turnover for

infrastructure work during the last 3 years, ending 31st March of the previous

financial year of at least Rs 9.50 crores (Rupees Nine Crores Fifty lacs).

D) The Bidder should have net worth of Rs 4.75 crore (Rupees Four crore Seventy Five

lacs.)

E) The Tenderer during the last seven years reckoned from the issue of NIT should have

experience in executing Civil Infrastructure Projects (excluding irrigation earth works

project) for Govt. or Semi Govt. agencies .

a. Three similar nature of work each costing not less than 40% of estimated cost

i.e. Rs. 7.40 crs

OR

b. Two works not less than 50% of estimated cost i.e.Rs. 9.25 crs

OR

c. One work not less than 80% of estimated cost i.e. 14.80 crs

Tenderers are required to submit the corresponding Work Order copies &

Execution/completion Certificates issued by the respective clients, the certificate

should be issued by respective authority (Not below Executive Engineer) of client.

MPAKVN may call for original certificates for verification.

Note:

I. Work execution/completion Certificate shall include detailed scope of

work, actual cost of work completed with date of commencement, date

of execution of the work.

F) Bank solvency for at least a minimum amount of Rs. Twenty Five Lacs in a

Nationalised/Scheduled Bank not later than 12 (twelve) months from date of issue of

NIT.

G) Bidder should submit the audited financial statement of last Three years

H) Bidder should have team of qualified technical professional and support staff

having experience of similar projects

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 12

I) Bidder should have sufficient plants, machineries and equipments deployed

immediately on work site.

J) No Joint Venture or Consortium shall be allowed under this contract.

5. Available Bid Capacity

The available bid capacity of the bidders shall be assessed at the time of Technical

evaluation. The bidders to be eligible for award of work shall have the bidding capacity

more than the total tendered cost of the works. The available bid capacity will be

calculated as under:

Assessed Available Bid Capacity (A*N*2-B), where

A= Maximum value of construction turnover in civil engineering works executed in any

one year during the last Seven years (updated to price level of the year in which contract

is to be awarded).

B = Value of balance works of existing contract commitments. (For next 18 months)

N = Number of years prescribed for the present contract. (Period up to 6 months to be

taken as half year and more than 6 months and up to 12 months as one year)

Note:

Certificate duly signed and stamped should be submitted in support of the above.

Contractor should submit the bid capacity duly signed.

Even though the Bidders meet the above qualifying criteria, they are subject to be

disqualified if they have.

i Made misleading or false representations in the form, statements and

attachments submitted in proof of the eligibility documents; and/or

ii Record of poor performance such as abandoning the works, not properly

completing the contract, inordinate delays in completion, litigation history, or

financial failures etc; and/or

iii Participated in the bidding for the other work and had quoted unreasonably high

bid prices/low bid prices and could not furnish rational justification to the Nigam.

iv Being loss making organization for last Three Years consecutively.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 13

6. Submission of Tender

Bidders are requested to submit the proposal online in following 3 covers (envelops):

(i) Earnest Money (Envelope A)

(ii) Technical Proposal (Envelope B)

(iii) Financial Proposal (Envelope C)

Envelopes A & B will have to be submitted physically also on or before the due date given in the tender document. Price bids( Envelope C) are to be submitted mandatorily online and shall not be accepted in any physical form as mentioned above. Price Bid Submitted in Physical Form will be rejected.

Envelope A shall contain Earnest Money deposit.

Earnest Money would be submitted physically in the shape of Demand Draft issued

by Nationalized/Scheduled bank in favour of Managing Director, MPAKVN (I) Ltd.,

Indore payable at Indore. Scanned copy of EMD will be submitted onine.

Envelope B : technical bid shall contain documents giving details of Eligibility Criteria

and other documents as given under :

Copies of:-

Copy of registration as contractor in eligible category

The Tenderer shall submit performance certificate of their executed projects as per

the eligibility criteria.

CA certificate for certifying the average annual turn over for last three years and net

worth. Complying the eligibility criteria

Copy of registration of department of commercial tax

Copy of Registration in SERVICE TAX DEPARTMENT

Copy of Registration with labour department

Company Profile as per Format fiven in Annexure H

Notarized Power of attorney in the favour of authorized person for signing of the Bid

Undertaking on a prescribed format that they have not been debarred/ blacklisted as

on date in any department.

Details of constitution of the company.

Original bank solvency certificate for at least a minimum amount of Rs. Twenty Five

Lacs from a Nationalized/Scheduled Bank in favour of Managing Director, MPAKVN

(I) Ltd not later than 12 (twelve) months from date of issue of NIT.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 14

The tenderer shall submit details of organization proposed to be committed for

execution of work with Designation of the employees as per Annexure A.

The tenderer shall submit list of experience in Infrastructure Projects completed till

date in the form given in Annexure – E.

The tenderer shall submit list of the works which are in hand (progress) in the form

given in Annexure - B.

Organization Chart of the Company

Construction Program in the form of a Gantt Chart

Site utilization plan/mobilization Plan (arrangement for site office, labour hutment,

tools & plants, power & water requirement)

Plant, Machinery and Tools proposed to be deployed for the work in the form given

in Annexure - F.

Manpower deployment schedule as per Annexure – A .

Methodology of working considering the site conditions. Contractor shall undertake

site visit at his own cost and shall dully fill Format given in Annexure K.

List and Names of Sub-Contractors (exclusively for the execution of external/Internal

electrification work and water storage construction work) if any, proposed to be

deployed for the various items of work comprising the tender with the credentials of

the sub-contractors.

Copies of quality and safety Policy of the Tenderer

Contractor shall provide list of litigation against his firm, if any in writing as per

Format given in Annexure N.

Signed and stamped “Available Bid Capacity” evaluation in the prescribed format.

Report of the financial standing of the Tenderer such as profit and loss statements,

balance sheets and auditor’s reports, for the past three years, estimated financial

projections for the next two years, in the form given in Annexure – L.

Any other document required for technical evaluation as described in “Annexure O”.

Contactor shall submit all the documents mentioned above duly signed and

stamped. All the documents submitted for eligibility and technical evaluation of the

tender shall be attested by Gazitted officer/ Notary.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 15

If required during evaluation MPAKVN(I) may request to the bidders for addition

documents /clarification.

Envelope C : Financial Bid shall consist of the completed bill of quantities with rates and

amount to be filled by bidder online only.

Tender shall be valid for 120 days from the date of tendering.

7. Proposal Evaluation:

If the Earnest Money is not found in accordance with the prescribed mode, the

technical and financial proposal will not be opened.

The Tenderers who’s EMD found to be in order, technical part (Envelope B)

Submission of the tender would first be checked for responsiveness with the

requirements of the tender.

The Technical Proposal would be evaluated on the various aspects set out in Clause 6

of this Section. As part of the evaluation of the Technical Proposal, MPAKVN (Indore)

Limited may also request the Tenderer to submit clarifications.

Financial bid shall be opened of those bidders who complied the eligibility criteria.

MPAKVN (Indore) Limited reserves the right to reject the tender of a Tenderer

without opening the financial bid Submission if, in its opinion, the contents of

technical Submission are not substantially responsive with the requirements of this

Tender.

Financial Bid shall be opened in the presence of all the Tenderers who have met the

requirements of evaluation.

8. The Earnest Money of all the Tenderer shall be refunded if it is decided to reject all

the tenders on the same day. Otherwise the earnest money of the all the Tenderers

shall be retained till any tender is accepted and agreement executed. However,

irrespective of the decision on the tenders the earnest money of all the Tenderers

shall be refundable on expiry of the validity period specified in the NIT unless

otherwise mutually agreed.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 16

9. ADJUSTMENT OF EARNEST MONEY: - Earnest money, which has been deposited for a

particulars work, not ordinarily, be adjusted towards the earnest money for another work,

but if the tender of contractor for a work in the same area has been rejected and the

earnest money has not been refunded to him due to any reason, if may be so adjusted by

the Managing Director.

10. 100% earnest money shall stand forfeited in case:

If contractor withdraws the offer within the validity period of bid.

The contractor who neither executes the Contract Agreement within stipulated

period as stated in work order nor takes up the execution of work even after lapse of

date of start of work.

11. Pre-Bid Meeting:

The Tenderer or its official representative is invited to attend a pre-bid meeting,

which will take place on the date and time given in Bidding Data sheet. The venue

for the meeting will be the office of MPAKVN (I) Ltd, Indore at, 3/54, Press Complex,

A.B. Road, Indore- 452018

The purpose of the meeting will be to clarify issues and to answer questions on any

matter that may be raised at that stage.

The bidder is requested to submit any questions in writing or by fax or electronic

mail, to reach the Employer before the meeting date.

Minutes of the meeting, including the text of the questions raised and the responses

given, will be posted on the web site http://mpeproc.gov.in and

http://mpakvnindore.com .Any modification of the bidding documents, which may

become necessary as a result of of the pre-bid meeting shall be made by the Owner

exclusively through the issue of an addendum and not through the minutes of the

pre-bid meeting held and shall be posted on the web site http://mpeproc.gov.in

and http://mpakvnindore.com . Tenderers are advised to attend the pre-bid

meeting. However, non-attendance at the pre-bid meeting will not be a cause for

disqualification of a bidder.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 17

12. The acceptance of tender will rest with Owner who does not bind itself to accept the

lowest tender and reserve to itself the right and authority to reject any or all the tenders

received without assigning any reason thereof. All tenders in which any of the prescribed

conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

13. Canvassing in connection with tenders in strictly prohibited and the tenders submitted

by the Tenderer who resort to canvassing will be liable to rejection.

14. On acceptance of the tender, the name of the accredited representatives of the

successful Tenderer who would be responsible for taking instructions from the Engineer-

in-charge shall be communicated to the Engineer-in-charge within 15 days after the date

of written order to commence work.

15. Sales Tax, Turnover tax or any other tax on work done, if any, in respect of this contract

shall be payable by the successful Tenderer and Owner will not entertain any claim

whatsoever in this respect. In the event of non-payment/default in payment of any

octroi, royalty, cess, sales tax, custom, excise, service tax or any other levy/tax including

labour dues and C.P.F. etc. by the successful Tenderer, Owner reserves the right to

withhold the dues / payment and make payments to the Local /State /Central Govt.

Authorities or to labourers as may be applicable and same shall be adjusted from the

amounts due to successful Tenderer.

16. Validity of offer

The tender for the work shall remain open for acceptance for a period of 120 days from

the date of opening of tenders. If any Tenderer withdraws his tender before the said

period or makes any modifications in the terms and conditions of the tender which are

not acceptable to Owner then Owner shall without prejudice to any other right or

remedy, be at liberty to forfeit the said earnest money absolutely.

17. If it is found that the tender is not submitted in proper manner or contain too many

corrections or absurd rates of amounts, it would be open for Owner to take suitable

action against the Tenderer. Tenderer shall submit only the relavent information or

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 18

documents request as per the the tender in requisite format. Any irrelavent information

shall lead to the rejection of the tender.

18. Before tendering, the Tenderer shall inspect the site to fully acquaint himself about the

condition in regard to accessibility of site, nature and extent of ground working

conditions including space for stacking of materials, installations of T&P etc., conditions

affecting accommodation and movements of labour etc. required for the satisfactory

execution of the contract. No claim whatsoever on such account shall be entertained by

Owner in any circumstances.

19. The Tenderer should read the “Employer’s Requirement”, specifications and study the

BOQ, tender drawings, etc. carefully before submitting the tender.

20. The Tenderer’s responsibility for the contract shall commence from the date of issue of

orders of acceptance of tender.

21. The Tenderer should verify all plans, drawings etc. shown in the tender and in case of

doubt about required particulars which may in any way influence his tender, same may

be got clarified from the issuing authority of tender before submitting the tender. No

allowance whatsoever will be made beyond the contract for any alleged ignorance

thereof.

22. The site for execution of the work will be made available, as soon as the work is

awarded.

23. The tender documents has the specific terms and conditions on which tenders are

invited. Hence, all tenders should be in strict conformity with the tender documents and

should be filled in where ever necessary and initialed. Pages should be numbered and

photocopies should be clear/ readable. Incomplete tenders are liable to be rejected.

The terms and conditions of the tender documents are firm as such conditional tenders

are liable to be rejected.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 19

24. RATES:

1. The rates quoted in the tender for the various items of work will not be altered by the

contractor during the term of contract.

2. The rate shall also include of the following

i) Rates quoted shall cover the providing of waterproof store of 500 cement

bags storage capacity with suitable lock and key arrangements.

ii) Rates quoted shall cover the provision of site laboratory, if applicable, for

routine tests. For this purpose successful Tenderer shall provide all the

equipments and machines as required for the testing and approved by

the Engineer-in-Charge.

iii) Rates quoted shall include that successful Tenderer shall remove all

stores, working yards, labour hutments after completion of

work/instructed by Owner from time to time or before final payment. He

will also clean all rubbish, debris, leveling filling if any so as to leave site in

clean and tidy conditions for other works/successful Tenderers as

directed by Engineer -in-charge.

3. Rates quoted shall include provision of all scaffolding, tools, tackles and other

equipments generally required for proper execution of the work.

4. Rates shall be inclusive of all taxes, octroi, toll or sales tax, labour welfare fund,

Royalty, service tax, WCT, Cess or any other taxes or levies etc. payable by the

successful Tenderer and the Owner will not entertain any claim whatsoever in this

respect.

Sales tax, turnover tax or any other tax on work done in respect of this contract shall

be payable by the successful Tenderer and Owner will not entertain any claim

whatsoever in this respect. In the event of non-payment /default in payment of any

octroi, royalty, cess, sales tax, custom, excise or any other levy / tax including labour

dues and P.F. etc. by the successful Tenderer, the Owner reserves the right to

withhold the dues /payments and make payments to the Local/States/Central Govt.

Authorities or to labourers as may be applicable.

5. The rates for all works shall, unless clearly specified otherwise, include cost of all

labour, materials and other inputs involved in the execution of the items.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 20

6. The quoted rates shall be for all heights, lifts, leads and depth except where

otherwise specified in the item of work.

7. The rates quoted by the Tenderer shall cover the cost of all loading, transporting to

site, unloading, storing under covers as required, assembling or joining the several

parts together necessary and incorporating or fixing materials in the work including

all preparatory work of whatsoever description as may be required and of closing,

preparing, loading, returning empty case of containers to the place of issue.

8. The Tenderer is bound by the rates he quotes for the various items irrespective of

quantities mentioned in the tender. No extra amount shall be paid due to variation,

alteration, omissions, modifications of the quantities put in tender, unless it has

been specifically agreed by Owner.

9. The rates quoted shall be inclusive of establishing the labour camps outside the

premises.

10. The Successful Tenderer shall have to construct, operate and maintain creche for

labourer’s children and Sulabh Shauchalaya for labourers at his own risk and cost.

Nothing extra shall be payable on this account.

11. If rate quoted by the bidder is less than the PAC by more than 10%, the bidder will

have to furnish an additional performance security equal to difference in amount as

per rate quoted by him and amount at 10% below PAC. (For example if bidder

quotes a rate which equals to 12% below PAC then bidder will have to deposit an

amount of 2% of PAC which will be refunded after satisfactory completion of work.)

25. Non Schedule Item of Work : During the execution of work there is likelihood of such

item of works, which do not find place in the current schedule of rates, referred to

above in respect of Item rate contractors for which contractor has not quoted his rates,

contractor will have to carry out these items of work.

Rates of Non schedule items which may be derived from MPPWD SOR issued by E n

C for building work w.e.f 15.06.2009 (with up to date amendments) & For PHE work

issued by E n C w.e.f. 2nd Dec 2009 with (up to date amendments ), Electrical SOR

issued by E n C w.e.f. 1.04.2008 with up to date amendments ,up to date of issue of

NIT,rates of such item shall be paid 15% above SOR rate , however For SOR issued by

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 21

En CMP PWD for Road & Bridge work w.e.f. 1.2.2013 no above or below percentage

in rates shall be applicable.

Rates of such items of work which do not find place in the current schedule of rates

or in any SOR referred above , for such items Rate analysis shall be submitted by

contractor and will be approved by the Managing Director and the decision of the

M.D shall be binding on the contractor. The quantum of such work will not exceed

10% of amount of contract unless accepted by the nigam and the contractor.

26. Defect Liability period of this work is 36 months, the period shall be start from the date

of getting the completion certificate.

27. The Owner reserves the right to make amendments in the BOQ / Drawings till the final

signing of Agreement and the rates quoted by the Tenderers shall remain valid for the

corrected BOQ/ Drawings.

28. The Owner reserves the right to vary certain conditions of the contract in future if it is

deemed necessary and reasonable for the efficient operation of the contract within the

overall spirit of the contract.

29. Price Variation

a) Adjustment for cost of bitumen & steel:-

Any variation (plus or minus) in the cost of bitumen & steel will be paid or deducted on

the theoretical consumption of bitumen & steel. The difference in price will be worked

out on the basis of basic rates prevailing on the date 01.01.2014 and any variation

during the agreement period of eighteen months only from the date of work order.

This difference in prices will be calculated on bulk supply rates of IOC/rate of steel

authorities of India Ltd respectively. In case the rates are not available for any

particular type of material in IOC/SAIL then the rates would be derived from similar

primary manufacturing PSU’s as specified by EIC/Consultant. The bitumen has to be

brought only from public sector oil refineries situated in India.

b) Adjustment for cost of cement:-

The contract price will be subject to adjustment on account of variations (plus or

minus) in cost of cement which is delivered to the site and used in the permanent

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 22

works according to the formula’s given below.

Vc = S x (M-Mc) x T

Mc

Vc = Adjustment to the contract price on account of increase or

decrease of cost indices of cement as applicable.

S = Basic price for cement shall be Rs. 5800/- per metric ton.

Mc = Base cost index for cement which shall be the index for cement, as

shown in index numbers of wholesale prices in India – by group and

subgroup (month end / year and data) (base latest available ),

release by the Office of the Economic Advisor, Ministry of Industry,

Govt. of India, as on the date 01.01.2014.

M = Base cost index for cement which shall be the index for cement, as

shown in index numbers of wholesale prices in India – by group and

subgroup (month end / year and data) (base latest available ),

release by the Office of the Economic Advisor, Ministry of Industry,

Govt. of India, on the period of bill

T = Quantity of cement consume in the billing period

Note:-

a) No other adjustment to the contract price on account of fluctuation in the cost

of specified material shall be made.

b) In determining the amount of any adjustment to the contract price pursuant to

this sub-clause,

no account shall be taken of any overheads or profits.

c) No price adjustment shall be paid after the stipulated date of completion of

work i.e.18 months after the date of work order even if the time extension is

given with or without the penalty to complete the work.

Managing Director

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 23

2. GUIDELINES TO CONTRACTORS FOR IMPLEMENTATION OF E- PROCUREMENT SYSTEM

IN MADHYA PRADESH : As above

3 GENERAL INSTRUCTIONS TO TENDERERS

3.1 Introduction

Background

M/s MP Audyogik Kendra Vikas Nigam (I) Ltd,Indore (MPAKVN) is the authority

responsible for planning and execution Industrial area within its jurisdiction. In line

of above requirement MPAKVN has proposed to develop a Apparel & Pharma-Herbal

Cluster at Bijeypur Village, Depalpur Tehsil, district Indore. Site is located near to

Betma (on NH 59) at 30 km from Indore city. Completion period for works shall be 18

calendar month.

3.2 Before Tendering, the Tenderer shall visit the site and also examine the conditions of

contract, Technical specification (including drawings and other specifications SOR

items and their specifications referred to therein), the schedules and the Schedule of

quantities and if there should be or appear to be any ambiguity or discrepancy

between any of these documents or between figures and measured dimensions

upon drawings, he should immediately refer the matter to the Engineer-In-Charge.

3.3 Permission to inspect the site will be granted on request to any authorized

representative of the Owner; the Tenderer shall ascertain the location, size and

condition of areas available for his use as working areas and all other information

affecting this Tender.

3.4 Owner will not be responsible for payment of any expenses which may be incurred

or losses to person or property suffered by any Tenderer in connection with visits to

and examination of the site and in the preparation of his Tender for submission.

3.5 The Tenderer is required to check the numbers of the pages and should any be found

missing or in duplicate or the figures or writing indistinct, he must inform

Owner/Engineer-In-Charge at once and have the same clarified.

3.6 Tender shall be signed by the legally authorized representative of the Tenderer with

Tender’s full name, designation, and his complete address shall be given. All pages of

the document shall be numbered, signed and stamped by signatory of the tender.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 24

3.7 The Tender form shall be filled in all entries made by hand and written in ink. Any

tender in which there is overwriting or erasure is liable to be rejected. All corrections

should be attested by the Tenderer with his dated initials as many times as the

corrections occur.

3.8 Tenderer shall quoted considering all item of work and in case Tenderer does not

quote for any items, it will be presumed that the cost of said item is already included

in other items and the successful Tenderer shall execute the item without any extra

cost to Owner.

3.9 No addition/alteration made by the Tenderer in the Notice Inviting Tender,

Instructions to the Tenderer, the Tender Form, the Conditions of Contract, the

Drawings, Specifications or Quantities accompanying the same shall be recognised,

and if any such additions/alterations are made or any special conditions are

attached, it shall not be considered the tender of the Tenderer shall be liable to be

rejected.

3.10 Constitution of the company or firm by which the Tender is submitted so as to show

by what persons and in what manner a contract shall not be allowed under this

contract.

3.11 The Tenderer whether or not he submits a Tender shall treat the details of the

documents as secret and confidential.

3.12 Owner reserves the right to adjust arithmetical or other errors in the tender. Any

adjustments so made shall be stated to the Tenderer if the Client shall make an offer

to accept to such recall.

3.13 Performance Security: The Performance Security to be paid by the contractor shall

be 5% of the Contract Price. The Performance Security is to be taken for due

performance of the contract. The Earnest Money paid at the time of submission of

tender can be converted in Performance Security by adding a sum to make it equal

to five percent (5%) of the Contract Price to be deposited within ten days of the

receipt of the notification of acceptance of tender either in the form of Demand

Draft/Fixed Deposit Receipt or Bank Guarantee from any Nationalized Bank or

Scheduled Bank for a period of contract including defect liability period.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 25

EMD will be returned / refunded to the Contractor after remittance of the

Performance Security and execution of the Agreement in case of FD receipt or Bank

Guarantee will be provided.

3.14 Security Deposit: The security deposit will be deducted @ of 5% of the bill value of

the bills (running & final bills), which will be released after 6 months of actual date of

completion of project.

Performance Security shall be released after completion of defect liability period

mentioned under this contract.

3.15 After acceptance of the tender the Tenderer shall sign the necessary agreement

within fifteen days of intimation. In case of delay, the earnest money may be

forfeited and the tender cancelled or the contract enforced as per terms of the

invitation of tender and the Tenderer shall thus be bound even though the formal

agreement has not been executed and signed within the time stipulated by the

tender documents.

3.16 The successful Tenderer shall submit a detailed programme as described dentifying

the activities involved and working out the resource scheduling for main items,

within 15 days of intimation of acceptance of tenders, which with modifications if

any, by the Owner/Engineer-In-Charge, shall form part of the agreement and shall be

strictly adhered to for final and satisfactory completion of entire work within

timeframe.

3.17 The successful Tenderer shall follow the detailed programme for all items of the

work and such programme will be part of the contract and shall be binding on the

successful Tenderer as per clause.

3.18 Labour hutments including sanitary requirements will have to be provided by the

successful Tenderer at his own cost. The same shall be located outside and away

from the site. If inside it should not interpret the construction activity in any manner.

3.19 These instructions to Tenderers shall form part of Tender / contract document.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 26

4 EMPLOYER’S/OWNER’S REQUIREMENT

A. General :

MP Audyogik Kendra Vikas Nigam (Indore) Ltd., a subsidiary Company of M.P. State

Industrial Development Corporation Ltd. Bhopal, has intended to develop Apparel &

Pharma-Herbal Cluster at Bijeypur Village, Teshil Depalpur under District Indore. The

Project involves providing Development of Roads, site grading work, Construction of

Bore Well, Water Supply System, Overhead and underground resorvoir, Storm Water

Drainage Network, construction of Admin building, parking area, Gumti, toilet block,

security cabin and others infra allied works etc.

a. Information about Site Area :

Proposed industrial Cluster falls under district Indore and with respect to location it may

be treated as extension of well known industrial area Pithampur. Project site is almost

barren land and under the ownership of MPAKVN (I) for industrial development. Site is

approximately 30 Km from Indore city and 20 Km from industrial area Pithmpur. Site is

having access from village road which connects to NH 59 at Betma junction. Apparel &

Pharma-Herbal cluster avails the advantages of ready infrastructure surrounding

Pithampur & Pardesipura (Indore).

b. Existing Site Condition:

The site area basically consists of Hard and moderate strata. The topography of the site

is undulating in nature with a contour difference between highest and lowest level is

approximately 8 mtr

Drawing No. APH 1 enclosed with this tender document shows the Layout plan of the

project.

The Tenderer is required to examine carefully the site of the proposed Industrial area

and carry out confirmatory survey and Geo-Technical investigations of the entire area.

However topographical survey carried out by MPAKVN is available with for study.

c. Scope of Work under this Contract:

Listed below is a brief description of the scope of works included in this Contract. The

scope of works of this Contract is not limited to the list below and includes all other

elements described in this Tender that are defined as part of the requirements for this

project.

a. Internal Road network

b. Drilling of TubeWells and laying Raw water network pipelines

c. Water Distribution System

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 27

d. Open (katcha) Storm water drain

e. Electrical distribution system and Street lighting network ( i.e provide and laying of

HT lines, 5 MVA substation etc.)

f. Toilet Block

g. Food Court

h. Security Cabin

i. Parking

Following items shall be constructed on DBOT(Lumpsum)basis:

j. Water reservoirs ( Underground and elevated tanks)

k. Administrative Building

l. Bus Shelter

a. Construction of Road: The total road length under this contract is 8.4 Km. All roads

are proposed with flexible pavement. The ROW wise detail has been given below.

12 meter ROW – approx. 1500 meter length.

15 meter ROW – approx. 4300 meter length.

18 meter ROW – approx. 640 meter length.

24 meter ROW - approx. 900 meter length.

30 meter ROW – approx. 1600 meter length.

The detail sections of the roads are described in drawing attached

Contractor shall be responsible to carry out the work as per the item described in the

bill of quantity including all necessary preparatory works.

b. Drilling of tube well and laying of Raw water Network: This section of work shall

consist of the following.

i) Drilling of 6 nos of tube well, the tentative location of the bore well are

specified in drawing no AC/PHC/T.No 5. However ground water resistivity

survey shuld be carried out to finalise the locations

The arrangement of the tube well shall be as described in the drawing

The depth of each bore well shall be min 150 m.

The diameter of bore well/casing pipe not less then 8”. Material shall be GI.

The submersible pumps for each bore well shall have 30 m head and 7.5 Hp

capacity.

The minimum diameter of CI/DI/GI connecting pipe shall be of 80 mm from

tubewell to raw water network.

80 mm dia NRV etc, shall be provided for each bore well.

80 mm dia pressure gauge shall be provided with each bore well.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 28

Brick masonry chamber shall be provided for each bore well, as per drawing.

All other details as mentioned in the drawing.

ii) Supply, installation, commissioning and testing of ductile iron pipe raw water

pipe network of approx. 9 km length.

Drawing No AC/PHC/Tno 5 enclosed with this tender document shows the

raw water network of the project.

The construction of raw water network also includes providing, installation,

commissioning and testing of necessary valves, specials, thrust block, valve chambers

etc. Contractor shall be responsible to carry out the work as per the item described

in the bill of quantity including all necessary preparatory works.

c. Construction of Water Supply Network: The total water supply network length

under this contract is approx. 9 km. The pipe material proposed is “ductile iron”

pipe. The diameter wise detail has been given below.

100mm diameter

150 mm diameter

Drawing No. AC/PHC/Tno 4 enclosed with this tender document shows the water

supply network of the project.

The construction of water supply network also includes providing, installation,

commissioning and testing of necessary valves, specials, thrust block, valve chambers

etc. Co

ntractor shall be responsible to carry out the work as per the item described in the

bill of quantity including all necessary preparatory works.

d. Construction of open (katcha) drain: The total Strom water Drainage network length

under this contract is approx. 16.8km. trapezoidal open trench has been proposed

for storm water drainage.

Contractor shall be responsible to carry out the works as per the item described in

the bill of quantity including all necessary preparatory works.

e. Bus shelter : Planning, Design, construction and etc. complete as per GA drawings

and details.

f. Food Plaza : Planning, Design, construction and etc. complete as per GA drawings

and details.

g. Toilet Blcok : Planning, Design, construction and etc. complete as per GA drawings

and details.

h. External Electrical works :

33 KV Double circuit over head line on 13 mtr high H-Beams with ACSR Dog

Conductor on Pin insulator from 132 Kv Grid Station ‘Betma’ up to project site

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 29

approx distance of the same is 8 kms. And Single circuit 33 KV overhead line on 13

mtr high H-Beams with ACSR Raccoon Conductor on Pin insulator complete with

associated hardwares for Power Distribution to Large size Plots.

33/11 KV, Outdoor Sub-Station 1 x 5 MVA extensible to 2 x 5 MVA with 33 KV VCBs

with provision of 2 nos. Incomer bays and 2 nos. outgoing bays for control of power

transformer and outgoing feeder, 11 KV VCBs with provision of 2 nos. transformer

bays, 4 nos. outgoing bays for control of power distribution to plots along with

associated control & relay panels. Including station auxilliaries, construction of

Control Room Building, foundation of all equipments and allied civil works.

11 KV overhead line on 11 mtr high H-Beams with ACSR Raccoon & Rabbit

Conductors on Pin insulator complete with associated hardwares for Power

Distribution to Medium size Plots. And

providing of 26 nos. 200 kVA and 2 nos. 315 kVA Distribution Transformers on pole

mounting structures with all ancillaries.

LT Power Distribution Network for Small Size Industrial Plots including 7 nos.

distribution Transformers, LT panel boards, Controlling MCCBs, Power Cables, etc.

for utilities complete with associated works.

Road Lighting on Steel Tubular Swaged Type Poles with 262 nos. 250 W HPSV

Luminaires and 44 nos. 140 W LED Lumiaires, complete with Road light control

panel, power cables etc. complete with associated works.

SCADA system at 33 kV station for control of 33 kV incomer bays, transformer bays,

11 kV incomer from transformer & outgoing bays including event and status logging

of all the feeders seperately and transfer of energy data.

i. Construction of UGT of capacity 2 lakh liter

Design, construction, testing & commissioning of 2lakh liter capacity RCC

underground tank including all associated works, complete in all respect as per

drawing, specification and instruction of Engineer-In-Charge. RCC underground

water tank with submersible pumps and all MEP works complete shall be provided.

All pipes shall be of DI K9 class and all valves shall be of CI of appropriate diameter. A

general arrangement drawing has been given in drawing no. Contractor shall prepare

a working / General Arrangement drawing with all MEP drawing. Drawing shall be

approved by SQC agency and owner. After approval of GA drawing, contractor shall

prepare structural drawing.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 30

Design Consultant: The Contractor will be required to engage the Design Consultant

who will have been named, and approved, in the Contractor’s submittal document

(under the eligibility criteria-sub contractors).

The Contractor will not be allowed to introduce a Design Consultant other than the

one named and approved in the said document unless there are exceptional

circumstances preventing the engagement of the pre‐approved Design Consultant.

Any change in the Design Consultant must be requested in writing prior to the

signing of the Contractor and the new Consultant must be approved in writing by

Owner.

The Contractor will be responsible for the full and complete design, construction,

completion and remedying of defects consistent with good engineering practice and

quality standards in the field of Infrastructure works all elements of which will be

subject to the Supervision and approval of the Engineer-in-Charge.

Structural design requirement: The structural design of the Underground tank shall

be carried out considering the depth of water as mentioned in the GA drawing. The

contractor shall take approval of the structural design of the UGT from Govt

Engineering College approved by Engineer in charge/owner or any other agency

approved by the owner. All cost incurred for approval shall be borne by contractor.

j. Construction of Overhead tank of capacity 5 lakh liter

Design, construction, testing & commissioning of 5 lakh liter capacity RCC overhead

tank with 12 mtr staging including all associated works, complete in all respect as per

drawing, specification and instruction of Engineer-In-Charge. All pipes shall be of DI

K9 class and all valves shall be of CI of appropriate diameter. Scope of work shall

include preparation a working G A drawing with all MEP drawing. Drawing shall be

approved by SQC agency and owner. After approval of GA drawing, contractor shall

prepare structural drawing.

Design Consultant: The Contractor will be required to engage the Design Consultant

who will have been named, and approved, in the Contractor’s submittal document

(under the eligibility criteria-sub contractors).

The Contractor will not be allowed to introduce a Design Consultant other than the

one named and approved in the said document unless there are exceptional

circumstances preventing the engagement of the pre‐approved Design Consultant.

Any change in the Design Consultant must be requested in writing prior to the

signing of the Contractor and the new Consultant must be approved in writing by

Owner.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 31

The Contractor will be responsible for the full and complete design, construction,

completion and remedying of defects consistent with good engineering practice and

quality standards in the field of Infrastructure works all elements of which will be

subject to the Supervision and approval of the Engineer-in-Charge.

Structural design requirement: The structural design of the over head tank shall be

carried out considering the staging height as mentioned above. The contractor shall

take approval of the structural design of the OHT from Govt Engineering College

approved by Engineer in charge/owner or any other agency approved by the owner.

All cost incurred for approval shall be borne by contractor.

k. Admin Building : Planning, Design and construction of Administrative & Commercial

building Input Center with RCC framed structure including all allied works like civil

work, Plumbing, electrical works, boundary wall, approach road, outer development

,landscaping etc. complete as per GA drawings and details given below. Plot area -

3400 sqm , Builtup area – approx. 1227 sqm.

General Guiding specifications for building works

Sr.

No

Particulars Detail specifications Remark

1 Purpose of the building

Administrative building & commercial inut center with shops and plug and play facilitiy

2 Floor to Floor height 4.5 mtr

3 No. of Storey G+1 (structure to be design with the provision for vetical expansion for Second and third floor)

4 Indicative SsBC 10 tonnes/sqm which needs to be confirm by contractor for designing of structure for G + 3 storey

5 Plinth level Minimum plinth level 90cm from Finished road level

6 Plain Cement Concrete

1:3:6 (1cement :3 sand :6 metal)

7 Reinforced cement concrete

M20 design mix and above

8 Brickwork Brick work with well brunt chimney bricks crushing strength notless than 40kg /sqcm and water absorption not more than 20% in foundation, plinth and superstructure (outer wall 200mm & partition wall 100mm thick)

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 32

Sr.

No

Particulars Detail specifications Remark

9 Flooring (A) Vitrified floor tiles of size 60x60 cm of 10mm thickness with water absorption’s less than 0.08% laid on 20mm thick cement mortar 1:4 including grouting the joints with white cement and matching pigments etc., complete.

(B) Kota stone 25 mm thick over base of CM 1:4 i/c rubbing and polishing complete

(C) Granite stone flooring with 18mm thick stone (sample of granite shall be approved by engineer-in-charge) over 20mm (average) thick base of cement mortar 1:4

10 Doors (A)35 mm thick both side laminated flush door shutter with ISI marked Steel butt hinges (B) Rolling shutters for Shops with 3 m width & 3.5 m height (C) Collapsible door at Entrance and exit

11 Windows/Ventilators Aluminium work for windows / ventilators with extruded built up standard tubular sections/ appropriate Z sections and other sectionss of approved make conforming to IS: 733 and IS : 1285 all complete as per architectural drawings and the directions of Engineer-in-charge . Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15) with 6 mm thick clear float glass / Obscure glass panes.

12 Pipeline Chlorinated Polyvinyl Chloride (CPVC)pipes of 15mm & 25mm dia having thermal stability for hot and cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00 m spacing i/c jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete

13 Sanitary work ( A ) Indian type W.C. pan (orrissa pattern) of size 580x440mm with integral type foot rests with 100mm sand cast Iron P or S trap., 10 litre low level white P.V.C. flushing cistern (B) White vitreous china pedestal type

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 33

Sr.

No

Particulars Detail specifications Remark

water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern, ISI marked white solid plastic seat and lid. (C) White vitreous china flat back lipped front urinal basin of 430x260x350mm and 340x410x265mm sizes respectively with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I clamps complete (D)White vitreous china wash basin of size 630x450mm with all connections complete.

14 Plaster 15mm plaster in 1:4 CM for internal walls 20mm plaster in 1:6 CM for external walls

15 Painting (A)Painting of internal walls with Oil bound washable distemper of approved brand and manufacture in two or more coats over POP surface (B)Painting of External walls with Premium Acrylic Smooth exterior paint of required shade two or more coats applied @ 1.43 ltr/ 10sqm. over and including base coat of water proofing cement paint applied @ 2.20 kg/ 10 sqm (C) Painting of with synthetic enamel paint of approved brand and manufacture of required colour two or more coats with an under coat of approved primer.

16 Water proofing water proofing treatment of WCs, bathroom and roofs with polymer based mortar water proofing RECRON with Ultratech Cement in 20mm thickness on properly sloped surface / Integral cement based water proofing Laying brickbats with mortar using broken bricks/brick bats 25 mm to 115mm size with 50% of cement mortar 1:5 (1 cement : 5 sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 ( with five years service gurantee). as approved by Engineer-in-charge

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 34

Sr. no.

Name of the Building

Flooring Ceiling Walls Doors Windows

1 Entrance

Lobbies and passages

Granite OBD with

POP

150 MM high granite band bottom; OBD paint as/spec

Frames - -Wooden frames Shutters - Both Side Laminated

Shutter

Aluminium Alloy Extruded Sections with 6 mm thick clear float glass /

Obscure glass panes.

2 Office Area Vitrified

Tiles OBD with

POP

100 MM high granite band

bottom; OBD paint as/spec

Frames - wooden Frame Shutters -

Both Side Laminated

Shutter

Aluminium Alloy Extruded Sections with 6 mm thick clear float glass /

Obscure glass panes.

3 Shops at

ground floor Vitrified

Tiles OBD with

POP

100 MM high granite band

bottom; OBD paint as/spec

Rolling shutters

Fixed ventilator / Aluminium Alloy

Extruded Sections with 6 mm thick clear float glass /

Obscure glass panes.

4 Shops at

First floor

Kota Stone

Flooring

OBD with POP

100 MM high granite band

bottom; OBD paint as/spec

Rolling shutters

Fixed ventilator / Aluminium Alloy Extruded Sections with 6 mm thick clear float glass / Obscure glass panes.

5 Toilets

Anti Skid Ceramic

Tiles (400 X 400)

OBD with POP

Ceramic Tile Cladding upto

2100 MM; OBD paint as/spec

Frames - wooden Frame Shutters - flush door with

paint

Aluminium Alloy Extruded Sections with 6 mm thick clear float glass / Obscure glass panes.

6 Porch Heavy Duty tiles

OBD with POP

100 MM High Skirting and OBD with Putty; OBD

paint as/spec

7 Steps Kota

Stone Flooring

OBD with POP

100 MM High Skirting and OBD with Putty; OBD

paint as/spec

Frames - wooden FrameShutters -

Both Side Laminated

Shutter

Aluminium Alloy Extruded Sections with 6 mm thick clear float glass / Obscure glass panes.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 35

External Finish

Aluminium Composite panel cladding of appropriate shade on façade as per detailed architectural design. Structural Glazing of approved shade as per architectural detail.

Internal Roads

All Internal roads shall be of Bituminous surface having a minimum carriageway of

5m and footpath on both sides not less than 1m in width. Street lights and drainage

arrangement shall be provided appropriately.

Parking & Landscaping

50 LMV and 100 two wheeler capacity parking shall be provided with heavy duty

paver surface. Base for the paver shall be prepared with 100 mm thick PCC and 200

mm thick soling. Adequate number of trees to be splant as per the detailed

landscape plan for entire campus / plot area.

Plumbing Work

All water supply piping shall be of CPVC pipes and fixtures shall be of approved

make as per approved drawings and specification. Septic tank of suitable designed

capacity shall be provided for treatment and disposal of effluent. OHT of capacity

of 20,000 Ltr capacity shall be Provided .

Electrical Work

All wiring and power points and fixure shall be as per approved make. Work shall

be executed as per approved drawing and standard practices

Boundary Wall

Boundary wall of 1.8 m high above ground shall be provided. Boundary wall shall

consist of RCC frame structure on column footing with 3m panel with 200mm thick

Brick wall . Expansion joint shall be provided at appropriate spacing. Wall shall be

plastered in 1:4 CM on both side and painting with snowcem cement paint shall be

done with appropriate shades.

Remarks Terrace – All flat terraces shall be treated with Integrated water proofing

treatment. All sunken areas under toilets– as per specification.

l. Maintenance Work

Contractor shall maintain the total constructed facilities and infrastructure for three

years defect liability period. The date of Maintenance period shall be start from the

date of final completion of the construction and issue of virtual completion

certificate by Engineer-in-Charge/Owner. No. extra payment shall be made to the

contractor for maintenance during defect liability period. Bituminous roads should

be bitumen surfaced and pothole free at the time of handling over to MPAKVN.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 36

5 CONDITION OF CONTRACT

5.1 INTERPRETATIONS

In construing these conditions and Interpretations Specifications, Schedule of

Quantities and Contract Agreement the following words shall have the meanings

herein assigned to them except where the subject or context otherwise requires:

5.1.1 CONTRACT

The contract shall mean the Agreement between the Client and the Contractor for

the proper execution and successful completion of the works in accordance with the

contract documents.

5.1.2 CONTRACT DOCUMENTS

The Contract Document shall mean collectively Notice Inviting Tenders, Tender Form,

The Contract Agreement, General Conditions of Contract, Special Conditions of

Contract and Annexures, Specifications, Drawings, further documents as may be

expressly incorporated in the letter of acceptance or contract agreement and the

priced Schedule of quantities as accepted by the Owner through letter of acceptance

and all modifications thereof and additions thereto incorporated in and made to the

documents during the currency of the contract.

5.1.3 EMPLOYER”/OWNER shall mean M/s MP Audyogik Kendra Vikas Nigam (I) Ltd and

shall include his/ their representative/s assign/s or successor/s.

5.1.4 CONSULTANTS”/”ARCHITECT” shall mean M/s Fortress Infrastructure Advisory

Services Pvt. Ltd. having their registered office at 2nd floor daryanagar house,

Maharishi karve road, Marinelines, Mumbai . and shall include his/ their

representative/s assign/s or successor/s.

5.1.5 CONTRACTOR

Means the individual or firm or Company whether Incorporated or not under taking

the works and shall include legal personal representatives of such Individual or the

persons comprising such firm or Company and the permitted assigner of such

Individual or firm or Company

5.1.6 “SUB-CONTRACTORS” shall mean the persons, firms, companies or agencies who

after approval of the Owner / Engineer-in-charge, have entered into a direct.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 37

Contract with the Contractor in respect of any part of the works, and include the

sub-contractor’s legal representatives, successors and permitted assignee.

5.1.7 NOMINATED SUB-CONTRACTORS

Nominated Sub-Contractors refer to those specialist agencies, merchants,

tradesmen, and others, nominated at the time of bid submission for executing

special works or supplying special equipment or goods or materials or services in the

Contract Documents. The Contractor shall be required under the Contract to sublet

the execution of such special works or the supply of such special equipment or goods

or materials or services to the nominated sub-contractors. Such nominated sub-

contractors shall be deemed to have been employed by the contractor and the

Contractor shall sign a Sub-Contract Agreement with them. The Contractor shall be

responsible for co-ordination of all work of such nominated sub-Contractors, which

work shall be to the approval and satisfaction of the Engineer-in-charge/Owner.

a) Subletting for specialized work will be allowed to the maximum cost of 30% PAC.

b) After subletting, main contractor work will not be discharged from his main duties

and responsibility.

5.1.8 “SITE” shall mean the site of the contracted works on behalf of the Owner or

assigned by the Owner to act for the purpose.

5.1.9 “ENGINEER -IN- Charge” shall mean Executive Engineer of MPAKVN-Indore the work

on behalf of the Owner or assigned by the Owner to act for the purpose.

5.1.10 “SQC” shall mean the entity/firm supervise the work on behalf of Engineer-in-

charge.

5.1.11 “REPRESENTATIVE OF Owner” shall mean the authorized representative of M/s. MP

Audyogik Kendra Vikas Nigam (I) Ltd.

5.1.12 NOTICE IN WRITING

On written notice shall mean a notice in writing, typed or printed (unless delivered

personally or otherwise proved to have been received) by registered post of the last

known private or business address or registered office of the addressee and shall be

deemed to have been received in the ordinary course of post if would have been

delivered.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 38

5.1.13 “ACT OF INSOLVENCY” shall mean any of insolvency as defined by the Presidency

Towns defined by the Insolvency Act or any Act amending such original.

5.1.14 “WORKING DAY” means any day other than that prescribed by the negotiable

instruments act as being a holiday and consists of the number of hours for labour as

commonly recognized by good employer in the trade and in the district where the

work is carried out.

5.1.15 “IS” shall mean Indian Standard as issued by the Bureau Indian Standard Institution.

Wherever reference is made to “IS” it shall mean the relevant “IS” code on the

subject with latest edition as amended till date of submission of tender

5.1.16 “PROPERTY, OWNERSHIP AND POSSESSION”

The assets being created under this contract as Stipulated in the schedule will be the

‘Property’ Solely belonging to the Employer. The ownership of the site and property

will solely vest with the Employer throughout the performance of this Contract From

the beginning upto its completion or determination or termination or cancellation

and beyond. The use of site or the assets under construction Or part thereof by the

Contractor is purely to facilitate His performance under the contract and does not

confer On him the right of possession or tenancy.

5.1.17 “WORK AND SCOPE OF WORK” shall mean the totality of the work by expression or

Implication envisaged in the contract.

5.1.18 NORMAL WORKING HOURS

The normal working hours shall be between 8 A.M. and 6 P.M. on all working days.

“APPROVED EQUAL” shall mean an alternative product / service approved by the

Consultants / Engineer-in-charge / SQC with prior approval of Client as being

equivalent to that specified in the Contract Documents.

5.1.19 “APPROVED / APPROVAL” shall mean approved / approval in writing.

5.1.20 SINGULAR AND PLURAL

Words in the singular also include the plural and vice versa where the context

requires.

5.1.21 VIRTUAL COMPLETION

Virtual Completion will be said to have been achieved upon a Virtual Completion

Certificate being issued by the Engineer-in-charge when the works, according to the

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 39

Engineer-in-charge, have been completed in every respect in conformity with the

Contract Documents, and used for their intended purpose, complete with all systems

and services having been tested and commissioned.

5.1.22 FINAL COMPLETION

Final Completion will be said to have been achieved when at the end of the 3years

maintenance period which includes three year of defects Liability period a Final

Completion Certificate has been issued by the Engineer-in-charge when all the

requirements of the contract have been met and complied with and when all the

defective items of work and defects have been replaced and / or rectified and made

good as directed by and to the satisfaction of the Engineer-in-charge.

5.1.23 DEFECT (S) LIABILITY PERIOD

Defect(s) Liability period shall be the period as specified in the conditions of Contract

and in the NIT and shall be deemed as the period between the Virtual Completion

and the Final Completion of the works, and during which period the Contractor shall

be bound to replace/ and / or rectify and make good all defective materials,

equipment and / or workmanship which arise in the works or come to notice

subsequent to the Virtual Completion of works and prior to the Final Completion of

Works. The final Completion would therefore be deemed as the period of

completion of work as defined in the NIT plus the Defect Liability Period as specified

in the NIT.

5.1.24 DRAWINGS

“Drawings” means all drawings and technical information of a like nature provided

by the SQC / Engineer-in-charge to the Contractor under the contract and all

drawings, samples, patterns, models, operation and maintenance manuals and other

technical information of a like nature submitted by the Contractor.

“PERMANENT WORKS” means the permanent works to be executed (including

plant) in accordance with the Contract.

5.1.25 “TEMPORARY WORKS” means all temporary works of every kind [other than

Contractor’s Equipment] required in or about the execution and completion of the

works and remedying of any defects thereon.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 40

5.1.26 “PLANT” means machinery, apparatus and the like intended to form or forming part

of the permanent works.

5.1.27 “CONTRACTOR’S EQUIPMENT” means all appliances and things of whatsoever

nature [other than Temporary works] required for proper and successful execution

and completion of the works and the remedying of any defects therein, but does not

include plant, materials or other things intended to form or forming part of the

permanent works.

5.1.28 “CONTRACT VALUE” shall mean upto calculation of the entire remuneration due to

the Contractor in term of the contract on successful completion, of the work.

5.1.29 “ACCEPTANCE OF TENDER” shall mean the acceptance of tender issued by the

Employer

or its authorized representative(s) to the Contractor.

5.1.30 SPECIFICATION :

a) All Civil, and PHE Works shall be executed in accordance with Technical

Specifications, MPPWD SOR, PHE SOR National Building code of India 2005, CPWD

Specifications and the relevant Indian Standard specification with amendment and

revisions issued up to the date of tender notice. Standard Engineering and best

practices should be followed for NON SOR items as approved by engineer-incharge.

b) For external Electrical works, contractor has to coordinate MPPKVVCoLTD, and has

to follow guidelines and specification as prescribed by MPPKVVCoLTD. Necessary

permission and approvals from Electrical safety dept of GoMP is also in the scope of

contractor.

c) Specification for Road Works -The road works and collection of materials for road

works shall be carried out according to specification published by the Indian Road

Congress/MoRTH.

d) CONTRADICTION OR AMENDMENT: - In the event of contradictions between the

stipulation of the Current Schedule of Rates S.O.R. and aforesaid specification the

stipulation of the current schedule of rates shall gain precedence. In the event of

contradiction, if any between different specification and or codes of practice,

referred above the decision of the Executive Engineer of M.P.A.K.V.N shall be final

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 41

subject to appeal in case of dispute before Managing Director of M.P.A.K.V.N within

one month of decision of Executive Engineer of M.P.A.K.V.N.

5.2 LAWS GOVERNING THE CONTRACT:

5.2.1 This contact shall be governed by the Indian Laws in-force for the time being.

a) The contract is confidential and must be strictly confined to the purposes of the

contract. The original and duplicated copies of the contract Agreement shall be

signed by the Owner and the Contractor or their accredited representative. The

original shall be kept in the safe custody of the Owner and the duplicate copy

shall be handed over to the Contractor.

5.2.2 One certified true copy of the Contract shall remain in the custody of the

Owner. The Contractor, on signing thereof, shall be furnished by the Owner,

free of cost, with one certified true copy of the Contract Agreement and two

copies of all drawings issue during the progress of work. Any further copies of

such drawings required by the Contractor shall be paid for by him. The

Contractor shall keep one certified copy of the contract of the agreement and

all drawings on the work site and the Owner or his representative shall at all

reasonable time have access to the same.

5.3 SCOPE OF CONTRACT

The Contractor shall carry out the said work complete in every respect in

accordance with this contract and with the directions and to the satisfaction of the

Owner.

5.3.1 The Contractor shall have to submit architectural and structural drawing for

all Lumpsum works i.e. all buildings , sumpwell , OHT and get the necessary

approval of all the structural drawings from Govt Engg college.

5.3.2 The Contract shall include all Designing and obtaining necessary approvals for

lum sum work like all buildings , sumpwell , OHT manpower, materials, tools

plant equipment and transport which may be required for the full and entire

execution and completion of the works and shall unless otherwise stated,

include wastage and materials, carriage and cartage, carrying or empties,

hoisting setting, fitting and fixing in position, testing and commissioning of

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 42

aforesaid work in accordance with good Engineering practice and recognized

principals.

5.3.3 The Contractor shall provide everything necessary for the proper execution of

the work according to the intent and meaning of the specifications and

drawings taken together whether the same may or may not be particularly

shown or described therein provided that the same can reasonably be

inferred there from and if the Contractor finds and discrepancy in the

specifications and drawings or between the drawings and he shall

immediately and in writing refer the same to the Engineer-in -charge and

Owner who shall decide which is to be followed, subject to provisions of

Clause 5.4 hereinafter.

5.4 DISCREPANCIES AND ADJUSTMENT OF ERRORS:

5.4.1 The several documents forming the contract are to be taken as mutually

explanatory of one another. In case of non-availability / discrepancy the

following order of precedence shall be observed:

i). The Contract Agreement.

ii). Letter of Award of work.

iii). Notice Inviting Tender (NIT)

iv). Employer’s requirement.

v). Priced Bill of Quantities.

vi). Conditions of Contract.

vii). Technical Specifications

viii). Construction Drawings.

ix). Any other document specified in the Contract.

5.4.2 If there are varying or conflicting provisions made in any one of the aforesaid

documents forming part of the Contract. Owner shall be sole deciding

authority with regard to intention and interpretation of the document and his

decision in this respect shall be final and binding.

5.5 PROGRAMME FOR EXECUTION OF WORK:

5.5.1 The Contractor shall submit within two weeks of the acceptance of the

tender, a activity based detailed program to Owner/Engineer-in-Charge,

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 43

which shall include the planning for execution of the entire work under the

contract within the stipulated time given for completion. This shall be

scrutinized by the Owner/Engineer-in-Charge. The mutually agreed Program

shall be binding on the contractor for progress of the work and for

completion by the due date.

5.5.2 Contractor shall maintain register of daily deployment of labour, mason etc.

on various activities and get it signed from Engineer-in -Charge on regular

basis and shall produce before the Owner as and when asked for.

5.6 EMERGENCY WORK:

Emergency works means, any urgent measures which, in the opinion of the Owner,

become necessary during the progress of the works to obviate any risk of accident or

failure or which become necessary for security, or rectifications to essential services

during the defects liability period. If any Emergency works become necessary and

the contract is unable or unwilling at once to carry them out, the Engineer-in -Charge

shall advise and assist the Owner in getting these works carried out by any other

agency at the Risk and cost of Contractor. All expenses incurred on these works shall

be recoverable from the Contractor in accordance with clause 5.32 stated

hereinafter and if necessary be set off against any sum payable to him under this

contract.

5.7 MANDATORY REQUIREMENT:

5.7.1 The Contractor shall conform to the provisions of any act of the legislature

relating to the works, and to the regulations and by-laws of any authority,

and of any water, sewerage and other authorities with whose system the

structure is proposed to be connected and shall, before making any variation

from the drawings or specification that may be necessitated by so

conforming by giving to the Owner/Engineer-in-Charge a written notice,

specifying the variation proposed to be made and the reasons for making it,

and apply for instructions thereon. In case the contractor shall not receive

such instructions within two weeks he shall proceed with the work in

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 44

question, and any variations so necessitated shall be dealt with under Clause

5.6.

5.7.2 The contractor shall indemnify the Owner or any agent, servant or employee

of the Owner against any action, claim or proceeding relating to the

infringement or design rights or any all edged patent or design rights and

shall defend all actions arising from such claims and himself pay any royalties,

license fees, damages, cost of all and every sort of other charges which may

be payable in respect of any articles or material or part thereof legally

incurred in respect thereof and included in the contract. In the event of any

claim being made or action being brought against the Owner or any agent,

servant or employee of the Owner in respect of any such matters aforesaid,

the Contractor shall be immediately notified thereof. Provided that such

indemnity shall not apply when such infringement has taken place in

complying with the specific directions issued by the Owner but the

Contractor shall pay any royalties or other charges payable in respect of any

such use, the amount so paid being reimbursed to the Contractor only if the

use was the result of any drawing and/or specifications issued after

submission of the Tender.

5.7.3 The Contractor shall indemnify the Owner against all claims which may be

made upon Owner under Workmen Compensation act or under common law

in respect of any employee of the Contractor or any Sub Contractor by

drawing-out an insurance policy in the Owner’s name to cover the work

against compensation of claimed.

5.7.4 The Contractor shall also be responsible for all injury to persons, animals, or

things which may arise from the operation or neglect of himself or of any

nominated subcontractors employees whether such injury or damage arise

from carelessness, accident or any other cause whatsoever in any way

connected with carrying out of this contract. The contractor shall indemnify

Owner and save him harmless in respect of all and any expense arising from

and such injury or damage to persons, animals or things as aforesaid and also

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 45

in respect of any claims made in respect of injury or also in respect of any

Award of Compensation or damage consequent upon such claims.

5.7.5 The contractor shall be responsible for all structural and other damage to any

property which may arise from the operation or negligence of himself or of

any Sub-Contractors employees or arising out of neglect, carelessness,

defective or any other cause whatsoever in any way connected with the

carrying out of this contract. This clause shall be deemed to include INTER

ALIA, any damage to buildings, whatever immediately adjacent or otherwise,

and any damage to roads, streets, footpaths, bridges or ways as well as

damage caused to the building and works forming the subject of this contract

by inclemency of weather. The Contractor shall indemnify the Owner against

all claims which may be made against the arise in respect of the works or in

consequence other of and in respect of any cost, charge/expense arising out

of any claim or proceedings and also in respect of any award of compensation

or damage arising there from and shall reinstate all damage or every sort

mentioned in this clause so as to make good or otherwise satisfy all claims

from damage to the property of third parties.

5.7.6 The Owner shall be at liberty and is empowered to deduct the amount of any

damage, compensation, costs, charges and expenses arising or accruing from

or in respect of any such above said claim or damage from any sum or sums

due or to become due to the Contractor, for which the Owner will be the sole

deciding authority.

5.8 ADMISSION TO SITE:

5.8.1 The Owner/Consultant and their representatives shall at all reasonable times

have free access to the works and/or the workshop, factories, or other places

where materials are lying or from which they are being obtained and the

Contractor shall give all necessary facilities to the Owner and /or his

representative for inspection and examination and test of the materials and

workmanship. No person unless authorized by the Owner except the

representative of Public Authorities shall be allowed to the works at any time.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 46

5.8.2 The officials of the Owner connected with the contract shall have the right of

entry to the site at all times.

5.8.3 The Contractor will not be permitted to enter (other than for inspection

purposes) or take possession of the site until instructed to do so by the

Owner. The portion of the site to occupied by the Contractor and the area of

land allotted for the purpose of erection of temporary workshop, stores etc.

will be clearly defined and or marked on the site plan, and the Contractor will

on no account be allowed to extend his cooperation beyond these areas.

5.8.4 The Contractor shall provide if necessary, or if required on the site all

temporary access thereto and shall alter, adopt and maintain the same as

required from time to time and shall take up and clear away as and when no

longer required and make all good.

5.8.5 The Owner reserve the right to use the premises or any portion of the site for

execution of any work not included in this contract which he may desire to

have carried out by other persons, and the Contractor is to allow all

reasonable facilities for the execution of such work but is not required to

provide any plant, materials or labour for the execution of such work except

by special arrangement with the Owner. Such works included in the contract

and the Contractor is not be responsible for any damage or delay which may

happen to or be occasioned by such work.

5.8.6 The Owner reserves the right of taking over any portion of the site, which he

may be required and the Contractor shall at his own expenses clear such

portion forthwith.

5.8.7 Site is handed over to Contractor only for execution or work, not for any

other job and the possession of Contractor is terminated at the completion of

work or incase of foreclosure. (Payment of final bill notwithstanding).

5.9 TEMPORARY WORKSHOPS/STORES ETC.:

5.9.1 The Contractor shall during the progress of the works, provide erect and

maintain at his own expense temporary workshops and stores as required to

the proper and efficient execution of works.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 47

5.9.2 On completion of works the whole of such temporary building shall be

cleared away and the site reinstated and left clean and to the entire

satisfaction of the Owner and at the Contractors expense.

5.10 NUISANCE:

The Contractor will not at any time do, cause or permit any nuisance on the site or

do anything which shall cause unnecessary disturbance or inconvenience to the

Owners, tenants or occupiers of other properties near the site and to the public

generally.

5.11 WORKING HOURS

The Contractor shall work only on and during the hours of working day unless he

obtains the prior written approval of Owner to do otherwise. If such approval is

given, no liability in respect of any excess cost arising therefrom shall be incurred by

the Owner.

5.12 ENVIRONMENTAL & SAFETY:

Please refer Annexure “C” & “D”

5.13 RIGHT ON INSPECTION

The Owner and the Consultant shall be entitled, at any time, to inspect and examine

any materials intended to be used in or on the works, either on the site or at the

Factory or workshop or other place where such materials are assembled, fabricated

or manufactured or at any place(s) where these are lying or from which these are

being obtained and the Contractor shall give facilities as may be required for

inspection and examination.

5.14 TESTING OF MATERIALS:

The Owner shall be entitled to have tests carried out as specified in relevant Indian

Standards for any materials supplied by the Contractor (other than those for which

satisfactory proof has been furnished) at the cost of Contractor and the Contractor

shall provide at his expense all facilities which the Owner may require for the

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 48

purpose. Minimum 10% of material testing will be done from Govt Engg college and

the cost shall be borne by the Contractor.

Apart from the above contractor shall construct and operate a complete equipped

laboratory furnished with all necessary instruments and apparatus for regular quality

checking as per requirement of MORTH/CPHEEO and other applicable specifications,

for this it is necessary to appoint a experienced quality control/ material Engineer

who will be looking after testing & quality control operations.

5.15 REJECTION OF MATERIALS :

The Owner/Engineer-in-charge/SQC shall have full powers to reject/removal of any

or all the materials brought to site by the Contractor which are not brand new and in

accordance with the contract specifications or does not conform in character or

quality to sample approved by the Owner. In case of default on the part of the

Contractor in removing rejected materials, Owner shall be at liberty to have them

removed by other means at the Contractor’s expense and risk. The Owner shall have

full powers to permit or to approve other materials to be substituted for rejected

materials.

5.16 CARE AND CUSTODY:

5.16.1 Materials required for the works whether brought by the Contractor or

supplied by the Owner shall be stored by the Contractor only at placed

approved by the Owner. Storage and safe custody of materials shall be the

responsibility of the Contractor. The Contractor shall be liable for any loss or

damage to such materials due to the neglect, theft or fire and shall make

good at his cost and expense.

5.16.2 Wherein any running bill the Contractor has claimed payment and the Owner

has included the value of any unfixed materials intended for incorporation in

works, then these materials shall become the property of the Owner and

they shall not be removed except for use upon the works, without the

written authority of the Owner.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 49

5.17 SURPLUS MATERIALS:

Whenever the works are finally completed and advance if any in respect of any such

materials is fully recovered, the Contractor shall at his own expense forthwith

remove from the site all surplus materials arranged by him. Before removal of such

stores from site he shall obtain clearance in writing from the Owner.

5.18 TOOLS AND EQUIPMENT

The Contractor shall at his own cost and expenses arrange all tools, plants,

equipment and transport required for the execution of the work. All the tools,

plants, equipment that are brought to the site shall not be removed from the site

without prior written approval from the Owner.

5.19 CONTRACTOR’S SUPERVISION & CONTRACTUAL STAFF DEPLOYMENT

5.19.1 The Contractor shall give all necessary personal superintendence during the

execution of the works, and as long thereafter as the Owner may consider

necessary until the expiration of the “Defect Liability Period”.

5.19.2 Contractual Staff Deployment

The Contractor shall employ and keep on the works at all times efficient and

competent staff to give necessary directives to his workers to execute works

in safe and proper manner. The Contractor shall employ only such

supervisors and workmen as are capable, careful, skilled in their trade and

calling. Within 15 days of award of Contract, the Contractor shall submit staff

deployment schedule in accordance with Annexure A for verification by

Engineer-in-Charge & shall be mutually agreed to. The Contractor is also

bound to provide at least the required numbers of experienced and qualified

technical staff as per the schedule agreeable.

The penalties as certified by the Engineer-in-charge on the basis of required

staff not available at site for a particular month shall be actuated for that

month & shall be irreversible.

Without prejudice to the any of the clauses in the contract, The Owner shall

have full power to suspend the execution of works until proper staff is

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 50

deployed. The Contractor shall have no extra claim on account of any

suspension under this head.

5.19.3 Orders given to the Contractor or his accredited agent who will be nominated

by the Contractor before commencement of work shall be considered to have

the same force as, if they had given to the Contractor himself.

5.19.4 The Contractor or his agent shall be in attendance at the site during all

working hours and shall supervise the execution of the works with such

additional assistance in each trade as the Owner may consider necessary.

5.19.5 The Contractor or his accredited agent shall attend, when required and

without making any charge for doing so, either at works site or at the office

of the Owner to receive instructions from the Consultant or Owner.

5.20 DISMISSAL OF CONTRACTOR’S EMPLOYEES:

Owner/Engineer-in-charge shall have full power and without giving any reason to

direct the Contractor to immediately cease to employ in connection with this

contract any agent, servant of Contractor whose continued employment in his

opinion is undesirable. The Contractor shall not be allowed any compensation on

this account.

5.21 SETTING OUT OF WORKS:

The Contractor shall set out the works and shall provide and fix all setting out

apparatus required and solely be responsible for the true and perfect setting out the

same and for the correctness of the positions, levels, dimensions and alignment of

all parts thereof. The Contractor shall take the approval in writing from the

Engineer-in-Charge for setting out the levels before starting the work.

5.22 APPROVAL BY STAGES:

All work embracing more than one process shall be subject to examination and

approval at each stage thereof as stipulated by the Owner and the Contractor shall

give reasonable notice in writing to the Owner when each stage is ready. In default

of such notice received, the Owner shall be entitled to appraise the quality and

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 51

extents thereof and in the event of any dispute the decision of the Owner thereon

shall be final binding. Record of such approval will be maintained.

5.23 COVERING OF WORK:

5.23.1 Work to be open for Inspection

All work under or in course of execution or executed in pursuance of the contract

shall at all time to be open to the inspection and supervision of the Engineer in

Charge and his sub-ordinates and contract shall at all times during the usual working

hours and at all other times at which reasonable notice of the intention of the

Engineer in Charge or his sub ordinates to visit the work shall have been given to the

contractor either himself to be present for the purpose. Order given to the

contractor’s agent shall be considered to have the same force as if they had been

given to contractor himself.

5.23.2 Notice to be given before Work is covered Up

The contractor shall give not less than five days notice in writing to the Engineer in

charge or his sub-ordinate/SQC in charge of the work before covering up or

otherwise placing byond the reach of measurementany work in order that the same

may be measured and dimensions there of be taken before the same is so covered

up or placed beyond the reach of measurement any work without the consent in

writing of Engineer in charge or his subordinate in charge of the work and if any work

shall be covered up or placed beyond the reach of measurement without such notice

having been given consent obtained, the same shall be uncovered at the contractor’s

expenses, or in default thereof. No payment or allowance shall be made for such

work of the materials with which the same was executed.

5.24 ENGINEER-IN-CHARGE/CONSULTANT’S INSTRUCTIONS:

Instruction of Engineer in charge shall include but not limited to the

following:

a) The variation or modification of the design, quality or quantity of works or

the addition or omission or substitution of any work, with the prior approval

of the Owner/Engineer-in-charge.

b) The removal and/or re-execution of any works executed by the Contractor.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 52

c) The opening up for inspection of work covered up.

d) The amending and making good of any defect.

5.25 DEFECTIVE WORK:

5.25.1 The Owner shall, during the progress of the works, have power to order in writing

from time to time the removal and proper re-execution of any work executed with

materials or workmanship not in accordance with the drawings and specifications or

instructions, and Contractor shall forthwith carry out such order at his own cost. In

case of defaults on the part of the Contractor to carry out the same and all expense

consequent thereon or incidental thereof as certified by the Owner shall be born by

the Contractor or may be deducted by the Owner from any money due or that may

become due to the Contractor against this contract or any other contract with the

Owner.

5.25.2 The Contractor is responsible and shall ensure that there is no leakage or seepage in

roofs, ceilings, walls, or floors or in the water supply or sewage system. Contractor

shall do the complete stage or work to the satisfaction of Owner. If these defects are

not rectified in 15 days time then the Owner shall be at liberty to recover an amount

equivalent to the cost of redoing the complete stage of work and recovery be

affected from any money or that may become due to the Contractor against this

contract or any other contract with Owner or from his retention money with the

Owner.

5.25.3 Contractor shall be responsible for proper compaction of the earthwork as per

specification. The gradation and laying of the WMM and GSB shall strictly follow the

specifications. In case, test results are found to be “fail” then contractor shall

remove the entire stretch and shall undertake the work as per specification.

5.25.4 All the materials shall be as per the specifications any defective material shall be

replaced by the contractor within two days.

5.26 ORDERS UNDER THE CONTRACT:

5.26.1 All directions, notices etc. to be given under the contract shall be in writing, type

script or printed and if sent by registered post to the last known place of abode or

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 53

business of the Contractor shall be deemed to have been served on date when in the

ordinary course of post it would have been delivered to him.

5.26.2 If the Contractor after receipt of written notice from the Engineer -in-Charge

requiring compliance, fails to comply within ten days with such instructions, the

Owner may employ and pay other persons to execute any such work whatsoever

that may be necessary to give effect thereto, and all costs incurred in connection

therewith shall be recoverable from the Contractor by the Owner as a debt or may

be deducted by him from any money due to /become due to the Contractor.

5.27 MEASUREMENTS

5.27.1 The measurements shall be taken jointly by the Owner/Engineer-in-Charge/SQC or

any person or persons duly authorized by him and the Contractor’s representatives,

immediately on completion of the item or work. The Contractor shall without extra

charge, provide assistance with every applicable and other thing necessary for

measurements. Measurements shall be entered in the measurement book as

applicable and signed and dated by all the parties (SQC, owner and the contractor)

immediately on recording the same. If the Contractor objects to any of the

measurements recorded by or on behalf of the Owner, a note to that effect will be

made in the measurement book as applicable against the item or items objected to,

and such note shall be signed and dated by both the parties engaged in taking

measurements. Decision of the Owner in disputed cases will be final and binding.

5.27.2 Should the Contractor not follow the procedure laid down in clause 5.28.1 then the

Engineer -in-Charge shall have power to proceed by himself to take measurement

and in that case the measurement shall be taken by the Engineer -in-Charge. The

Contractor shall have no right to dispute. All measurement shall be taken in

accordance with the standard methods of measurement as given in relevant IS

unless stipulated to contrary in the contract documents.

5.27.3 If any alteration or addition (other than those by the authorities and to be executed

for an agreed sum) have been executed by the Contractor without having given

notice of his intention to do so, the Engineer -in-Charge shall be entitled to appraise

the value thereof and in the event of any dispute the decision of the Owner thereon

shall be final and binding.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 54

5.27.4 Efforts shall be made to process the final bill including measurements and evaluation

within a period of ninety days from the date of completion of the contracted works

as defined thereof. However, no claim shall lie against the Owner for any delay in

processing final bill beyond the period as stipulated above.

5.28 CERTIFICATE OF COMPLETION:

5.28.1 Immediately after completion of work, the contractor shall give notice thereof to the

Owner. The work shall be completed to the entire satisfaction of the

Owner/Engineer-In-Charge. If satisfied, the Owner/Engineer-in-charge shall issue

certificate of completion of the contract only after completion of all activeties of

works as a whole.

5.28.2 The works shall not be considered as completed unless the Owner has certified in

writing that they have been accepted, and then defects liability period as mentioned

shall commence from the date certified by the Owner as date of completion.

5.29 DEFECTS LIABILITY PERIOD

5.29.1 a) Defects liability period shall be thirty six calendar months after virtual

completion of the works as certified under this clause. Any defects in material

or workmanship observed in the entire work during execution or work or

within defect liability period shall be notified in writing by the Owner/Engineer-

in-Charge/SQC to the Contractor and shall be rectified by him at his own cost

within time as specified by Owner/Engineer-in-Charge/SQC.

b) It will be the responsibility of contractor to rectify the defects observed during

the defect liability period. Besides this atleast one technical person shall be

deployed for regular inspection.

5.30 PAYMENT ON INTERMEDIAL CERTIFICATE TO BE REGARDED AS ADVANCES:

5.30.1 No. payments shall be made for work estimated to cost less than Rs. 1,00,00,000/-

(Rs. One Crore) per month till after the whole of the work shall have been

completed and certificate of completion given but if intermediate payment during

the course of execution of works is considered desirable in the interest of work,

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 55

the contractor may be paid at the discretion of the Engineer-in-Charge. But in the

case of works estimated to cost more than Rs. One Crore the contractor shall on

submitting the bill there for, be entitled to receive a monthly payment

proportionate to the part there of the approved and passed by the Engineer-in-

Charge, whose certificate of such approval and passing of the sum so payable shall

be final and conclusive against the contractor, but such intermediate payment be

regarded as payment by way of advance against the final payment for works

actually done and completed and shall not precluded the requiring of bad,

unsound, and imperfect of unskillful work to be removed taken away and

reconstructed of erected, of be considered as on admission of the due

performance to the contractor or any such part thereof in any respect, of

occurring of any claim, nor shall it conclude, determine, or affect in any way the

powers or the Engineer-in-Charge under these conditions or any of them as the

final settlement and adjustment of the account otherwise, or in any or the way

very or affect the contract. The final bill shall be submitted by the contractor

within one month of the date fixed for completion of the work otherwise the

Engineer-in - Charge's Certificate of the Measurement and of the total amount

payable for the work accordingly shall be final and binding on parties,

intermediate shall not exceed 75% of total cost of work.

5.31 RECOVERY FROM CONTRACTOR :

a) Whenever any claim for payment of a sum of money arises(s) out under this

contract against the Contractor the Contractor shall on demand make the

payment of the same or agree for affecting adjustment from any amounts due to

him by the Owner. If however, he refuses or neglects to make the payments on

demand or does not agree for affecting adjustment from any amount due to him.

Owner shall be entitled to withhold an amount not exceeding the amount of

claim(s), from any sum then due or which at any time thereafter may become due

to the Contractor under this or any other sum due to the Contractor from the

Owner (which may be available with the Owner) or from the Contractors

retention money amount and retain the same by way of lien till such time,

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 56

payment is made by the Contractor or till the claim(s) is/are settled or adjudicated

upon.

b) It is an agreed condition of this contract that the sum of money(s) withheld or

retained as and by way of lien under this condition by the Owner, will be kept,

withheld or retained as such by the Owner, till the claims arising out of or under /

this contract is settled or adjudicated upon and that the Contractor will have no

claim for interest or damages whatsoever on any account in respect of such sum

so withheld.

c) Any amount due to the Contractor under this contract may be withheld by way of

lien against any amount claimed which may at any time hereafter he claimed by

the Owner from the Contractor on any account whatsoever, under this or any

other contract between them and retained till the claim(s) is/are settled or

adjudicated upon.

5.32 TERMINATION OF CONTRACT:

5.32.1 The Owner may without prejudice to any other right or remedy which shall have

accrued or shall accrue thereafter to the Owner, cancel the contract in part or

whole in any of the following cases:

If Contractor:

a) Being an individual, or if a firm, any partner thereof shall at any time be

adjudged insolvent or have received order or orders for administration of his

estate made against him or shall take any proceedings for liquidation or

composition under any Insolvency act for the time being in force or made any

conveyance or assignment of his effects or composition or arrangement for

the benefits of his creditor or purport so to do or if any application be made

under any insolvency Act for the time being in force for the sequestration of

his estate or if a trust deed be granted by him for and on behalf of his

creditors, or,

b) Being a company shall pass a resolution or the court shall make an order for

the liquidation of its affairs or a receiver or manager on behalf of the

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 57

debenture holders shall be appointed or circumstances shall arise which

entitle the court or debenture holders to appoint a receiver or Manager, or,

c) Assigns, transfers or subjects or attempts to assigns transfer or sublet any

portion of the works without the prior written approval of the Owner, or,

d) Makes defaults in commencing the work within a reasonable time from the

date of handing over of the site and continues in that state after reasonable

notice from the Owner/Engineer-in-Charge, or,

e) In the opinion of the Owner/Engineer-in-Charge at any time whether before

or after the date or extended date for completion makes defaults in

proceeding with the works with due diligence and continues in that state

even after reasonable notice from the Owner, or,

f) Fails to comply with any of the terms and conditions of the contract after

reasonable notice in writing with directions properly issued thereunder, or,

g) Fails to complete the works, work order and items of work with individual

dates for completion

h) Fails to clear the site on or before the date of completion.

5.32.2 Whenever the Owner exercise his authority to cancel the contract as mentioned

he may complete the works by any means at the Contractors risk and expense

provided always that in the event of cost of completion after alternative

arrangements have been finalized by the Owner to get the works completed or

estimated cost of completion (as certified by the Owner) is less than contract cost,

the advantage shall accrue to the Owner. If the cost of completion after the

alternative arrangements have been finalized by the Owner to get the work

completed or estimated cost of completion exceeds the money due to the

Contractor under this contract, the Contractor shall either pay the excess amount

assessed by the Owner or the same shall be recovered from the Contractor from

his dues.

5.32.3 The Owner shall also be at liberty to use the materials and other stores on site of

the Contractor as he thinks proper in completing the work and the Contractor will

be allowed the necessary credit. The amount of credit to be allowed in completing

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 58

the work shall be accessed by the Owner and the amount so assessed shall be

final and binding.

5.32.4 In case the Owner completes or decides to complete the works under the

provisions of this contract, the cost of such completion to be taken into account in

determining the excess cost to be charged to the Contractor under this condition

shall be the cost or estimated cost of materials purchased or required to be

purchased and/or the labour provided or required to be provided by the Owner,

as also the cost of the Contractors materials used with addition of 25% (twenty

five percent) to cover superintendence and establishment charges.

5.33 FORECLOSING OF WORK:

5.33.1 If at any time after the acceptance of the tender the Owner shall for any reason

whatsoever not required the whole or any part of the works, to be carried out the

Owner shall give notice in writing of the fact to the Contractor, who shall have no

claim to any payment of compensation or otherwise, whatsoever on account of

any profit or advantage which he might have derived from the execution of the

work in full but which he did not derive in consequence of the foreclosing of

whole or part of the works.

5.33.2 He shall be paid at contract rates for the full amount of the executed works

including such additional work e.g. Clearing of site etc. as may be rendered

necessary by the said foreclosing he shall be allowed a reasonable payment (as

decided by the Owner for any expenses sustained on account of labour and

materials collected but which could not be utilised on the works).

5.34 DISPUTE:

If any dispute relating to the terms and conditions of this Agreement or the

interpretation of the Agreement arises between the Parties, the Parties shall

promptly and in good faith negotiate with a view to its amicable resolution and

settlement. If no amicable resolution or settlement is reached within a period of 30

(thirty) days from the day on which the dispute(s) or difference(s) arose, such

dispute(s) or difference(s) shall be referred to and settled by the arbitration in

accordance with the Arbitration and Conciliation Act, 1996.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 59

Except as otherwise provided in this contract all question and dispute relating the

meaning of the specifications, designs, drawing and instructions herein before

mentioned and as to thing whatsoever, in any way arising out of or relating to the

contract, designs, drawing specification, estimates, concerning the works, or to the

execution or failure to executive the same, whether arising during the progress of

the work or after the completion or abandonment thereof shall be referred to

Managing Director MPSIDC shall give his written instructions and or decisions within

a period of 60 days of such request. This period can be extended by mutual consent

of the parties.

Upon receipt of written instruction or decisions, the parties shall promptly proceed

without delay to comply such instructions of decisions. If the Managing Director fall

to give his instruction or decision in writing within a period of 60 days or mutually

agreed time after being requested the parties are aggrieved against the decision of

the M.D. the parties may within 30 days prefer and appeal to the Board of Director

who shall afford an opportunity to the parties of being heard and to offer evidence

in support of his appeal. The Board of Director will give his decision within 90 days If

any party is not satisfied with the decision of the Board he can refer such disputes

for arbitration by an Arbitration Board to be constituted by the State Government

which shall consist of three members or whom one shall be chosen from among the

officers belonging to the Department not below the rank of M.D., one Retired Chief

Engineer of any Technical Department. The following are also the terms of contract

namely:-

a) No person other than the aforesaid Arbitration Board constituted by the

Government (to handle cases of all Technical Department) shall act as Arbitrator and

if any reason the possible matter shall not be referred to Arbitration at all.

b) The State Government may at any time effect any charge in the personnel of the

Board, and the new member of member appointed to the Arbitration Board shall be

entitled to proceed with the reference from the stage at which it was left by his or

their predecessors.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 60

c) The party invoking arbitration shall specify the dispute or disputes to referred to

Arbitration under this clause together with the amount or amounts claimed in

respect of each such dispute (s).

d) Where the party invoking arbitration is the contractor, no reference for arbitration

shall be maintainable, unless the contractor furnishes a security deposit a sum

determined according to the table given below, and the sum so deposited shall on

the determination of Arbitration proceedings be adjusted against the cost, if any

awarded by the board against the party and the balance remaining after such

adjustment or in the absence of the such cost being awarded the whole of the sum

shall be refunded to him within one month from the date of the award,

Amount of claim Rate of Security Deposits

For claim below Rs. 10,000

For claim of Rs. 10,000 & above

but below Rs. 1,00,000

For claim of Rs. 1,00,000 &

above

5% of the amount claimed subject to

minimum of Rs. 200.

3% of the amount claimed subject to a

minimum of Rs. 500.

2% of the amount claimed subject to a

minimum of Rs. 3.000.

(e) If the contractor does not make any demand of arbitration in respect of any claim

(s) in writing within 90 days on receiving intimation from the Executive Engineer that

the final bill is ready for payment, the claim of the contractor shall be deemed to

have been waived and absolutely barred and the Nigam shall be discharged or

released of all liabilities under the contract in respect of such delft.

(f) The Arbitration Board may from time to time with the consent of the parties extend

the time for making the award.

(g) A reference to the Arbitration Board shall be no ground for not continuing the work

on that part of contractor and payment as per terms and conditions of the

agreement shall be continued by the Department.

(h) Except where otherwise provided in this contract, the provision of the Arbitration

Act. 1940 and the rules made there under for the time being inforce shall apply to

the arbitration proceeding under this clause.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 61

5.35 WORK PROGRESS, DELAYS, EXTENSION OF TIME & PENALTIES:

The time allowed for execution and completion of the works or stage of the works as

specified in the contract, shall be the essence of the contract on the part of the

Contractor. Subject to any requirement in the contract as to completion of the any

portion or portions of the works comprised in the contract, the Contractor shall fully

& finally complete the works by the date stipulated in the contract or extended date

in accordance with the contract.

In order to avoid last minute accumulation of work, for its smooth & planned

execution, the Contractor shall submit the schedule of execution of activities

(program) in the following format, within 15 days of acceptance of the Contract.

A) A bar chart of activities with quantities in Microsoft Excel.

B) A progressive bar chart on MS-Project showing detailed activities.

The base line program shall be prepared in view of the guideline mentioned.

The program submitted by the Contractor shall be verified by the Engineer- in-

Charge & deemed to be frozen for the assessment of progress during the currency

of the contract as baseline program.

The Contractor shall propose completion of stages of the following activities in the

program, to be jointly agreed by the Owner as well as the Contractor before the

commencement of the project.

For External PHE Works

(i) Storm water

(ii) Water Supply

(iii) Raw water network including bore well construction.

For Road Works

(i) Excavation/Embankment preparation

(ii) Preparation of Sub grade

(iii) Preparation of Sub base, bases and shoulder (Non bituminous)

(iv) Preparation of bases and Surface Course (Bituminous)

(v) Finishing works

For OHT construction work

(i) Designing work and approval

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 62

(ii) Issue of GFC

(iii) Excavation work

(iv) RCC Structure staging

(v) Tank construction.

(vi) Finishing.

(vii) Plumbing work

For UGT construction work

(i) Designing work and approval

(ii) Issue of GFC

(iii) Excavation work

(iv) PCC

(v) Tank construction.

(vi) Finishing.

(vii) Plumbing work

(viii) Mechanical and electrical works.

For Admin Building, Bus Shelter and Food Court Work

(i) Designing work and approval

(ii) Issue of GFC

(iii) Excavation work.

(iv) Construction of RCC Structure.

(v) Construction of Brickwork and plaster.

(vi) Finishing work.

(vii) Plumbing work.

(viii) Electrical works.

(ix) Outer development works

(x) Commissioning of building and handover.

For parking area work

(i) Excavation work

(ii) Finishing work

For External Electrical Works

(i) Power Sourcing

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 63

(ii) Construction of Substation

(iii) HT Distribution work

(iv) LT distribution work

(v) Road Lighting

(vi) SCADA work

Stages of completion should be in the form of mile-stones as mentioned above on

monthly basis and as described in this document . Any penalty will be levied on

subsequent Running bill. The details of monthly progress report have been

described. However, it may herein be noted that whatever be the requirements of

stage(s), certain works on which commencement & progress of other agencies

depends, to be taken up & finished on priority basis. The target dates for these

activities should be submitted to the Owner within 15 days of acceptance of

Contract. The Engineer-in-Charge may suitably modify the targets to accommodate

completion of such work(s) in the programme accordingly.

5.35.1 DELAY BY THE CONTRACTOR

As soon as it becomes apparent to the Contractor that the portion of the work or

stage cannot be completed in the stipulated time due to unforeseen circumstances,

he shall forthwith inform the Engineer-in-charge 15 days in advance with the

reason(s) for delay & the extra time required for the completion of that part or the

stage. In case the Contractor fails to apply in time, Engineer-in-Charge, shall be

justified to hold that such delay is only due to the Contractor’s failure & shall take

further action. Lack of labour supply, non-availability of materials, rainy day or rainy

season, winter or foggy day & festivals shall not form the basis of delay or time

extension and shall be rejected. The Contractor shall mobilize sufficient resources in

advance to cope up with the time loss pertaining to these factors.

5.35.2 DELAY NOT DUE TO OWNER/THE CONTRACTOR

If the completion of the whole works (or part thereof), is likely to be delayed on

account of:

(i) Any force majeure event i.e. War, Riots, Earthquake etc.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 64

(ii) Delay on part of other Contractor or other parties engaged directly by the

Owner, on whose progress the performance of the Contractor necessarily

depends.

(iii) Any order of the Court.

(iv) Any other event or occurrence, which according to Engineer-in-Charge is not

due to the Contractor’s failure or fault and is beyond his control.

The Engineer-in-Charge may recommend such extension in period of

completion of stage(s)/work, as in his opinion is reasonable. Time extension

will be granted by Managing Director, MPAKVN (Indore).

5.35.3 DELAY DUE TO OWNER

In the event of any failure or delay by Owner or the Engineer-in-Charge, to

handover to the Contractor the possession of site necessary for execution of works,

or any part of the works if different dates for handing over the site for different

works have been indicated in contract, or to give necessary notice to commence the

works, or to provide necessary drawings or instruction or clarifications or to supply

any material, plant or machinery, which under the contract, is the responsibility of

the Owner, then such failure or delay, shall in no way effect or vitiate the contract

or alter the character thereof ; the Engineer-in-Charge shall grant such extension or

extensions of time to complete the work, as in his opinion is/are reasonable.

5.35.4 EXTENSION DUE TO MODIFICATIONS

If any modification ordered by Engineer-in-Charge or site condition encountered

are such, that in the opinion of the Engineer-in-Charge, the magnitude of the work

has increased, then such extension of stipulated date of completion or stage(s)

may be granted, as shall appear to the Engineer-in-Charge to be reasonable.

5.35.5 TIME TO CONTINUE TO BE ESSENCE OF CONTRACT

Unless otherwise mentioned the time period of completion of the work is

extended based on conditions in clauses 5.35.2, 5.35.3 & 5.35.4, no extension in

the completion period will be granted & clause pertaining to liquidated damages

shall come into force for not complying with the date of completion of project.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 65

Notwithstanding grant of extension of time under any of the sub-clauses

mentioned here in, time shall continue to be the essence of contract on the part

of the Contractor.

COMPENSATION FOR DELAY/PENALTY: The time allowed for the carrying out the

work as entered in the tender form, shall be strictly observed by the contractor

and shall be deemed to be essence of the contract and shall be reckoned from the

fifteenth day after the date on which the order to commence the work is issued to

the contractor, for a work where completion is up to 6 months.

For Works, for which the completion period is beyond six months :- The period

will be reckoned from the thirteenth day after the date on which the order to

commence the work is issued to the contractor. The work shall throughout the

stipulated period of contract be proceeded with all due deligence, keeping in view

that time is the essence of the contractor. The contractor shall be bound in all

cases, in which time allowed for any exceeds one month, to complete 1/8th of

whole work before 1/4 th of the time allowed under the contract has elapsed,

3/4th of the work before 3/4th of such time has elapsed and 3/4th of the work

before 3/4th of such time has elapsed. In the event of the contractor failing to

comply with above condition, the Executive Engineer shall levy on the contractor,

as compensation an amount equal to :-

1/2 per cent of the value of per week in respect of work costing up to Rs.

2,00,000.

3/8 per cent of the value of work per week in respect of work costing above Rs.

2,00,000 and up to Rs. 5,00,000.

1/4 per cent of the value of work per week in respect of work costing above Rs.

5,00,000 and up to Rs. 10,00,000.

1/8 per cent of the value of work per week in respect of work costing above Rs.

10,00,000 and up to Rs. 25,00,000.

1/16 per cent of the value of work per week in respect of work costing Rs.

25,00,000 and above.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 66

The total amount of compensation under the provision of the clause shall be

limited to 6 percent of the value of work.The decision of the MDAKVN shall be

final and binding in this regard.

The delay in departmental assistance ingrained in the contract will be taken duly

into account while recovering any compensation for the delay in the scales

prescribed above. Where the Engineer-in-Charge decides that the contractor is

liable to pay compensation for not giving proportionate progress under this clause

and the compensation is recommended during the intermediate period, such

compensation shell be kept in deposit and shall be refunded if the contractor

subsequently makes up the progress for the lost time, within the period of

contract including extension granted, if any.

5.35.6 ENGINEER-IN-CHARGE/OWNER DECISION ON PENALTY DEDUCTED SHALL BE

FINAL

The decision of Engineer-in-Charge on the penalty deducted from the Contractor

under this clause shall be final & binding, if approved by the Managing Director.

5.35.7 EXTENTION OF TIME:

If the contractor desires an extension of time for completion of the work on the

grounds of his having been unavoidably hindered in its execution or any other

ground he shall apply in writing to the Managing Director within 30 days of the

date of Hindrance on account of which he desires such extension as aforesaid and

the Managing Director with whom he has signed the agreement shall if in his

opinion (which shall be final) reasonable grounds are shown therefore , may

authorize such extension for a period not exceeding equal of the period provided

originally, Any further extension shall be subject to previous sanction of the Board

(ground to be shown thereof), provided always where the Managing Director has

recommended the grant of the extension/permitted the contractor to carry out

the work reserving the right of the department to impose the liquidated damages

(as provided for under the agreement) the running bills shall continue to be paid

to him.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 67

Provided further if any extension is applied for is proposed to be refused then the

competent authority shall give the contractor an opportunity to be heard before

taking final decision.

5.35.8 ACTION WHEN THE WORK IS LEFT INCOMPLETE, ABANDONED OF DELAYED

BEYOND THE PERMITEED LIMIT ALLOWED BY THE MANAGING DIRECTOR:

In any case in which under any clause of this contract, the contract shall have

rendered himself liable to pay compensation amounting to the whole of his

security deposit (Whether paid in lump sum or of deducted in installments) or

committed a breach of any of the rules of workman’s compensation act or in the

case of abandonment of work, expect due to permanent disability or death of the

contractor or any other cause, the Managing Director on behalf of M.P.A.K.V.N (I)

Ltd. shall give a notice before 15 days of work costing up to Rs.10.00 lacs, and

before 30 days for works costing above Rs.10.00 lacs, and in the event of the

contractor failing to comply with the contained in the said notice, shall have

power to adopt any of the following courses , as he may deem fit in the interest of

the Nigam.

(a) To rescind the contract (of which rescission notice in writing to the contractor

under the hand of the Managing Director shall be conclusive evidence) and in

which case the security deposit of the contractor shall stand forfeited and be

absolutely at disposal of Nigam.

(b) To employ labour paid by the department and to supply material to carry out

the work or any part of the work debiting the contractor with the cost of the

labour and the price of the material (of the amount of which cost and price

certificate of the accounts officer shall be final and conclusive against the

contractor) and crediting him with the value of the work in all respect in the

same manner and the same rates as if had been carried out by the contractor

under the terms or his contractor or the cost of the labour and the price of the

material as certified by the Accounts Officer, whichever less. The certificate of

the Accounts Officer as to the value of the work done shall be final conclusive

against the contractor.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 68

(c) To measure up the work of the contractor and to take such part there of as shall

be unexecuted out of this hands. And to give it to another contractor to

complete in which case any expensed which may be incurred in excess of the

sum which would have been paid to the original contractor, if the whole work

had been executed by him (or the amount of which excess certificate in

writing of the accounts officer shall be final and conclusive ) shall be born and

paid by the original contractor and may be deducted from any money due to him

by Nigam under the contract or otherwise from his security deposit or the

proceeds of sale thereof or a sufficient part thereof.

In the event of any of the above courses being adopted by the Managing Director,

the contractor shall have no claim to compensation for any loss sustained by

reason or his having purchased or procured any materials or entered into any

agreements or made any advance on account of, or with a view to the execution

of the work or the performance of the contract. And in case the contract

shall be rescinded under the provision aforesaid the contractor shall not be

entitled recover or be paid any sum for any work there to for actually

performed under the contract Executive Engineer of M.P.A.K.V.N /Project

Engineer will have certified in writing the performance of such work and the

value payable in respect thereof and he shall only be entitled to be paid the value

so certified.

Whenever action is taken under this clause the contractor's bill shall be

finalized within one month from the date of rescission both in the case of

building works and road and bridge works.

5.35.9 POWER TO TAKE POSSESSION OF OR REQUIRE REMOVAL OF MATERIALS, TOOLS

PLANTS OF SALE OF CONTRACTOR’S PLANTS ETC.

In any case in which any of the powers, conferred up on the Managing Director by

clause 5.35.8 here of shall have become exercisable and the same shall not be

exercised, the non-exercise thereof shall not constitute a waiver of any of the

conditions here of and such power shall not withstanding be exercisable in the

event of any future case of default by the contractor for which be any clause here

of he is declared liable to pay compensation amounting to the whole of his

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 69

security deposit and the liability of the contractor for the past and future

compensation shall remain unaffected in the event of the Managing Director putting

in force either of the power (a), (b) or (c) vested in him under the proceeding

clause. He may if he so desires, take possession of all or any tools plant materials,

and stores, in or upon the works, of the site thereof or belonging to the contractor

or procured by him and intended to be used for the execution of the work or any

part there of paying or allowing for the same in account at the contract rates, or in

case of these not being applicable, at current market rates, to be certified by

Managing Director whose certificate there of shall be final, otherwise the

Managing Director may give notice in writing to the contractor of his clerk or the

works foreman or other authorized agent asking him to remove such tools, plant

material, or stores from the premises (with in a time to be specified in such

notice) and in the event of the contractor failing to comply with any such

requisition, the Managing Director may remove them at the contractor's expenses

or self them by action or private sale on account of the contractor and at his risk

in all respects and the certificate of the Managing Director as to the expense of

the such removal, and the amount of the proceeds and expenses of any such sale

shall be final and Conclusive against the contract.

5.35.10 PROGRESS REPORTS

The Contractor shall report progress of the work on weekly as well as

monthly basis.

(A) Weekly progress reports

The Contractor must submit the following details to Owner in writing each

week on approved Performa

a) Number of men employed by trades.

b) Nos. of major equipment employed.

c) Progress achieved.

d) Site safety inspection checklist

(B) Monthly progress reports & penalties

The monthly progress report shall include

a) Number of men employed by trades.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 70

b) Nos. of major equipment employed.

c) QC & safety & Environmental reports.

d) Updated base line programme.

e) Progress in terms of quantities.

f) Up to date photographs.

g) Financial progress graphs.

Monthly progress should reach Engineer-in-Charge office by the end of month &

shall form basis for calculation of penalty as stipulated in this document. The

decision pertaining to completion of activity and stages shall be the prerogative of

Engineer-in-Charge & shall be final & binding. The penalties shall be reflected in the

RA bill for that month/stage. Physical photographs, quantities and time schedule

based programme shall form the basis of determining status of the activities or

stages. In no case cut off date of completion of activity/stage shall be allowed to

change except for reason(s) as detailed in paragraphs above.

5.36 ADJUSTMENT OF TAX CONSEQUENT UPON 46TH AMENDEMENT OF CONSTITUTION:

5.36.1 In case any fresh law or statutory rule or an order pursuant to the 46th

Amendment to the constitution of India, comes in to force after the submission of

tenders by which the Contractor has to pay new tax or variation in applicable

taxes (including sales tax) on completed cost of buildings and services and the

Contractor necessarily and properly pays such tax and produces the valid records

and documents, then he shall be reimbursed the amount in excess of his liabilities

under the contract.

5.36.2 Provided further that such payment, if any is not in the opinion of the Owner

(whose decision shall be final and binding) attributable to delay in execution of

work within the control of the Contractor.

5.36.3 Provided however the fresh law or rules or order pursuant to said amendment to

constitution reduces the Contractors liability under the contract the amount of

such reduction shall be recovered from the Contractor.

5.36.4 Under the provisions of the sales tax act of the state Govt. deduction will be made

as laid down in said Act, in running account payments, by Owner as applicable.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 71

5.36.5 The Contractor will necessarily and property keeps all the records, documents and

payments vouchers etc. for the purpose of tax assessment by concerned

authority. Any claims for refund if applicable shall be filed by the Contractor

directly with the Sales Tax Authority.

5.36.6 Accordingly the Contractor is deemed to have accounted for the element of sales

tax on all the quoted amounts under this contract.

5.37 POWERS OF OWNER’S REPRESENTATIVE/ENGINEER-IN-CHARGE:

5.37.1 Owner/ Engineer-in-Charge shall have general supervision and can give directions

of work. He has authority to stop work, whenever such stoppage may become

necessary to ensure the proper execution of work under this contract. He shall

also have authority to inspect and reject any work and materials which do not

conform to the specifications. He shall have the power to divert Contractor’s

resources to any work depending upon the priority. No claim, whatsoever will be

entertained by Owner on this account.

5.37.2 The above inspection shall however not relieve Contractor of his responsibilities

with regard to defective materials or workmanship and necessity for rectifying or

replacing the same.

5.38 Weather Conditions:

Owner/ Engineer-in-Charge may order Contractor to suspend any work which in

the opinion of Owner may be subject to damage by prevailing weather conditions.

5.39 Final Certificate:

On completion of the work or supply the contractor shall be furnished with a

certificate by Executive Engineer of M.P.A.K.V.N of such completion in the form

appended at the last, but no such certificate shall given, not shall the works be

considered to be complete until the contractor shall have removed from the

premises on which the work shall be executed, all scaffolding surplus material and

rubbish and cleaned off the dirt from all wood works, doors, windows, walls, or

other quite of and building in, upon of about which the work is to be executed, or

of which he may have had possession for the purpose of the execution thereof, nor

until the work shall have been measured by the Engineer-in-Charge whose

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 72

measurement shall be binding and conclusive against the contractor, if the

contractor fails to comply with the requirements of removal of scaffolding surplus

materials and rubbing and cleaning of the dirt on before the date fixed for the

completion of the work, the Engineer-In-charge may on the expenses of the

contractor remove such scaffolding surplus materials and rubbish and dispose of

the same as he thinks fit and clean of such dirt as aforesaid , and the contractor

shall forthwith pay the amount of all expenses so incurred, and shall have no claim

in respect of any such scaffolding or surplus material as aforesaid except for any

sum actually realized by the sale thereof.

5.40 Bill to be on Printed forms:

The contractors has to submit the running and final bill in computerized print form to

AKVN (I) Indore.

The deduction or addition as the case may be of the percentage will be calculated on

the amount of the bill for the done after reducing the cost of materials supplied by

department by any rates specified the agreement.

5.41 Advance to contractor

Advance to contractors are as a rule are prohibited, and every endeavour should be

made to maintain a system, under which no payments are made accept for work

actually done, Exception are however permitted in the following cases, Cases in which a

contractor/whose contract is for finished work, require an advance on the security of

materials bought to sites, Owner any in such case, sanction advance up to an amount

not exceeding 75% of the value but 90% in the case of steel (as assessed by the Owner)

provided that the rate allowed in no case is more than the rate payable for the finished

item as stipulated in the contract of such materials, provided that they are not of

imperishable nature and that a formal agreement is drawn up with the contractor

under which Nigam secures a lien on the material and is safeguarded against losses due

to the contractor postponing the execution of the work or to the shortage of the

material, and against the expense entitled for their proper watch and safe custody.

Payment of such advances should be made only on the certificate of officer not below

the rank of Asstt. Engineer, that the quantities of materials upon which the advances

are made have actually been brought to site, that the contractor has not previously

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 73

received and advance on the security and that all the materials are required by the

contractor for use on items of work for which rates for finished work have been agreed

upon. Recoveries of advances so made should not posted until' the whole of the work

entrusted to the contractor is completed. They should be made from his bills, for work

done as the materials are used. The necessary deduction being made whenever the

item of work in which they are used are billed for.

Before granting the above secured advance the contractor shall sign the prescribed

indenture Bond in there prescribed form.

All the works measured will be paid and work done but not measured will not be paid

in any case.

5.42 Bills to be submitted Monthly

A bill shall be submitted by the contractor each month or before the date fixed by the

Manageing Director for all the work executed in the previous month, and the Engineer

in charge shall take or cause to be taken the request measurement for the purpose of

having the same verified and the claim as far as admissible adjusted. If possible before

expiry of ten days from the presentation of the bill if the contractor does not submit

the bill with in the time fixed as a foresaid Engineer in charge any depute a sub

ordinate/SQC agency to measure up the said work in the presence of the contractor,

whose countersigned to the measurement will be sufficient warrant, and Engineer in

charge may prepare a bill form such list which shall be binding on the contractor in all

respects.

5.43 Work to be Executed in Accordance with Specification, Drawing, Order etc.

The contractor shall execute the whole and every part of the work in the most

substantial and workman like manner and both as regards materials and otherwise in

every respect in strict accordance with specifications. the contractor shall also confirm

exactly fully and faithfully to the designs, drawings and instructions in writing relating to

the work signed by the Engineer-in-Charge and lodged in his office and to which the

contractor shall be entitled to have access at such officer or on the site of the work for

the purpose of inspection during officer hours and the contractor shall, if he so requires,

be entitled at his own expense to take or cause to be made copier of the specification,

and all such designs, drawing and instructions as aforesaid.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 74

M.P. P.W.D. Specifications shall apply along with the various I.S. codes in the case of any

variance the following order of precedence shall prevail.

(1) Specification as per tender document. (2) Specification as per S.O.R. of the Circle.. (3)

I.S. Code/I.R.C. Specification (4) C..P.W.D Specification/ MoRTH Specification. (5)

MPPKVVCL specifications (6) Mode of measurements for building shall be as provided in

the S.O.R. applicable in the contract. Where such mode of measurement is not specified

in the S.O.R. it shall be done as per I.S. Code of building measurement or national

building code. However, if any mode of measurement is specifically mentioned in this

tender document., the same will get precedence offer all the above.

5.44 Additions, Alterations in Specification and designs:

The Engineer-in-Charge shall have power to make any alteration omission from,

additions to or substitution for the original specifications drawings, designs and

instructions, that may appear to him to be necessary of advisable during the progress

of the work and the contractor shall be bound to carry out the work in accordance

with any instructions which may be given to him in writing signed by the Engineer-in

Charge and such alteration, omissions, additions or substitutions shall not invalidate

the contract and altered, additional or substitute work which the contractor may be

directed to do in the manner above specified as part of the work shall be carried out

by the contractor on the same conditions in all respect on which he agreed to do the

main work and at the same rates as are specified in the tender for the main work and

as specified in the tender for the main work , provided the total values of such

increased or altered or substituted work does not exceeds 25% of the value and 25%

by value of each item excluding of contractors percentage, extension beyond 25% can

be given by approval of board of M.P.A.K.V.N.

Extension of time in consequence of Alterations: - The time for the completion of the

work shall be extended in the proportion that the altered, additional or substituted

work bear to the original contractor's work and certificate of the Engineer-in-Charge

shall be conclusive as to such proportion.

Rates for Works Not in Schedule of Rate :- if the altered, additional or substitute work

includes any class or work, for which no rate is specified in this contract, then such

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 75

classes or work shall be carried out at the rates entered in the applicable schedule of

rates which was in force on the date of tender provided that when the tender for the

original work as a percentage below/above the schedule of rate the altered, additional

or substituted work required as aforesaid shall be chargeable at the said schedule of

rate minus/plus the same percentage deductions, additional and if such class of work

is not entered in and arranged to carry it out in such manner as may be considered

advisable provided always and if the contractor shall commence work or incur and

expenditure in regard there to before the rates shall have been determined as lastly

herein before maintained that and in such case he shall only be entitled to be paid in

respect of the work carried out on expenditure incurred by him prior to the date of

determination of the rates as aforesaid according to such rate or rates as shall be fixed

by the Engineer-in-Charge In the event of any dispute the decision of the Managing

Director shall be final.

If require in the course of execution it is found to be necessary that certain item/items

of work not provided for in the S.O.R. or the circle required to be carried out then the

Engineer-in-Charge shall identify such Item/Items including approximate quantity of

the contract and ask the contractor to submitted his rates in writing supported by the

requisite to dates within a period of 7 days. The Engineer-in-Charge shall obtain

approval modification of the proposed rate from the competent authority and

communicate the same with in a period of 4 week to the contractor. In case the

contractor agrees to the above rate as fixed by the competent authority then they shall

form a part of supplementary schedule of the contract agreement. If the contractor

does not agree to the rate of the competent authority than it shall be open for the

Engineer-in-Charge to get the work executed through any other agency with approval

of owner. The contractor will not however be entitled to any compensation due to

delay of hindrance of loss or profit accruing on account of this extra work executed by

alternative agency.

If the contractor commences not-schedule work or incur expenditure in regard there to

before the rates, shall have been determined by the competent authority, then he shall

be entitled for payment for the work done as may be finally decided by the competent

authority in the event of dispute, the decision of the Managing Director shall be final.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 76

5.45 No Claim to Any payment or Compensation for Alteration is or Restriction of work:

If any time after the execution of the contract documents, the Engineer-in-Charge shall

for any reason what so ever require the whole or any part of the work as specified in

the tender to be stopped for any period or shall not require the whole or any part of

the work to be caned out at all or to be carried out by the contractor, he shall give

notice in writing of the fact to the contractor who shall there upon suspend or stop the

work totally or partially, as the case may be.

In any such, except as provided hereunder, the contractor shall have no claim to any

payment or compensation whatsoever on account of any profit or advantage which he

might have derived from the execution of the work in full, but which he did not so

derive in consequence of the full amount of the work not having been carried out, or

on account of any loss that he may be put to on account of materials purchased or

agreed to be purchased or for unemployment of labour recruited by him, He shall not

also have any claim for compensation be reason of any alteration having been made in

the original specifications drawings, designs and instruction, which may involve any

containment of the work as originally completed, where, however, materials have

already been purchase or agreed to be purchased by the contractor shall be paid for

such material at the rates determined by the Engineer-in-Charge provided they are not

excess of requirements and or approved quality and or shall be compensated for the

loss, if any, that he may be put to, in respect of materials agreed to be purchased by

him, the amount of such compensation to be determined by the Engineer-in-Charge

whose decision shall be final. If the Contractor suffers any loss on account of his having

to pay labour charges during the period which the stoppage of work has been ordered

under the clause the contractor shall, on application be entitled

such compensation on account of labour charges as the Engineer-in charge, whose

decision shall be final, many consider reasonable, provide that the contractor shall not

be entitled to any compensation on account of labour charges, if in the opinion of the

Engineer-in-Charge, the labour could have been employed by the contractor

elsewhere for the whole or part or the period, during which the stoppage of the work

has been ordered as aforesaid.

If the total duration of suspension of the work is more than six months, then, this

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 77

suspension of the work will be considered as permanent stoppage of work, and the

contractor can determine the contract is he so desires.

5.46 Time Limit for Unforeseen Claims

Under no circumstance the contractor be entitled to any compensation from M.P.

AKVN (I) Ltd. on any account unless the contractor shall have submitted a claim in

writing to the Engineer-in-Charge within one month of the cause of such claim

occurring.

5.47 Action and Compensation Payable in the Case of Bad Work

If at any time before the security deposit is refund to the contractor, it shall appear to

the Engineer-in-Charge or his subordinate in charge of the work that any work has

been executed with unsound imperfect of un-skillful workmanship of with materials of

inferior quality, of that any materials or articles provide by him for the execution of the

work are unsound. or of a quality, interior to that contracted for, or otherwise not

accordance with contractor, it shall be lawful the Engineer-in-Charge to intimate this

fact in writing to the contractor and then not withstanding that the work, materials or

articles complained of may have been inadvertently passed certified and paid for the

contractor shall be bound forthwith to rectify, or remove and reconstruct the work so

specified in whole or in part, of remover and reconstruct the work so specified in

whole or in part as the case may require, of is so required, shall remove the materials

or articles so specified and provide other proper and suitable materials or articles at

his own proper charge and cost, and in the event of his failing to do so within a period

to be specified at his own proper charge and cost, and in the failing to do so within a

period to be specified by the Engineer-in-Charge in the written intimation aforesaid,

the contractor shall be liable to pay compensation at the rate of one percent, on the

amount of contract put to tender every day not exceeding ten days, during which the

failure the Engineer-in-Charge may rectify or remove and, re execute the work of

remove and replace materials or articles complained of as the case may be at the risk

and expense in all respects of the contractor, Should the Engineer-in-Charge consider

that any such inferior work or materials as described above may be accepted or made

use of, it shall be within his discretion to accept same at such reduced.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 78

5.48 Contractor Liable for Damages Done and for imperfection work After Certificate of

Completion

If the contractor or his work people or servants shall break, deface, injure or destroy

any part of building in which they may be working or any building, road, road curbs,

fences, enclosures, water pipes, cables drains, electric or telephone posts or wires

trees grass or grass land or cultivated ground contiguous to the premise on which the

work or any part of it is being executed, or if any damage shall happen to the work,

while in progress, from any cause whatever, or any imperfection become apparent

in it within three months in case of building works and other works (six months in

case of road work) after a certificate final or otherwise or its completion shall have

been given by the Engineer-in-Charge as aforesaid, the contractor shall make good

the same at his own expense or in default, the Engineer-in Charge may cause the

same to be made good by other workman, and deduct the expense (of which

certificate of the Engineer-in-Charge shall be final) from any sums that may be than or

at any time thereafter may become due to the contractor or from his security

deposits or the proceeds of sale thereof, or of a sufficient portion thereof.

The contractor hereby also convince that it shall be his responsibility to see that the

building constructed under his contract does not leak during the period of two

consecutive rainy seasons after its (their) completion and if any defects are pointed

out to him by the Engineer-in-Charge during the period, the same shall be removed by

him at his own expense or in default the Engineer-in-Charge may get them removed

and deduct the expenses thereof from any sum that may be then due to or may

become due to the contractor or from the security deposits of the contractor an

amount equal 20 % cost of the roof shall, notwithstanding anything contained in this

clause, be retained till the roofs are tested during the two rainy seasons as aforesaid

and the defects are fully removed and if any amount still remains due to this account

after making deductions as aforesaid the same may be recovered from him as an

arrears of land revenue/cash security.

The security deposit of contractor shall be refunded as per table given below, provided

always that all the recoveries against him are realized and at the time of refund of

security deposit the work is in good and satisfactory condition.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 79

5.49 Lump Sums in Estimate:

When the estimate on which a tender is made includes lump sums in respect of the

work. the contractor shall be entitled to payment in respect of the items of work

involved or the part of the work in question is not in the opinion of the Engineer-in-

Charge capable of measurement, the Engineer-in-Charge may at his discretion pay the

lump sum amount entered in the estimates and the certificate in writing of the

Engineer-in-Charge shall be final and conclusive against the contractor with regard to

and sum or sums payable to him under the provisions of this clause.

5.50 Action Where no Specification mentioned:

In the case of any class of work for which there is no such specification as is mentioned

in Rule, such work shall carried out in accordance with the specification approved by

Managing Director , MPAKVN(I)Ltd, Indore for application to works in the event of

there being on such specification then in such case. The work shall be carried out in all

respects in accordance with the instructions and requirement of the Engineer-in-

Charge.

5.51 Claim for Quantities Entered in the Tender of Estimate:

Quantities shown in the tender are approximate and no claim shall be entertained for

quantities of work executed being either more or less than those entered in the tender

of estimate but such variations cannot be more than or less than 25% by value and by

volume.

5.52 Claim for Compensation For delay in starting the work

No compensation be allowed for any delay caused in the starting of the work on

account of acquiring of land or in the case of clearance works on account of any delay

in according sanction to estimates.

5.53 Employment of Scarcity Labour

If Government declare a state of scarcity or famine to exist in any village striated

within sixteen kilometres of the work, the contractor, shall employ upon such parts

of the work. As are suitable for unskilled labour, any person certified to him by the

Owner or by any person to whom the Owner may have delegated this duty in which

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 80

Government may have fixed in his behalf. Any dispute which may arise in connection

with the implementation of this clause shall be decided by the Owner whose

decision shall be final and binding on the contractor.

5.54 Refund of Quarry Fees and Royalties

Rate quoted will be including royalty charges. All quarry fees, royalties, octroi duties

and ground rent for stacking materials, if any should be paid by the contractor, and is

not refundable in any case, in the case of any dispute about payment of Royalty

charges, decision of the Managing Director will be final.

Regarding refund of withheld amount of Royalty , contractor shall have to produce

No Objection Certificate for Royalty. If after one year of completion of work,

contractor is not able to submit the same , the amount of royalty shall be deposited

to the concerned department for which whole responsibility shall lie with contractor.

Technical Examination

The Nigam shall have right to case Audit and Technical Examination of the works and

the final bills of the contractor including all supporting vouchers abstracts, etc. to be

made as per payments of the final bill and if as a result of such Audit and Technical

the contractor any work claimed by him to have been done under contract and

found not to have been executed the contractor shall liable to refund the amount of

over payment and It shall be lawful for the Government to recover the same from

the Security Deposit of the contractor of from any dues payable to the contractor or

from the Nigam account. It is found that the contractor paid lesser then what was

due to him under the contract in respect or any work executed by him under it, the

amount of such under payment shall be paid duly by the Nigam to the contractor.

In the case of any audit examination and recovery consequent on the same the

contractor shall be given an opportunity to explain his case and the decision of the

Owner shall be final.

In the base of Technical Audit consequent on which there is a recovery from the

contractor, no recovery should be made without order of the Managing Director,

whose decision shall be final. All action under this clause should be initiated and

intimated to the Contractor within a period of six months from the date of

completion.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 81

5.55 Death or permanent liability of contractor

If the contractor is an individual or a proprietary concern, partnership concern, dies

during the currency of the contractor becomes permanently incapacitated where the

surviving partners only minors, the contract shall be closed without laying any

damages/compensation.

However, if the heir of the individual work proprietary authority is satisfied about

the competence of the survivors, then the competent authority shall enter into a

fresh agreement for the remaining work strictly on the same terms and conditions,

under which the contract was awarded.

5.56 Penalty for Breach of Contract

On the breach of any terms or conditions of the contract by the contractor the

Nigam shall be entitled to forfeit the security deposit or the balance thereof that

may at that time be remaining and to realise and retain the same as damages and

Compensation for the said breach, without prejudice to the right of the Nigam to

recover further sum as damages from any sums due or which may become due to

the contractor by Nigam or otherwise howsoever.

5.57 Work not to be Sublet

The contract may be rescinded and security deposit forfeited for subletting, bribing

or if contractor becomes insolvent :-

The contract shall be assigned or sublet without the written approval of the

Managing Director, and if the contractor shall assign or sublet his contract, or

attempt, so to be or becomes insolvent commence any insolvency proceeding or

make any composition with his creditors, or attempt so to or if any bribe, gratuity,

gift loan, perquisite, reware of advantage pecuniary or otherwise, shall either

directly or indirectly be given, promised or offered by the contractor, or any of his

servants or agents to any public officer or arson in the employ of Government in any

way relating of his officer or employment, or if any such officer or person shall

become in any way directly or indirectly interested in the contract, the Managing

Director may there upon by notice in writing rescind the contract and the S.D. of the

contractor shall there upon stand forfeited and be absolutely at the disposal of

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 82

Government, and the same consequences shall ensure as lithe contract had been

rescinded under clauses 3 hereof and in addition the contractor shall not be entitled

to recover or be paid any work there to for actually performed under the contract.

If the contractor gets item/items of work executed on a rate basis with materials,

this shall not amount to subletting of the contract.

Sum Payable by way of Compensation to be considered as Reasonable

Compensation without Reference to Actual Loss.

All sums payable by way of compensation under any of these conditions shall be

considered as reasonable compensation to be applied tothe use of Government

without reference to the actual loss of damage sustained, and whether or not any

damage shall have sustained.

However in the interest of the project specialised work may be subletted with prior

approval of MD AKVN which shall not be more than 30% of contract amount which

can be increased or decreased by the MD. However total liability of quality of work

will lie with main contractor. Such subletting agency allowed for the said work

should have already executed the same nature of work In last seven year. There shall

be no responsibility of AKVN towards subletting agency and AKVN shall make

payment to main contractor only.

5.58 Change in Constitution of Firm

In the case of a tender by partners any change in the constitution of the firm shall be

forthwith notified by the contractor to the Engineer in Charge for his information.

5.59 Mistakes In Drawings

The contractor shall be responsible for any discrepancies, errors or omissions in the

design and drawings and other particulars supplied by him, whether such design and

drawings and particulars have been approved by the Engineer in Charge or not.

5.60 ELECTRICAL WORKS

a. After completion of work entire work is to be handed over to MPPKVVCL LTD with

joint handing over report and maintenance is required to be done by Bidder as per

requirement of MPPKVVCL LTD for a period of three years after handing over.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 83

b. The contractor is responsible for handing over the entire system to MPPKVVCL LTD

after the testing and commissioning.

c. After handing over contractor shall be required maintenance as required by

MPPKVVCL LTD. during defect liability period of three years.

d. All the work and materials before finally taken over by M P PKV V CO LTD, Indore will

be the entire liability of the contractor for guarding, maintaining and making good

any damages of any magnitude. Interim payments made for such work will not alter

this position.

e. The special provision in detailed specifications or wording of any item shall gain

precedence over corresponding contradictory provision, (if any), in the MPPKVVCL

LTD Standard specifications where reference to such specifications is given without

reproducing the details in contract. It is presumed that the contractor has gone

carefully through the MPPKVVCL LTD Standard specifications, and the schedule of

rate and studied the site condition before arriving at rates quoted by him. Decision

of the Managing Director, Audyogik Kendra Vikas Nigam Ltd, Indore, shall be final as

regards interpretation of specification.

6 COMMERCIAL TERMS

6.1 CONTRACT PRICE:

Contract Price shall be the sum of : Rs.

(NOT TO BE FILLED UP AT BIDDING STAGE)

6.1.1 Contract Price is inclusive of the cost of the following but not limited to.

6.1.2 Supply, Installation/construction, Testing and Commissioning, maintenance of items

of work as per the BOQ.

6.1.3 All huts, stores and accommodation for Contractor’s staff and workmen.

6.1.4 Suitable storage facilities for Contractor’s equipment and materials including the

provision of covered sheds for storage of materials.

6.1.5 Transportation, other duties and taxes, clearing and forwarding, loading/unloading/

stacking /storage upto and at site of all materials required for work.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 84

6.2 WATER & ELECTRICITY:

6.2.1 The Contractor shall make his own arrangements for water at site. Nothing extra

shall be payable on this account.

6.2.2 The contractor shall make his own arrangements for electricity at site. Nothing extra

shall be payable on this account.

6.3 TAXES AND DUTIES:

6.3.1 CONTRACTOR TO BE LIABLE FOR ALL TAXES ETC:

The rates specified in Schedule of Items shall be inclusive of sales tax, service tax,

turnover tax or any other taxes, toll, customs duty of any kind, fees, octroi, royalties

etc. In respect of any variation in the prevailing rates of taxes, duties, levies, octroi,

royalties etc. and any fresh imposition of any of these by State/Central/Statutory

Authorities, Contractor shall indemnify Owner against levy of any such taxes, levies

etc., Owner shall have the right to recover the total amount so assessed from

Contractor’s dues and Contractor shall also be responsible for all costs and expenses

that may be incurred by Owner in connection with any proceedings or litigation in

respect of the same.

6.3.2 Rates quoted shall include payment of royalties and any other statutory levies for

obtaining morum, sand aggregate, stones, earth etc. Nothing extra shall be paid to

Contractor on this account if any revision occurs during the period of Contract.

6.3.3 INCOME TAX:

Income Tax at the prevailing rate on the gross amount billed as may be

permitted/required under Income Tax Act, of 1961 as amended from time to time

shall be deducted from the bills payable to Contractor.

6.4 QUOTED RATES:

6.4.1 The rates shall be deemed to allow for all minor extras and execution details which

are not specifically shown in the drawings or given in the specifications but are

essential in the opinion of Owner for execution of work to conform to latest

Specifications, I.S. Codes and to good workmanship and sound engineering practice.

Owner reserves the right to make any minor change during execution of work

without any extra payment.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 85

6.4.2 Owner’s decision to classify any item under ‘Minor Changes’ ‘Minor Extras’ and

‘Execution details’ shall be final conclusive and binding on Contractor.

6.4.3 Contractor must quote keeping in full view the requirements. Except where, it has

been clearly stated that extra shall be paid, it is to be understood that nothing extra

shall be paid even though it may not have been specifically pointed out that nothing

extra shall be paid. Therefore, the rates to be quoted in the Schedule of Items by

Contractor are to be fully inclusive of the value of work described under several

items including all costs and expenses which may be required in and for the

construction of work described together with all taxes, general risks, liabilities and

obligations (e.g. temporary buildings, fencing, watch and ward lighting, insurance

and the like) and the prices are also to be inclusive of all labour, materials,

equipment, tools, tackles, sundries etc. as may be necessary for full and entire

completion of work.

6.4.4 The decision of Owner for determining the category of an item not mentioned in the

schedule of items/BOQ shall be final and binding on Contractor.

6.5 PAYMENT BY CHEQUE:

The payment will be made by cheque or through RTGS/ NEFT on the request of

contractor on the Bank at Indore only. No bank commission charges on realizing such

payments will be borne by the MPAKVN, Indore.

6.6 SITE OFFICE:

The contractor shall provide minimum 01 site office at central location as directed by

Engineer in Charge. A detail of site office is as mentioned below:

Providing and maintaining furnished site office constructed in B.B Masonry with 15 mm

plaster on both sides, flooring, doors and windows with false ceiling so as to get

appearance of the office for the supervisory staff of Engineer. It shall have 40 Sq.m floor

area provided for Project Management Consultants and shall include all items like

electric supply, electrical items, telephones, lights, fans, office boy and complete wiring,

drinking water supply and toilet facilities complete along with adequate furniture. The

site office shall have the facilities of the lap top/PC, Printer with internet connection. The

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 86

expenditure on account of payment towards electric bills, telephone bills, stationary and

internet charges and any other local taxes shall also be borne by the Contractor. The

above facility shall be maintained by the Contractor for the entire contract period. At the

end of the contract, the structure shall be dismantled if so directed by the Engineer in

Charge. The location of the site office shall be jointly decided by all concerned.

6.7 HANDING OVER OF WORK:

All the work and materials before finally taken over by Audyogik Kendra Vikas Nigam Ltd,

Indore will be the entire liability of the contractor for guarding, maintaining and making

good any damages of any magnitude. Interim payments made for such work will not alter

this position

7 TENDER FORM

I/We hereby tender for the execution, for the Managing Director M.P.A.K.V.N. (I) Ltd. of the

work specified by the underwritten memorandum within the time specified in such

memorandum at the rates specified therein accordance in all respects with the

specification, designs, drawings and instructions in writing referred to the annexed

conditions, and with such materials as are provided for, by and in all other respects in

accordance with such conditions as for as applicable.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 87

MEMORANDUM

1 General description : Infrastructure development works (including roads,

water supply, power supply, administrative building,

parking, bus shelter, Food court, toilet block etc.) for

proposed Apparel & Pharma-Herbal Cluster at Bijeypur

Village, Teshil Depalpur, District Indore (MP)

2 Estimated cost: : Rs. 1846.41 lakhs

3 Earnest Money : Rs. 9.23 lakhs to be paid in the form of Demand Draft/

FD in favour of MD, MPAKVN (I) Ltd., Indore from any

Scheduled / Nationalized bank.

4 Performance deposit

(Including earnest money)

: 5% (five percent) Performance security to be deposited

at the time of signing the agreement

5 Percentage, if any to be

deducted from bills as security

deposit

: 5% (five percent) to be deducted from running bill

6 Time allowed for the work

from date of written order to

commence

: 18 months including rainy season from the date of

written order to commence the work.months

Item No. Item of work Unit Per Rate tendered in

(1) (2) (3) (4) figures

(5)

Words

(6)

Note :- To be continued on additional sheet as found necessary. Should this tender be accepted I/We hereby agree into abide by and fulfill all the terms and

provisions of the said condition of contract annexed hereto so far applicable, or in default

thereof to forfeit and pay to the Managing Director, MPAKVN (I) Ltd. or his successors in

office the sums of money mentioned in the said conditions.

The sum of Rs. (………………..………… . ) is, herewith, forwarded in as earnest money the full value of

which is to be absolutely forfeiter to the Managing Director MPAKVN, (I) Ltd. or his

successors in office, should I/We not deposit the full amount of security deposit specified in

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 88

the above memorandum,. In accordance with clause of the said conditions of contract,

otherwise, the said sum of As ............................. Shall be retained by Nigam as on account of such

security deposit as aforesaid or the full value of which shall be retained by Nigam on

account of the security deposit specified in clause of the said conditions of contract.

Dated the…………………. day of …………. 20……….. Signature of Contractor

Address before submission of

tender

Witness ...............................

Occupation ..........................

Address ...............................

8 Terms of Payment:

No Mobilization advance shall be payable under this contract.

8.1 Secured Advance:

As described in clause no 5.41.

10. Supply of Materials

No material shall be supplied by Owner in this contract.

11. Effective Date of Contract:

EFFECTIVE DATE OF CONRACT Shall be the date of the Letter of Intent.

10.1 PERIOD OF COMPLETION: Eighteen (18) months

10.2 EXTENSION OF TIME: Refer clause 5.35

10.3 SCHEDULE OF CONTRACT EXECUTION:

This schedule shall if required to be split up in monthly/weekly schedules for smooth

implementation, monitoring of execution of work, the same shall be done by the

Contractor and got approved from Engineer-in-Charge and ensure physical progress

in accordance with clause 5.35.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 89

Contractor shall supply sufficient numbers of photographs of work at his cost to

demonstrate the progress where necessary as directed by Engineer-in-Charge.

12. Principal-To-Principal Basis:

Notwithstanding anything contained herein or any of the documents referred to

hereof, it is expressly agreed and understood that the transaction between Owner

and Contractor shall always be on a principal-to-principal basis and that neither party

shall be deemed to be the agent of the other and that this Contract shall always be

construed accordingly.

12 ASSIGNMENT/SUB CONTRACTING: Contractor shall not change the nominated sub

contractors without written consent of Owner.

13 CORRESPONDENCE:

All correspondence in respect of this Contract from Contractor shall unless otherwise

notified by Owner be in duplicate and addressed to Managing Director. The copy of

the same shall enclosed to:

Managing Director

MP Audyogik Kendra Vikas Nigam (I) Ltd,

Indore

Free Press House, First Floor, 3/54,

A.B. Road Press Complex, INDORE

Phone : 0731-4070976, 2572623

Fax : 0731-2572629

Email : [email protected]

All correspondence in respect of this Contract from Owner shall be addressed to Contractor at the following address:

M/s ______________________

_________________________

_________________________

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 90

Specific Note

13.1 The labour camps shall be established by the Contractor outside site premises at his

own risk and cost. Nothing extra shall be payable on this account.

13.2 Contractor should be registered with P.F., Labour, Sales Tax Deptts , Service Tax &

Building & other Construction workers (Regulation of Employment and Conditions of

Service) Act 1996. The Contractor shall indemnify owner against any default in

fulfilling above said statutory obligations to be followed during execution of work.

13.3 The Contractor shall ensure that all personnel working for him at site including

labour both male & female shall wear safety helmets as per colour codification

approved by Engineer-in-Charge.

13.4 Safety nets to be provided for all openings as well as for external scaffolding by the

Contractor at his own cost.

13.5 Contractor has to make adequate arrangements for mechanical equipments to

ensure completion of work within contract schedule. Owner shall not be responsible

for any breakdown/load shedding of power supply by State Electricity Board.

Alternative arrangement of mechanical equipments / D.G. set of suitable capacity

shall be made by the Contractor at his own cost and nothing extra shall be payable

on this account.

13.6 Any malba generated during the period of construction shall be disposed off by the

Contractor at his own risk & cost. Nothing extra shall be payable on this account. The

malba shall not be thrown from the floors but shall be removed through trolleys/skip

hoist/G.I. chute and disposed of by mechanical transport, outside the project site as

directed by Engineer-in-Charge. Nothing extra shall be paid for G.I. Chute /Skip hoist,

trolleys etc.

13.7 All insurances and guarantee of material shall be in the name of Owner.

13.8 Contractor shall be responsible for watch and ward of his material / installations.

13.9 Safety and Environment rules/standards shall be read separately as they shall be

strictly followed at site.(As per Annexures C and D respectively)

13.10 The rates shall hold good for all heights, depths, leads, lift etc. including cost of

scaffolding etc. and nothing extra shall be payable on any account unless otherwise

mentioned in the item description of BOQ.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at

Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 91

13.11 The rates shall be presumed to be inclusive of cutting of RCC, brickwork, road etc.,

making holes, disposal of Malba, maintenance for a period of one year from the date

of handover.

13.12 Immediately after the award of work, the Contractor shall prepare detailed shop

drawings and submit the same to the Owner for approval before taking up any

supply/installation work.

13.13 All equipments and material required for the execution of the work shall be covered

by Contractor against all risks during transits, storage and erection at site.

13.14 The certificates of all materials shall be submitted along with the material supplies.

In addition to above required tests shall be carried out at contractor’s risk and cost.

13.15 The excess rock from Site grading and road work to be disposed shall be deducted at

the rate of Rs 150 per cum.

13.16 Contractor shall submit three copies of stamped and signed As Built Drawings within

1 month of issuing of virtual completion certificate; fail to this final certificate cannot

be issued. Contractor shall submit as three sets of Hard copy and two sets in soft

copy in AutoCAD built drawing (in CD) for all issued drawing including design and

built items.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 92

Annex-A Minimum Contractual Staff to be posted at site

S.N. Works Contract Value

Ge

ne

ral M

anag

er

Pro

ject

Inch

arge

Pro

ject

Man

ager

Qu

alit

y C

on

tro

l En

gin

eer

Pro

ject

En

gin

eer

Site

En

gin

eer

Fore

men

/

Sup

ervi

sors

1-5 Crore 1 1 1 1 0 2

5-10 Crore 1 1 1 2 2 4

10 - 25 Crore 1 1 1 1 4 4 10

25 - 50 Crore 1 1 2 2 6 12 20

50 - 75 Crore 1 1 2 2 8 16 30

Notes:

1.All staff falling under "Contractual staff" should be posted at site and certified by Project Incharge

2 If any of the contractual staff is found absent w/o replacement, the contractor will face penalty which shall be 25% of the assumed monthly salary as follows.

Level

Ass

um

ed

Sal

ary

Elig

ible

q

ual

ific

a

tio

n

Min

imu

m

Exp

erie

n

ce

(yea

rs)

Pen

alty

General Manager 120000 BE 15 30000

Project Incharge (DGM/ SPM) 100000 BE 12 30000

Project Manager 80000 BE 12 30000

Safety Officer/Supervisor 30000 Graduate 7 18000

Quality Control Engineer 40000 BE 10 30000

Project Engineer 35000 BE 10 30000

Site Engineer 25000 BE 10 18000

Foremen/Supervisors 10000 NA 5 10000

House Keeping Staff 7500 NA 3 5000

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 93

3

The contractor to submit the CV of the responsible person (Engineer-in-Charge) 15 days after LOA and same shall be approved by Engineer in charge/ owner . No staff shall be changed or replaced without prior approval of Engineer in charge/owner.

4 Qualification of staff from site Engineer onwards should be minimum Diploma in the required field.

5

Even if the work is being done during extended hours (on shift basis), the minimum number of Project Engineers as shown in the table above should be present at site.

6 Contractual staff, as required, shall remain posted at site till the completion of the project or getting prior approval from the Engineer-in-charge for demobilisation.

7

The presence of contractual staff for a complete time period (in this case on monthly basis) is must, absence for a few days without prior approval shall invite penalty for complete period under consideration. 8. Minimum staff org chart has been given below.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 94

SUGGESTED ORG CHART WITH MINIMUM STAFF

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 95

Annexure – B

Works In Hand

Details of other works in hand, as on the date of the submission of this tender

(Tenderers shall submit the information in the format detailed hereunder).

Sr. No

Name of work with location

and address

Work in hand Work tender for Remarks

Tender cost

Cost of remaining

work

Anticipated date of

completion

Estimated cost

Date when decision is expected

Stipulated date or

period of completion

1 2 3 4 5 6 7 8 9

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 96

Annexure - C

SAFETY MEASURES TO BE TAKEN AT THE SITE

1. General 1.1 The Contractor will ensure that all workers, artisans, tradesmen employed by him, or his

Sub-Contractors and further down the chain, (here after referred to as Workers) shall at all times work in a safe manner, as specified by the Central Government in Building and Other Construction Workers (Regulation of Employment & Conditions of Service) Rules – 1998, here after referred to as Building Rules. The Contractor will also ensure that no worker at any time does any thing which could be dangerous to him self, to other workers, or other persons including general public present in the area or in the vicinity there of.

1.2 The Contractor shall be responsible for all injury and damage to persons, animals or works

which may arise from the operation or neglect of himself or of any nominated Sub-Contractor’s employees whether such injury or damage arise from unsafe acts, conditions, accident or any other cause what-so-ever in any way connected with carrying out his contract, except acts of nature like floods, storms and earth quakes.

1.3 The Contractor will arrange for a copy of all relevant Statutory Rules and a Hindi translation there of, to be made available at the Site, at all times for ease of reference by all concerned, including operators.

1.4 The Engineer-in-Charge (EI) shall have the right to order removal and replacement of any material, equipment, person or other works considered unsafe by him.

1.5 The Contractor shall be assumed to have taken into consideration all expenses to be incurred by him, including those for the safety, plant, equipment, machinery, work, safety and health of the workers.

1.6 The Contractor shall ensure that sufficient standby equipment like pumping sets, generating sets, fire fighting equipment, personal protective equipment and their spares are always available at the site, so that the safety of workers, general public and others is not jeopardized at any time. The Project Engineer of Contractor (PE) shall have sufficient authority to procure such requisite equipment in case of emergency, without any immediate reference to his superiors.

1.7 Use of any type of intoxicants shall be strictly forbidden at the site. Defaulters, if any, shall be liable to be immediately removed from the Site. A serious view shall be taken of such cases, by all concerned and heavy penalties imposed in cases of repeated disobedience.

2. Compliance of Rules 2.1 The Contractor will comply with all Safety, Health and Environmental provisions of the

Building Rules, other applicable legislations.

2.2 The Contractor shall also comply with all provisions of legislations which may be enacted subsequently by appropriate authority, during the tenure of the Contract.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 97

3. Welfare Of Workers. 3.1 Latrines and Urinals.

The Contractor shall provide duly marked, covered, partitioned, having doors and latches,

separate static or mobile, latrines and urinals for male and female workers so as to be

conveniently situated and readily accessible to them at all times. They shall be adequately

lit, maintained in a clean and sanitary condition, having suitable water arrangements. They

shall be white washed at least once in every four months

3.2. Canteens. The Contractor employing 250 or more workers shall provide suitable Canteen facilities on

“no profit no loss basis”. The price of various items to be sold shall be displayed in a

conspicuous manner. The Canteen shall be situated well away from latrines, urinals and

places emitting fumes and smoke. The Canteen shall be well lit having adequate furniture,

maintained in a clean and sanitary condition, duly lime washed at least once in a quarter.

If the Canteen is situated more than 0.2 km away from the workplace, suitable

arrangements for serving tea and light refreshment to the workers at the work place shall

also be made. The provisions of Section 37 of the Act shall be strictly followed.

4. Safety Procedures 4.1 The Contractor shall institute a Site Emergency Plan having details of procedures to

handle emergencies like fire, explosion, collapse of lifting equipment, transport, buildings, sheds, structures, gas leakage or spillage of dangerous goods or chemicals, drowning of building workers, sinking of vessels, land slides getting building workers buried, floods, storms, earth quakes and other natural calamities.

5. Safety Organization. 5.1 For worker strength more than 500, the Contractor shall employ a full time and exclusive

Safety Officer who shall be a duly qualified Safety Professional as per the Building Rules. His name shall be informed to Engineer-in-Charge before commencement of work, and shall not be changed without written consent of Engineer-in-Charge.

5.2 In cases where the worker strength is less than 500, a Safety Supervisor, suitably experienced in Safety Work, shall be employed.

5.3 For Worker strength beyond 1100, the Safety Officer shall be assisted by an Assistant Safety Officer, as laid down in the Building Rules, who shall be able to take over the duties of the Safety Officer, in his absence.

5.4 Non-deployment of Safety Personnel shall invite penalties as per , Annexure A.

5.5 The Safety Officer shall be given all support to perform his duties. The Contractor shall ensure that the duties, qualifications, and conditions of service of all Safety Officers shall be as laid down in the Building Rules.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 98

5.6 The Safety Officer/Supervisor shall work in co-ordination with the Site Safety Officer of Owner /Engineer-in-Charge. When working in more than one shift, the safety staff shall be increased appropriately, so that at least one Safety Personnel is always present on duty in all working shifts.

5.7 The Safety Officer shall be appointed within three weeks of the acceptance of the tender, after obtaining a written approval from Engineer-in-Charge.

5.8 The Safety Officer shall be connected exclusively with the Safety Work, throughout the Contract and shall not be employed on any other duty, not related with Safety.

5.9 The Contractor shall ensure that his Safety Officer is responsible for implementation of the Safety Plan in accordance with a schedule to be decided in consultation with the Site Safety Officer of the Owner/ Engineer-in-Charge and submitted in advance.

5.10 The report of Safety Audit and other safety monitoring activities shall be submitted to Engineer-in-Charge on a monthly basis in the form of a Monthly Safety Progress Report. The report shall cover in a comprehensive manner all aspects of Safety, Occupational Health, Environmental Issues and Safety Training..

6. Site Safety Inspections 6.1 The Contractor shall ensure that weekly Site Safety Inspection is regularly carried out

jointly by his Safety Officer along with the Safety Officer of Owner/ Engineer-in-Charge, as per the Check List enclosed, and a written record of the same is maintained. The points observed in the Site Safety Inspection shall be carried out within a reasonable time, but not later than three days, except with the written consent of Engineer-in-Charge. A record of carrying out of the observations shall also be maintained on the Check List itself.

7. Accident Reporting 7.1 The Contractor shall notify to the Engineer-in-Charge all cases of accidents, including

those of his Sub-Contractors, if any, involving directly or indirectly, On-Site or Off-Site, Personnel, Plant and Equipment, Work and general public, immediately on occurrence, verbally, followed by a written comprehensive report with in twenty four hours.

7.2 The Contractor shall authorize his Safety Officer to instruct employees of Contractor to withhold work, in case of any unsafe acts and unsafe working conditions are found prevailing at the Site, and continue to do so till in the opinion of the Safety Officer such unsafe acts, unsafe materials and unsafe conditions have been eradicated.

7.3 The Contractor shall arrange for Safety Officer to maintain a daily Site Safety Activities Diary, duly numbered in a sequential order, before taking into use. Such a diary shall provide a true and comprehensive record of all safety related activities, developments, training, accidents, inspections and audits taking place at the site and shall be signed by the Contractor’s Safety Officer daily and his PE weekly. This shall always be available at the Site and shall be produced for regular inspection on a weekly basis to Engineer-in-Charge and his Safety Officer. The diary shall always be kept up to date on a daily basis and even a non occurrence report at the end of the day shall be recorded.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 99

7.4 The Contractor shall also inform in writing, within twenty four hours, all cases of a near miss, which could have resulted into serious damage to man, material, equipment, property and works.

7.5 The Contractor shall also compile and forward details of all such accidents/ near miss cases for statistical analysis to the Engineer-in-Charge on a monthly basis.

7.6 The Contractor shall be responsible to ensure that all cases of accidents resulting in loss of life or disabling a worker from working for forty eight hours or more, (immediately after the accident) are brought to the notice of Engineer-in-Charge and all other authorities including police and civil administration, as laid down in the Building Rules, and other local rules, within four hours in cases of fatal accidents and seventy two hours in other cases, followed by a written communication. This shall not act as a limitation to provisions of other laws and rules applicable at the Site. All such cases shall be investigated as early as practicable and the investigation report forwarded to Engineer-in-Charge with in a period of one week, giving details of circumstances leading to the accident, possible causes and suggested remedial measures

.

8. Safety Committee 8.1 The Engineer-in-Charge shall constitute a Site Safety Committee at his Site, in

consultation with his Site Safety Officer. The Committee shall have the following organization.

Chairman : Engineer-in-Charge (Team Leader of SQC)

Dy Chairman : Site in- charge of Owner/MPAKVN (Indore)

Secretary : Site Safety Officer of Owner

Assistant Secretary : Safety Officer (Contractor)

Members : Other staff of Owner and Contractor.

8.2 The Contractor shall promote the working of the Safety Committee. He will facilitate to

ensure that the Committee chaired by Engineer-in-Charge, can meet at least once in a month, on dates, as decided by the Engineer-in-Charge. Its minutes are properly recorded in a language understood by majority of workers and decisions and recommendations made are implemented. A copy of such minutes shall be displayed prominently at the Site. The Contractor shall render all help to the Safety Committee to discharge its functions as laid down in the Building Rules. The date, venue and agenda for the next meeting shall be informed to all concerned, well in advance.

9. Personal Protective Equipment (PPE). 9.1 The Contractor shall ensure that effective Safety Equipment and PPE is provided and used

by the workers at all times while working, as dictated by the conditions of the work. The PPE shall include protection for the head, feet, hands, eyes, ears and breathing etc.

9.2 The Contractor shall ensure that all Safety Equipment and PPE shall be of ISI marking only. The quality of the PPE shall be got approved from Engineer-in-Charge, as laid down in the Building Rules. No PPE shall be procured without prior approval of Engineer-in-Charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 100

9.3 The Contractor shall ensure that all Safety Equipment, scaffolds, guard-rails, working platforms, hoists, ladders and other means of access and egress, lifting, lighting, signage and guarding equipment is regularly inspected, tested and maintained and defective one is taken out of service and replaced by serviceable equipment promptly. Adequate quantity of Safety Equipment and PPE, corresponding to the number of workers engaged must be available at the Site at all times.

9.4 The Contractor shall ensure that equipment that is damaged, dirty, incorrectly positioned and not in a good working condition shall be repaired or replaced immediately.

9.5 The Contractor shall ensure that all lights and signs are kept clear of obstructions and are legible at all times.

10. Safety Training 10.1 The Contractor shall ensure that Safety, Health and Emergency Rescue Drills are given

priority, and high publicity is given to all personnel at the Site. Suitable publicity material including posters in both Hindi and English (bilingual) is displayed at appropriate places at the Site. It shall be regularly turned over on a monthly basis.

10.2 The Contractor shall arrange to conduct regular Safety Training and Rescue Training Drills for all its employees, including those of his Sub-Contractors. The frequency of such courses shall be such that every employee must under go a Safety Training Module at least once in a quarter. A detailed report of such training shall be forwarded to Engineer-in-Charge. The content of the training shall be as per the needs emerging from the analysis of Safety Inspections, progress of work at the Site and record of accidents.

10.3 The Contractor shall ensure that no worker is allowed to start working without adequate Induction Training.

10.4 A daily Tool Box Meeting shall be conducted by respective Foremen for their workers, bringing out safety precautions to be followed and the PPEs to be used for the day’s work. A written record of such training duly signed by the Foreman and the Safety Officer shall be maintained.

10.5 Safety Officer of the Contractor shall also draw out a Training Schedule in consultation with Site Safety Officer and conduct such training regularly in batches.

11. Cranes and Lifting Gears 11.1 The Contractor shall ensure that all equipment for lifting and transportation of materials,

mechanical cranes, hoists at the Site are provided and maintained as per codes of practice for safe use of cranes. All such equipment shall be fitted with audible over load warning devices. They shall be maintained as per manufacturer’s recommendations and in accordance with the legislation in this regard.

11.2 The Contractor shall ensure that prior to use and subsequent regular testing, inspection, repair and maintenance of all ladders, hoists, scaffolds, guard rails, lifts, lifting tackles, screens, signage must be carried out as per the corresponding rules.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 101

11.3 The Contractor shall ensure that a valid Certificate of Fitness in respect of all lifting tackles, lifting gears, hoists, winches, cranes and lifts duly issued by a Competent Person as laid down in the Building Rules, shall always be maintained at the Site, before taking any such equipment into use. A copy of the said certificate shall invariably be handed over to the Engineer-in-Charge.

11.4 The Contractor shall ensure that Safe Working Load shall be clearly marked in paint or by stamping or by use of permanent tags on all Lifting Equipment.

11.5 The Contractor shall ensure that an up-to-date register of all such equipment is prepared and maintained at the Site showing the details of the Test Certificates issued by a Competent Person, declared by the appropriate authority. The details of the person responsible to maintain such register shall be intimated to Engineer-in-Charge. Such a register shall be available for inspection to the Engineer-in-Charge.

11.6 All such plant and equipment, whose inspection standards are not available, shall be inspected as per inspection standards to be developed by the Contractor, based on the manufacturer’s guide lines and duly approved by Engineer-in-Charge.

12. Breach of Safety Regulations And Penalties. 12.1 Any worker of Contractor found repeatedly working with-out following Safety

Regulations and using inadequate Safety Equipment and PPE shall be liable to be expelled from the Site at the discretion of the Engineer-in-Charge.

12.2 Appropriate penalty shall be imposed in all such cases, solely at the discretion of Engineer-in-Charge and Site Safety Officer. An on the spot Debit Memo (duly numbered serially) shall be prepared in all such cases and signature of the individual concerned and available Contractor representative obtained on the Memo as a token of witness to the default. A summary of such Debit Memos shall be prepared and debited from the Bill of Payments due to the Contractor on a regular basis.

12.3 In instances of minor and first time non-adherence to Safety Procedures and non use of PPEs, a Safety Violation Memo shall be prepared and issued to the individual concerned and his Foreman. In instances of repeated non-adherence to Safety Procedures, penalties at the following rates shall be imposed, for each instance.

a) Minor cases of repeated non use of Personal Protective Equipment (PPEs) by Workers: i) Worker : Rs. 100.00.

ii) Foreman: Rs. 200.00

b) Serious and dangerous cases of non use of PPEs/ non adherence of Safety Procedures. i) Worker : Rs. 200.00

ii) Foreman : Rs. 400.00

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 102

c) Cases of non use of PPEs and non adherence to Safety Procedures by Engineers and above shall be viewed more seriously, and penalised as follows. i) Individual concerned : Rs. 500.00

ii) Contractor : Rs. 1,000.00

d) Each case of use of unsafe equipment and unsafe working conditions shall invite a penalty of Rs. 1000.00 per day subject to a minimum of Rs. 5,000.00 to be imposed upon the Contractor.

12.4 The penalties, thus levied, shall be used exclusively for the welfare of the Workers.

13. First Aid. 13.1 The Contractor shall establish, maintain, staff and fully equip a First Aid Base at his main

work area. It shall consist of a Treatment Room having two couches, a hand basin, sterilizing equipment, medicine cup-boards with lock and key having sufficient medicines for first aid of workers, other Site Staff and visitors.

13.2 Portable First Aid Boxes, duly equipped with medicines as per Building Rules shall be maintained by the Contractor, at Site Offices and work locations having groups of more than twenty workers working.

13.3 The Contractor shall also maintain a tie-up with a near-by hospital for prompt availability of medical help in case of emergencies.

14. Fire Safety 14.1 The Contractor shall ensure that at all times adequate temporary fire fighting equipment

is available at the Construction Site, in accordance with the fire risk assessment.

14.2 All such fire fighting equipment must be maintained at all times in a good working condition. The fire fighting facilities may include, without limitation, portable fire extinguishers, raw water storage facilities, hose reels, commensurate with the Fire Risk Assessment.

14.3 The Contractor shall submit the details of all these fire fighting facilities to Engineer-in-Charge before commencement of the work.

14.4 `If, in the opinion of Owner, a naked light, including the one caused by electrical sources, welding sources or other sources, may be a fire hazard, the Contractor shall provide for necessary Fire Fighting Equipment, including Breathing Apparatus.

15. Use of Explosives and Radiation Material. 15.1 The Contractor shall ensure that all gases, fuels and other dangerous goods are stored

safely, in accordance with the applicable rules and valid licenses and permissions for storage and usage from statutory authorities as applicable are obtained from time to time.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 103

15.2 The Contractor shall ensure that no radio active material, X-ray or electro magnetic radiating material or apparatus is used without obtaining a prior written approval of Engineer-in-Charge. When-ever such permissions are granted, adequate precautions, training and sanction from concerned statutory authorities shall be taken. Personal dosimeters, where ever applicable shall be issued to the personnel exposed to such hazards and got evaluated from time to time, and a record of total exposure dose maintained. Under no circumstances the total exposure dose shall cross the laid down parameters.

15.3 The Contractor shall ensure that explosives, where ever required to be used, shall be stored, transported, handled in accordance with the Indian Explosives Act and required license shall be obtained from the designate statutory authority and produced to Owner for inspection, before undertaking any such usage of explosives.

16. Hazard and Risk Assessment 16.1 The Contractor shall carry out a risk assessment of all hazardous operations; specially

those mentioned below, before hand and shall produce written records of such assessments for inspection by Engineer-in-Charge. A detailed written method statement shall be got approved from Engineer-in-Charge before undertaking any such operation. Necessary Work Permit System, as applicable, shall be used and got approved from Engineer-in-Charge, before undertaking any hazardous and dangerous operation.

a) Roof work. b) Steel erection c) Work under and over water. d) Demolition. e) Work in confined spaces.

17. Working in Confined Spaces. 17.1 The Contractor shall ensure that whenever the carbon monoxide contents in any

confined space, excavation, tunnel, trench, tank are likely to exceed fifty parts per million or any dust, fumes or other impurities of such nature are present, as are likely to be harmful to the workers, no worker is allowed to enter, unless adequate measures have been taken, to ensure the safety of the workers.

18. Overhead Protection 18.1 The Contractor shall ensure that at the building or other construction work an overhead

protection is erected along the periphery of the building under construction, if the building shall be fifteen meters or more when completed.

18.2 He shall ensure that at the building or other construction work, any area exposed to the risk of falling material, articles or objects is roped off or cordoned off or otherwise suitably guarded from inadvertent entry of persons. Workers and others required to enter such places for carrying out their work shall enter and exit, only from the designated and marked places.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 104

18.3 The Contractor shall display and maintain suitable warning signs at conspicuous places at the building or other construction work in Hindi or in a local language understood by the majority of workers.

19. Slipping and falling Hazards. 19.1 The Contractor shall ensure that all passageways, platforms and other places of

construction work at the building or other construction work shall be kept free from accumulations of dust, debris or other similar material and from obstructions which may cause tripping.

19.2 The Contractor shall ensure that no worker is allowed at the building or other construction work to use any passage way, or a scaffold, platform or any other elevated working surface which is in a slippery and dangerous condition and shall ensure that water, grease, oil or other similar substances which may render the surface slippery, be removed or sanded, saw dusted or covered with suitable material to make it safe from slipping hazard.

19.3 The Contractor shall ensure that every open side or opening into or through which a worker, vehicle or lifting appliance or other equipment may fall at a building or other construction work shall be covered or guarded suitably to prevent such fall except where free access is necessary for reasons of nature of work.

19.4 The Contractor shall ensure that whenever a worker is exposed to the hazard of falling from height, at building or other construction work, he shall be provided with adequate equipment and means of saving him from such hazards. All such equipment shall be of ISI standards.

19.5 Whenever there is a possibility of falling of any material, equipment or worker at a construction site relating to the building or other construction work, adequate and suitable safety net shall be provided by the Contractor. Such safety nets shall be of ISI standards.

20. Electrical Hazards. 20.1 The Contractor shall take adequate measures to ensure that no worker comes in physical

contact with any electrical equipment or apparatus, machines or live electrical circuit which may cause electrical hazard during work. Suitable danger signs shall be placed at conspicuous places, in Hindi and in a local language under stood by a majority of workers.

20.2 He shall ensure that all electrical equipment and appliances used at the site are adequately earthed and conform to the ISI standards and are provided with earth-leakage circuit breakers.

20.3 He shall ensure that no electrical wiring is allowed to come in contact with water, are of sound material and are maintained at height.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 105

21. Stacking of Material. 21.1 The Contractor shall ensure that all building materials are stored or stacked in a safe and

orderly manner to avoid obstruction of any passage way or place of work. The material piles are stacked in a manner to ensure stability. No material is at the edge of a surface so as to endanger the safety of persons below or working in the vicinity.

21.2 The Contractor shall ensure that at building and other construction site the debris are not allowed to accumulate so as to constitute a hazard, and are disposed off regularly and promptly in a safe manner.

21.3 Debris are not thrown inside or outside from any height of a building or other construction work.

21.4 Debris are kept sufficiently moist so as to reduce the dust within permissible limits.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 106

Annexure - D

GENERAL REQUIREMENTS ON ENVIRONMENTAL & HEALTH ASPECTS

GENERAL CONDITION

1. It should be the Contractor’s fundamental responsibility to conform to the relevant Environmental Laws or Codes as established by MoEF and other Governmental Statutory agencies to maintain the pristine Environmental Standards as applicable for the project construction works. The Contractor should comply with all the enactments which should include but are not limited to:

a. Water (Prevention and Control of pollution) Act, 1974 b. Air (Prevention and Control of pollution) Act, 1981 c. Environment (Protection)Act,1986 d. The Hazardous Wastes (Management & Handling) Rules,1989 e. The Public Liability Insurance Act, 1991 f. The Municipal Solid Wastes (Management & Handling) Rules,2000 g. Noise Pollution (Regulation & Control) Rules,2000

2. The Contractor should comply with all the required Site Environmental & Health Aspects at Project Site as mentioned in the following documents for his construction activity. The Contractor should specify in Annexure A of the tender document, the minimum no. of manpower (cleaners/sweepers) suppose to be operated exclusively for cleaning & housekeeping. In case of non-compliance, the Owner/Engineer-in-Charge may deduct an amount as stipulated in the said Annexure A as penalty for cleaning charges. It may herein be noted that requirement of manpower for cleaning & housekeeping may vary as per site conditions, as such, the Contractor will have to deploy the additional manpower as per requirement & as directed by Engineer-in-Charge.

3. The Contractor should be responsible to construct labour camp/hutment, canteen, appropriate no of separate male and female toilet, crèche, etc. for construction labours as may be applicable for the project and should be responsible for arrangement of other proper basic amenities required by the construction labour during the construction phase. Maintenance of health and sanitation in the construction site will be Contractor’s responsibility.

4. To keep the area clean and uncluttered the Contractor should appoint cleaning supervisor with appropriate no. of support staff to clean the site on daily basis and should arrange for regular proper disposal of waste generated over the area.

5. Within two weeks of acceptance of the Contract, the Contractor shall submit Environmental Compliance Checklist and his specific consideration for Site Environmental & Health Management practices followed by employer for their review. If the Contractor fails to submit the said reports by stipulated time; he shall be given a three week time for submission. The assessment shall be made after that period and if the Contractor fails to

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 107

submit the reports, an amount equal to the 0.25% of the Contract value shall be put on hold from his next running bill. The reassessment of the same shall be made after further three weeks & even after completion of six weeks in running, if the Contractor unable to furnish the said reports to the satisfaction of Engineer-in-Charge, a penalty equal to 0.25% of the contract value shall be deducted from his next Running Account Bill subject to maximum of Rs. 2,50,000/- which shall be irreversible.

6. The Contractor should submit Assessment Report for Environmental & Health Aspects for Project Site on monthly basis and Contractor should submit Initial Environmental Compliance Checklist Report as on quarterly basis. The report should be prepared generally accompanying Company designated person at project site or as may be decided by the Company’s own site office. Company authorized person in this behalf may inspect the project site at any time in order to assess the Company’s own standard of Site Environmental and Health Aspects at project site.

7. The Owner will carry out for Environmental Pollution Monitoring at project site by any authorized laboratory for cross checking the actual condition of project site with respect to various environmental aspects. If there is any critical consideration by the Owner’s side, the Contractor should follow the recommendations of the Owner, if any, in this regard.

8. The Contractor should adopt an appropriate emergency plan to deal with any accidental situations to safeguard the life and property and to prevent accidental spillage or pollution of the environment during the whole construction work.

9. If the Contractor does not comply with the Monthly Assessment Report for Environmental & Health Aspects and Quarterly Initial Environmental Compliance Checklist for project site for whole construction phase; the Owner may hold 0.25% of the bill from their monthly billing amounts. Successive failure to comply with the Monitoring Schedule will result in deduction of 0.25% of the Contract value as penalty subject to maximum of Rs. 2,50,000/-. This penalty shall be other than the one described in clause 5 above.

SPECIFIC REQUIREMENTS:

A. Health aspects of labors: 1. Proper First Aid facility/Room will be provided in the project during whole construction

phase of the project. 2. All the laborers to be engaged for construction works should be screened for health and

adequately treated before the issue of work permits and necessary fitness certificate of the labors should be kept at site.

3. Proper record of medical checkup and first aid cases of the labors should be maintained at site in separate register.

4. A Contract/ tie up with the nearby nursing home should be taken in case of any emergency in construction phase.

B. Good Housekeeping Practices: The Contractor shall take all precautions to avoid any nuisance arising from his operations. For good house keeping purposes, work area laid out planning in relation to sitting of labour camp, canteen, toilet, storage yard, etc. should be decided in consultation with the Company designated person in the project site before schedule to start of the construction. The designated places for specific purposes must have

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 108

appropriate labeling with necessary documentations, if any. The Contractor should appoint Cleaning Supervisor with appropriate nos. of workforce and following considerations should be implemented strictly for good housekeeping purposes:

1. The Contractor should provide adequate number of toilets (at least one for every 50 labours) with proper septic tank, vent pipe connector and soak pit for the construction labours separate for male and female. In case of high rise building the toilet should be provided at suitable intermittent towers.

2. The Contractor should ensure proper disposal of sewage so that sanitary conditions are maintained. Regular cleaning of toilet and soak pit should be ensured.

3. Areas with regular movement of vehicles should have a pacca road/hard surface so that the dust may be controlled during transportation of construction materials inside the construction site.

4. The Contractor should have appropriate water sprinkler systems and shall water down construction sites as required to suppress dust, during handling of excavated soil or debris or during demolition.

5. There should be different provision for construction material storage according to their physical and chemical property. The Contractor should arrange tarpaulin cover on fine dust generating construction materials; chemicals and hazardous materials should have concrete slab on their floor.

6. The Contractor should ensure separate management facilities for handling Construction related wastes and domestic wastes generated from labour camp/office.

7. Work areas are kept uncluttered and are cleaned upon completion of operations or at the end of each workday. Equipments/ items associated should be returned to their proper place after use.

8. The Contractor should construct canteen of appropriate size for consuming food and snacks by the labours to prevent random disposal of all garbage or trash associated with food.

9. The temporary dumping areas shall be maintained by the Contractor at all times until the excavate is reutilized as per the Owner’s requirements. Stockpiles should be covered with tarpaulin and should be sprinkled to stabilize until they are effectively managed.

10. The contractor should provide “Refuse Containers” with tight fitting lids at site for the management of domestic waste generated by the construction labours and these containers shall be emptied at least once daily by the contractor to maintain site sanitation.

11. Chemicals, if any, associated should never be stored on the open place, except in closed door cabinets suitable for the materials to be stored.

12. Hazardous Wastes are to be stored in properly labeled containers and at separate designated places for the same, and should be returned to that location after each use.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 109

13. Hazardous waste materials should have separate storage facility and should be transferred only to authorized contractor or operators for this facility.

C. Air Environment: Every feasible measure should be considered to maintain or improve the pristine air quality over the work place. To achieve compliance with air contaminant standards, administrative, or engineering, or other controls must first be determined and implemented, wherever feasible, as follows:

1. Before taking up the construction work the area should be enclosed with sheeted enclosure.

2. All construction related equipments and/or technical measures must strive with relevant IS Code with appropriate air pollution abatement system.

3. The Contractor should arrange “Consent to Establish” and “Consent to Operate” against Air Pollution Act from concerned State Pollution Control Boards as may be applicable for operation of certain facilities (e.g. batching plant, D.G. set, Concrete mixer, etc.). They should be responsible for periodic renew of its Consent to Operate as may be applicable for the facilities.

4. If conveyers are used, conveyer belt should be fitted with wind board. Hopper discharge areas shall be enclosed to minimize dust emission.

5. The vehicles, which will be used for transportation of construction materials to the site, should possess valid Pollution Under Control (PUC) Certificates. All the transport vehicles should have proper spark arrester/muffler to minimize the risk of fire during transportation.

6. Care should be ensured so that the dust generation during transport and handling be minimum. The vehicles which will carry loose materials should be covered and loaded with sufficient free boards to avoid spills through the tail board or side board. Dust generating materials should be loaded and unloaded only in closed systems or wind protected areas.

7. Contractor should obtain necessary permission for running the DG set from concerned State Electricity Board and the installation of DG set should be carried out by the Executive–Engineer of the Electricity Inspectorate.

D. Water Environment: The Contractor should manage the waste water arising out of the project activity as long as practicable. The Contractor shall at all times ensure that all existing stream courses and drains within and adjacent to the site are kept safe and free from any pollutant arising due to construction activities. The contractor shall ensure that earth, chemicals, and concrete agitator washings, etc. are not deposited in the water course. Following considerations should be strictly maintained by the Contractor:

1. The Contractor shall arrange an adequate supply of potable water @ 5 lpcd for the

domestic use of labourers in the camp. The Contractor should provide storage tank of suitable capacity for the storage of water to be consumed by labour. The tank should be cleaned at least once in a week.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 110

2. Proper drainage facility should be provided to handle the waste water arising out of the site. The drainage should be planned in a way that there is no accumulation of water within the project area or vicinity to the site. Regular cleanup of the drainage system should be practiced.

3. The waste water should be disposed off suitably and in a manner that will cause neither pollution nor nuisance. The Contractor should adopt necessary precautions against storm water for erosion control measures as well as for minimizing runoff from any spoil piles.

4. The Contractor shall discharge wastewater arising out of site office, canteen or toilet facilities constructed by him into sewers. The Contractor should take approval from nodal agencies for that in their own credit. If sewer is not availed in nearby sources appropriate septic tank/soak pit to be constructed and adequate control measures to be ensured on that behalf to maintain the sanitary conditions over the work place.

5. The Contractor should adopt every feasible option to prevent the run-off from construction debris or excavated materials polluting local water body or creating problem for local drainage system.

6. Storage of debris would be planned by avoiding natural waterways/drainage pattern of the project site.

E. Noise Environment: Excessive noise exposure can cause permanent hearing loss, which could be totally preventable if appropriate precautions are taken. The Contractor shall take all appropriate measures to ensure that work carried out by the Contractors, whether on or off the sites, will not cause any unnecessary or excessive noise which may be beyond the legitimate standards specified by the nodal agencies and may be a cause of irritation to local neighbors. He shall take all necessary control measures to bring down the sound level generated by various instruments by appropriate enclosures, if applicable.

1. Work area lay out plan and entire work scheduling should be planned prior to start of the job in a way that there should be maximum physical separation between noise generators and noise receptors and to avoid simultaneous activities that both generate high noise levels.

2. Silencers and mufflers on construction equipments shall be properly fitted and maintained so that the ambient noise level standards prescribed in the Noise Pollution (Regulation & Control), 2000 are maintained.

3. The Contractor shall ensure that all powered mechanical equipment used in the works has the most modern techniques available but not limited to silencers and mufflers.

4. The Contractor shall construct acoustic enclosures around any plants of the works from where excessive noise may be generated.

5. Mechanical equipments, to be used in the work should have “Conformance Labeling” as applicable.

F. Solid Waste Management: With careful designing, planning, and good site management solid waste generated from the project can be minimized. Before starting the job, adequate measures should be ensured for temporary storage of construction wastes after consultation with Company designated person and following considerations should be taken care of:

1. Entire construction planning should be in a way that there is minimum generation of construction wastes like concrete, mortars and cement grouts.

2. Reuse of entire construction wastes should be planned as far as possible.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 111

3. Construction solids should be removed from the site as frequent as possible. 4. Litter disposal and collection points should be established around all construction sites. 5. Adequate measures should be adopted to check any runoff from spoil piles. 6. The transportation of construction spoil shall be allowed only to officially designated

dumpsites after obtaining necessary permission from relevant authorities.

G. Chemical and Hazardous Material Safety: The construction works may be associated with handling of many hazardous wastes. If so, will be handled as per the provisions of the Hazardous Wastes (Management & Handling) Rules, 1989 and should adhere to following conditions:

1. Chemical containers should be labeled with contents, capped, and in good condition. Contents label should include full name of material; formula. The original label should be defaced if it is not consistent with the current contents.

2. The Contractor should be responsible for proper collection, reception, treatment, storage and disposal of hazardous wastes, if any. All the hazardous storage containers should have proper labeling and should be stored properly

3. The Contractor should ensure definitive care in handling chemical and hazardous materials to minimize every possible risk of accidental release or spillage of chemicals to the environment.

4. All containers of hazardous materials that are stored in fifty-five-gallon containers or larger are required to be stored in secondary containers. If gas cylinders are to be used; should be transported through wheeled cart and should be stored properly in ventilated areas.

5. For disposal, they can be sold only to authorized Contractors or Operators of Centralized Hazardous Wastes-Treatment, Storage and Disposal

6. There shall be constant vigilance for any sign of chemical leakage. Containers storing chemical waste must be inspected weekly for any sign of chemical leakage.

7. Compressed Gas Safety: The cylinders that contain compressed gases are primarily shipping containers and should not be subjected to rough handling or abuse. Such misuse can seriously weaken the cylinder and render it unfit for further use

Empty and full cylinders should be stored in separate areas.

Cylinders should never be rolled or dragged.

When moving large cylinders, they should be strapped to a properly designed wheeled cart to ensure stability.

Only one cylinder should be handled (moved) at a time.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 112

Annexure - E

DETAILS OF CONTRACTS OF CIVIL INFRASTRUCTURE PROJECTS

Name of Applicant /Contractor.

1 Name of Contract

2 Country

3 Name of Employer

4 Employer’s Address

5 Nature of works and special features relevant to this project.

6 Contract role (check one)

o Sole Contractor o Sub-Contractor o Partner in a Joint Venture

7 a) Value of the total contract (in Rs. Crores at completion, or at date of award for current contracts):

b) Value of your firm’s portion of the total contract (in Rs. crores at completion, or at date of award for current contracts):

8 Date of Award

9 Date of Completion

10 Contract duration years months.

11 Specified requirements

12 Name and professional qualifications of applicant’s Engineer-in-Charge of the

work:

13 Were there any penalties/fines/stop-notice/compensation/liquidated damages

imposed? (Yes or No).

If yes, give amount and explanation.

14 Reason for delay, non-completion of work if any.

Signature of Contractor's Representative:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

*Use a separate sheet for each contract

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 113

Annexure F

Tenderer’s Details of Machinery

The List of Machinery minimum required to be deployed at site by the contractor. All the

equipment shall be in good and working condition.

Sr. No Description & Details Machinery Nos.

1 2

1 Back hoe loader

2 Poclain

3 Dumper (10MT capacity)

4 Dumper (25MT capacity)

5 Transit mixture (6/7 cum capacity)

6 Vibratory roller

7 Tandem roller

8 Pneumatic Tyred Roller

9 Pneumatic hammer/rock breaker with compressor

10 10/7 mixture machine

11 Needle vibrator

12 Plate compactor

13 Plate vibrator

14 Sensor paver

15 Paver without sensor

16 Motorized grader

Signature of Contractor's Representative:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 114

Annexure - G

Financial Statement

Information regarding financial standing of the applicant

Sr. No.

Details Amount

(Rs. In Lakh.)

Remarks

1 2 3 4

1. Solvency Banker’s certificate to be attached

2. Profit and Loss Statement (Last Three Years)

3. Balance Sheet

4. Auditor’s Report including net worth

5. Estimated financial projection for the next two years

6. Value of the biggest work executed with period.

Certificate from the Owner / Employer in successful execution of work to be furnished

Signature of Contractor's Representative:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 115

Annexure – H

Structure and Organisation

1. Name of the applicant :

2. Office Address :

3. Telegraphic Address :

4. Telephone Numbers :

5. Fax Number :

6. Date and location of establishment :

7. The applicant is :

a) An individual :

b) A proprietary firm :

c) A partnership firm (if yes, give name and

address of each of the partners)

:

8. A limited company (Attach the organizational

chart showing the structure of the organization

including the names of the Directors and

position of the Officers)

:

9. Number of years of experience :

10. How many years have your organization been in

this business under the present name? What

were the fields when your organization was

established? Whether any new fields were

added in your organization? And if so, when?

:

11. Were you ever required to suspend the work

for a period of more than six months

continuously after you started? If so give the

:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 116

names of projects and reasons?

12. Have you ever not completed any assignment

given to you? (If so, give name of project and

reasons for not completing the work)

:

13. How many projects were completed either in

time, or before time?

:

14. In how many of your project were penalties

imposed for delays? Please give details.

:

15. In which field of Civil Engineering construction

do you claim specialization and interest?

:

Signature of the Applicant

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 117

Annexure – I

Tenderer’s Experience

A list of similar jobs executed by the Contractor & Name with address of a Person whom reference

can be made, by the Corporation, if required necessary.

(Tenderers shall submit the information in the Format detailed here under)

Sr. No

Description of work

Value of work

executed Rs.

Construction period as

per contract

Actual construction on period for

the completion of the work

Date of Completion

Client Person to whom reference may be

made

Principal Features

1 2 3 4 5 6 7 8 9

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 118

Annexure – J

Details of Personnel

The list of Technical Personnel intended to be placed at the Work by the Contractor.

(Tenderers shall submit in the Format detailed hereunder).

Sr. No Description & Details of Position

Name Qualification Professional Experience &

details of works carried

out

Remarks

1 2 3 4 5 6

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 119

Annexure – K

Performa showing the details of site visit done by agency before quoting the tender

(Tenderers shall submit in the Format detailed hereunder)

Sr. No Name of Firm Name of Authorised

representative of

firm who has visited

the site

Qualification Designation / post

holding in

company

Remarks

1 2 3 4 5 6

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 120

Annexure – L

List showing near relative of the applicant working in MPAKVN Indore

S. No. Name of Divisional Accountant and other Officer (s)

Relationship with the applicant

Name of the Relation who are near relatives to Officers mentioned

in col. 2

(1) (2) (3) (4) (5)

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 121

Annexure – M

Information regarding current litigation

S. No. Name of the

Contract

Year of Contract Organization Details of

litigation

(1) (2) (3) (4) (5)

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 122

Annexure – N

Additional Information

Please add any information, which the applicant considers necessary in regard to the capabilities.

(Please give a brief a brief note indicating why the applicant considers himself eligible for

prequalification for the work).

Contractor’s Representative legible Signature:_________________________________

Name of the Person: _____________________________________________________

Seal of the Company:

Date & Place:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 123

ANNEXURE - O

Form of Income Tax certificate

a. Name and style of the company, firm, H.U.F. or individual in which the applicant assessed to

income tax and address for purpose of assessment.

b. The Income Tax Circle / Ward / District which the applicant is assessed to Income Tax.

c. Following particulars concerning the last Income Tax Assessment made:

1. Reference No. (OR G.I.R. NO.) of the Assessment.

2. Assessment year and accounting year.

3. Amount of Total Income assessed.

4. Amount of tax assessed I.T., S.T., E.P.T., B.P.T.

5. Amount of tax paid I.T., S.T., E.P.T., B.P.T.

6. Balance being tax not yet paid and reasons for such arrears.

7. Whether any attachment of certificate proceedings pending in respect of the arrears.

8. Whether the company or firm or H.U.F. on which the assessment was made has been or is

being liquidated, wound up, dissolved, partitioned or being declared insolvent as the case

may be.

9. The position about later assessment namely, whether returns submitted under section

22(1) or (2) of the Income Tax act and whether tax paid under section 18-A of the act and

the amount of tax so paid or in arrears.

d. In case there has been no Income Tax assessment at all in the past, whether returns

submitted under section 21(1) or (2) and 18-A (3) and if so, the amount of income tax return

or tax paid and the income tax Circle / Ward / District concerned.

e. The name and address of branch (es) verified the particulars set out above and found correct

subject to the following remarks.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 124

15 TECHNICAL SPECIFICATIONS

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 125

PART 1 – General Specifications

1 GENERAL

1.1 Reference mentioned herein shall be applicable to all sections to the extent the context

permits and are intended to supplement the provisions in the particular section. In case of

any discrepancy/ deviation, the provisions in the particular section shall take precedence.

1.2 The rates for all items of work unless clearly specified otherwise shall include cost of all

labour, materials and other inputs involved in the execution of the items.

1.3 INTERPRETATIONS

1.3.1 The Owner/Engineer-in-charge shall be the sole deciding authority as to the meaning,

interpretation and implications for various provisions of the specifications. His decision in

writing shall be final.

1.3.2 Wherever any reference is made to any Indian Standard, it shall be taken as reference to

the latest edition with all amendments issued thereto. In the event of any variation

between the CPWD specifications and the Indian Standard, the former shall take

precedence over the latter.

1.4 DEFINITIONS

The following terms and expressions in the specifications shall have the meaning or

implication hereby assigned to them unless otherwise specified elsewhere

1.4.1 Contractor: The Contractor shall mean the individual or firm or company whether

incorporated or not undertaking the works and shall include the legal personal

representatives of such individual or the persons composing such firm or company, or

the successors of such individual or firm or company and the permitted assignees of

such individual or firm of company.

1.4.2 Engineer-in-Charge: The ‘Engineer-in-Charge’ means the Engineer officer who shall

supervise and be in-charge of the work and who shall sign the contract on behalf of

the Owner.

1.4.3 SQC: The “SQC” shall mean the entity/firm supervise the work on behalf of Engineer-

in-charge.

1.4.4 Site: The ‘site’ shall mean the land/ or other places on, in, into or through which the

work is to be executed under the contract or any adjacent land, path or street through

which the work is to be executed under the contract, or any adjacent land, path or

street which may be allotted or used for the purpose of carrying out the contract.

1.4.5 Store: The ‘store’ shall mean the place of issue of materials.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 126

1.4.6 IS: The standards, specification and code of practices issued by the Bureau of Indian

Standards.

1.4.7 Best: The word ‘best’ when used shall mean that in the opinion of the Engineer-in-

Charge, there is no superior material/ article and workmanship obtainable in the

market and trade respectively. As far as possible the standard required shall be

specified in preference to the word ‘best’.

1.4.8 Department: ‘Department’ shall mean Madhya Pradesh Audyogik Kendra Vikas Nigam-

Indore (MPAKVN-Indore).

1.5 FLOOR AND LEVELS

Levels of all the Floor shall be as approved by Engineer – in –charge.

1.6 FOUNDATION AND PLINTH

Foundation and plinth level shall be as approved by Engineer – in –charge.

1.7 MEASUREMENTS

1.7.1 In booking dimensions, the order shall be consistent and in the sequence of length,

width and height or depth or thickness.

1.7.2 Rounding off: Rounding off where required shall be done in accordance with IS: 2-1960.

The number of significant places rounded in the rounded off value should be as

specified.

1.8 MATERIALS

1.8.1 Samples of all materials to be used on the work shall be got approved by the contractor

from the Engineer-in-Charge/SQC well in time. The approved samples duly

authenticated and sealed shall be kept in the custody of the Engineer-in-Charge till the

completion of the work. All materials to be provided by the contractor shall be brand

new and as per the samples approved by the Engineer-in-Charge.

1.8.2 Materials obtained by the contractor from the sources approved by the Department

shall be subjected to the Mandatory tests. Where such materials do not conform to the

relevant specifications, the matter shall be taken up by the Engineer-in-Charge for

appropriate action against the defaulters. In all such cases, necessary documents in

original and proof of payment relating to the procurement of materials shall be made

available by the contractor to the Engineer-in-Charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 127

1.8.3 Samples, whether submitted for approval to govern bulk supplies or required for testing

before use and also the sample of materials bearing ‘Standard mark,’ if required for

testing, shall be provided free of cost by the contractor. All other incidental expenditure

to be incurred for testing of samples e.g. packaging, sealing transportation, loading,

unloading etc. except testing charges shall be borne by the contractor.

1.8.4 The materials, supplied by the client shall be deemed to be complying with the

specifications.

1.8.5 Materials stored at site, depending upon the individual characteristics, shall be

protected from atmospheric effects due to rain, sun, wind and moisture to avoid

deterioration.

1.8.6 Materials like timber, paints etc. shall be stored in such a way that there may not be any

possibility of fire hazards. Inflammable materials and explosives shall be stored in

accordance with the relevant rules and regulations or as approved by Engineer-in-

Charge in writing so as to ensure desired safety during storage.

1.8.7 The unit weight of materials unless otherwise specified shall be reckoned as given in IS:

1911-1967.

1.9 SAFETY IN CONSTRUCTION

1.9.1 The contractor shall employ only such methods of construction, tools and plant as are

appropriate for the type of work or as approved by Engineer-in-Charge in writing.

1.9.2 The contractor shall take all precautions and measures to ensure safety of works and

workman and shall be fully responsible for the same. Safety pertaining to construction

works such as excavation, centring and shuttering, trenching, blasting, demolition,

electric connections, scaffolds, ladders, working platforms, gangway, mixing of

bituminous materials, electric and gas welding, use of hoisting and construction

machinery shall be governed by CPWD safety code, relevant safety codes and the

direction of Engineer-in-Charge.

1.10 ABBREVIATIONS

The following abbreviations wherever they appear in the specifications, shall have the

meaning or implication hereby assigned to them:

Mm Millimetre

Cm Centimetre

M Metre

Km Kilometre

Mm2/sqmm Square Milimetre

Cm2/sqcm Square centimetre

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 128

Dm2/sqdm Square decimetre

M2/sqm Square metre

Cm3/ cubic cm Cubic centimetre

Dm3/ cubic dm Cubic decimetre

M3/cum Cubic metre

Ml Millilitre

Kl Kilolitre

Gm Gram

Kg Kilogram

Q Quintal

T Tonne

Fps system Foot pound second system

°C Degree Celsius temperature

Fig Figure

Re/Rs Rupee/ Rupees

No Number

Dia Diameter

AC Asbestos cement

CI Cast Iron

GC Galvanised corrugated

GP Galvanised plain

GI Galvanised iron

PVC Polyvenyl chloride

RCC Reinforced cement concrete

SW Stone ware

SWG Standard wire Gauge

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 129

PART -2 - GENERAL (MATERIAL) SPECIFICATIONS: In case of any discrepencies in specification of

materials , MORTH, NBC and other relevant specifications & codes shall be followed. However,

general details are given below:

2.1 GENERAL

Materials to be used in the work shall conform to the specifications mentioned on the

drawings, the requirements laid down in this section and specifications for relevant items

of work covered under these specifications.

If any material, not covered in these specifications, is required to be used in the work, it

shall conform to relevant Indian Standards, if there are any, or to the requirements

specified by the Engineer.

2.2 SOURCES OF MATERIAL

The Contractor shall notify the Engineer of his proposed sources of materials prior to

delivery. If it is found after trial that sources of supply previously approved do not produce

uniform and satisfactory products, or if the product from any other source proves

unacceptable at any time, the Contractor shall furnish acceptable material from other

sources at his own expense.

2.3 BRICKS

The bricks shall be of regular and uniform size, shape and colour, well burnt throughout.

They shall be free from cracks or other flaws viz. lumps of lime, laminations, soluble salts

causing efflorescence, air-holes which may in any way impair their strength durability,

appearance etc. They shall give a clear metallic ringing sound when struck together.

After absorbing water the bricks shall not exceed 20% of their dry weight as per IS: 1077 -

1992. According to IS: 1077 - 1992 crushing load shall not be less than 40 Kg. /Sq. Cm.

Samples of bricks shall also be subjected to the following tests:

(a) Dimensional tolerance.

(b) Water absorption.

(c) Efflorescence.

(d) Compressive strength.

2.4 STONES

Stones shall be of the type specified. It shall be hard, sound, free from cracks, decay and

weathering and shall be freshly quarried from an approved quarry. Stone with round

surface shall not be used.

The stones, when immersed in water for 24 hours, shall not absorb water by more than 5

per cent of their dry weight when tested in accordance with IS: 1124-1972.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 130

The length of stones shall not exceed 3 times its height nor shall they be less than twice its

height plus one joint. No stone shall be less in width than the height and width on the

base shall not be greater than three-fourth of the thickness of the wall nor less than 150

mm.

2.5 CAST IRON

Cast iron shall conform to IS: 210-2009. The grade number of the material shall not be less

than 14.

2.6 CEMENT

Cement to be used in the works shall be any of the following types with the prior approval

of the Engineer:

a) Ordinary Portland cement, 43 Grade, conforming to IS: 8112-1989.

b) Rapid Hardening Portland Cement, conforming to IS: 8041-1990.

c) Sulphate Resistant Portland cement, conforming to IS: 12330-1988.

2.7 COARSE AGGREGATES

For plain and reinforced cement concrete (PCC and RCC) works, coarse aggregate shall

consist of clean, hard, strong, dense, non-porous and durable pieces of crushed stone,

crushed gravel, natural gravel or a suitable combination thereof or other approved inert

material. They shall not contain pieces of disintegrated stones, soft, flaky, elongated

particles, salt, alkali, vegetable matter or other deleterious materials in such quantities as

to reduce the strength and durability of the concrete, or to attack the steel reinforcement.

Coarse aggregate having positive alkali-silica reaction shall not be used. All coarse

aggregates shall conform to IS : 383-1970 and tests for conformity shall be carried out as

per IS : 2386-1963, Parts I to VIII.

The contractor shall submit for the approval of the Engineer, the entire information

indicated in Appendix A of IS: 383-1970.

The maximum value for flakiness index for coarse aggregate shall not exceed 35 per cent.

The coarse aggregate shall satisfy the following requirements of grading:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 131

REQUIREMENTS OF COARSE AGGREGATE

IS Sieve Size Per cent Weight Passing the Sieve

40 mm 20 mm 12.5 mm

63 mm 100 - -

40 mm 95-100 100 -

20 mm 30-70 95-100 100

12.5 mm - - 90-100

10 mm 10-35 25-55 40-85

4.75 mm 0-5 0-10 0-10

2.8 SAND/FINE AGGREGATES

For masonry work, sand shall conform to the requirements of IS : 2116-1980.

For plain and reinforced cement (PCC and RCC) or prestressed concrete (PSC) works, fine

aggregate shall consist of clean, hard, strong and durable pieces of crushed stone, crushed

gravel, or a suitable combination of natural sand, crushed stone or gravel. They shall not

contain dust, lumps, soft or flaky, materials, mica or other deleterious materials in such

quantities as to reduce the strength and durability of the concrete, or to attack the

embedded steel. Motorised sand washing machines should be used to remove impurities

from sand. Fine aggregate having positive alkali-silica reaction shall not be used. All fine

aggregates shall conform to IS : 383-1980 and tests for conformity shall be carried out as

per IS : 2386-1963, (Parts I to VIII). The Contractor shall submit to the Engineer the entire

information indicated in Appendix A of IS: 383-1980. The fineness modulus of fine

aggregate shall neither be less than 2.0 nor greater than 3.5.

Sand/fine aggregate for structural concrete shall conform to the following grading

requirements:

IS Sieve Size Per cent by Weight Passing the Sieve

Zone I Zone II Zone III

10 mm 100 100 100

4.75 mm 90-100 90-100 90-100

2.36 mm 60-95 75-100 85-100

1.18 mm 30-70 55-90 75-100

600 micron 15-34 35-59 60-79

300 micron 5-20 8-30 12-40

150 micron 0-10 0-10 0-10

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 132

2.9 STEEL

2.9.1 Cast Steel

The use of cast steel shall be limited to bearings and other similar parts. Steel for

castings shall conform to Grade 280-520N of IS : 1030-1998. In case where subsequent

welding is unavoidable in the relevant cast steel components, the letter N at the end

of the grade designation of the steel casting shall be replaced by letter W. 0.3 per cent

to 0.5 per cent copper may be added to increase the corrosion resistance properties.

2.9.2 Reinforcement Steel

For plain and reinforced cement concrete (PCC and RCC) , the reinforcement steel shall

consist of the following grades of reinforcing bars:

Fe 415 and Fe 500 as per designed requirement

2.10 WATER

Water used for mixing and curing shall be clean and free from injurious amounts of oils,

acids, alkalis, salts, sugar, organic materials or other substances that may be deleterious

to concrete or steel. Potable water is generally considered satisfactory for mixing

concrete. Mixing and curing with sea water shall not be permitted. As a guide, the

following concentrations represent the maximum permissible values:

a) To neutralize 200 ml sample of water, using phenolphthalein as an indicator, it

should not require more than 2 ml of 0.1 normal NaOH.

b) To neutralize 200 ml sample of water, using methyl orange as an indicator, it should

not require more than 10 ml of 0.1 normal HCI.

c) The permissible limits for solids shall be as follows when tested in accordance with IS

: 3025:

Permissible Limits (max)

Organic 200 mg/lit

Inorganic 3000 mg/lit

Sulphate (SO4) 500 mg/lit

Chlorides (CI) 500 mg/lit

Suspended matter 2000 mg/lit

In case of structures of lengths 30 m and below, the permissible limit of chlorides

may be increased upto 1000 mg/lit.

All samples of water (including potable water) shall be tested and suitable measures

taken where necessary to ensure conformity of the water to the requirements stated

herein.

a) The pH value shall not be less than 6.

2.11 TIMBER

The timber used for structural purposes shall conform to IS: 883-1994.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 133

2.12 CONCRETE ADMIXTURES

2.12.1 General

Admixtures are materials added to the concrete before or during mixing with a view to

modify one or more of the properties of concrete in the plastic or hardened state.

Concrete admixtures are proprietary items of manufacture and shall be obtained only from

established manufacturers with proven track record, quality assurance and full fledged

laboratory facilities for the manufacture and testing of concrete.

The contractor shall provide the following information concerning each admixture after

obtaining the same from the manufacturer:

a) Normal dosage and detrimental effects, if any, of under dosage and over dosage.

b) The chemical names of the main ingredients in the admixtures.

c) The chloride content, if any, expressed as a percentage by the weight of the

admixture.

d) Values of dry material content, ash content and relative density of the admixture

which can be used for Uniformity Tests.

e) Whether or not the admixture leads to the entertainment of air when used as per the

manufacturer’s recommended dosage, and if so to what extent.

f) Where two or more admixtures are proposed to be used in any one mix, confirmation

as to their compatibility.

g) There would be no increase in risk of corrosion of the reinforcement or other

embedments as a result of using the admixture.

2.12.2 Physical and Chemical Requirements

Admixtures shall conform to the requirements of IS: 9103-1999. In addition, the

following conditions shall be satisfied:

a) “Plasticisers" and “Super–Plasticisers" shall meet the requirements indicated for

“Water reducing Admixture".

b) Except where resistance to freezing and thawing and to disruptive action of deicing

salts is necessary, the air content of freshly mixed concrete in accordance with the

pressure method given in IS: 1199-1959 shall not be more than 2 per cent higher

than that of the corresponding control mix and in any case not more than 3 per

cent of the test mix.

c) The chloride content of the admixture shall not exceed 0.2 per cent when tested in

accordance with IS: 6925-1973.

d) Uniformity tests on the admixtures are essential to compare qualitatively the

composition of different samples taken from batch to batch or from the same

batch at different times.

The tests that shall be performed along with permissible variations in the same are

indicated below:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 134

- Dry Material Content: to be within 3 per cent and 5 per cent of liquid and solid

admixtures respectively of the value stated by the manufacturer.

- Ash content: to be within 1 per cent of the value stated by the manufacturer.

Relative Density (for liquid admixtures): to be within 2 per cent of the value stated by

the manufacturer.

e) All tests relating to the concretes admixtures shall be conducted periodically at an

independent laboratory and compared with the data given by the manufacturer.

2.13 STORAGE OF MATERIALS

2.13.1 General

All materials may be stored at proper places so as to prevent their deterioration or

intrusion by foreign matter and to ensure their satisfactory quality and fitness for the

work. The storage space must also permit easy inspection, removal and restorage of

the materials. All such materials even though stored in approved godowns/places,

must be subjected to acceptance test prior to their immediate use.

2.13.2 Brick

Bricks shall not be dumped at site. They shall be stacked in regular tiers as they are

unloaded, to minimise breakage and defacement. The supply of bricks shall be

available at site at any time. Bricks selected for use in different situations shall be

stacked separately.

2.13.3 Aggregates

Aggregate stockpiles may be made on ground that is denuded of vegetation, is hard

and well drained. If necessary, the ground shall be covered with 50 mm plank.

Coarse aggregates, unless otherwise agreed by the Engineer in writing, shall be

delivered to the site in separate sizes (2 sizes when nominal size is 25 mm or less and 3

sizes when the nominal size is 32 mm or more). Aggregates placed directly on the

ground shall not be removed from the stockpile within 30 cm of the ground until the

final cleaning up of the work, and then only the clean aggregate will be permitted to

be used.

In the case of line aggregates, these shall be deposited at the mixing site not less than

8 hours before use and shall have been tested and approved by the Engineer.

2.13.4 Cement

Cement shall be transported, handled and stored on the site in such a manner as to

avoid deterioration or contamination. Cement shall be stored above ground level in

perfectly dry and water–tight sheds and shall be stacked not more than eight bags

high. Wherever bulk storage containers are used their capacity should be sufficient to

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 135

cater to the requirement at site and should be cleaned at least once every 3 to 4

months.

Each consignment shall be stored separately so that it may be readily identified and

inspected and cement shall be used in the sequence in which it is delivered at site. Any

consignment or part of a consignment of cement which had deteriorated in any way,

during storage, shall not be used in the works and shall be removed from the site by

the Contractor without charge to the Employer.

The Contractor shall prepare and maintain proper records on site in respect of

delivery, handling, storage and use of cement and these records shall be available for

inspection by the Engineer at all times.

The Contractor shall make a monthly return to the Engineer on the date corresponding

to the interim certificate date, showing the quantities of cement received and issued

during the month and in stock at the end of the month.

2.13.5 Reinforcement Steel

The reinforcement bars, when delivered on the job, shall be stored above the surface

of the ground upon platforms, skids, or other supports, and shall be protected from

mechanical injury and from deterioration by exposure.

2.13.6 Water

Water shall be stored in containers/tanks covered at top and cleaned at regular

intervals in order to prevent intrusion by foreign matter or growth of organic matter.

Water from shallow, muddy or marshy surface shall not be permitted. The intake pipe

shall be enclosed to exclude silt, mud, grass and other solid materials and there shall

be a minimum depth of 0.60 m of water below the intake at all times.

2.14 TESTS AND STANDARD OF ACCEPTANCE

All materials, even though stored in an approved manner shall be subjected to an

acceptance test prior to their immediate use.

Independent testing of cement for every consignment shall be done by the Contractor

at site in the laboratory approved by the Engineer before use. Any cement with lower

quality than those shown in manufacturer’s certificate shall be debarred from use. In

case of imported cement, the same series of tests shall be carried out before

acceptance.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 136

2.14.1 Testing and Approval of Material

The Contractor shall furnish test certificates from the manufacturer/supplier of

materials along with each batch of material(s) delivered to site.

The Contractor shall set up a field laboratory with necessary equipment for testing of

all materials, finished products used in the construction as per requirements of

conditions of contract and the relevant specifications. The testing of all the materials

shall be carried out by the Engineer or his representative for whom the Contractor

shall make all the necessary arrangements and bear the entire cost.

Tests which cannot be carried out in the field laboratory have to be got done at the

Contractor’s cost at any recognised laboratory/testing establishments approved by the

Engineer.

2.14.2 Sampling of Materials

Samples provided to the Engineer or his representative for their retention are

to be in labelled boxes suitable for storage.

Samples required for approval and testing must be supplied well in advance by at

least 48 hours or minimum period required for carrying out relevant tests to allow for

testing and approval. Delay to works arising from the late submission of samples will

not be acceptable as a reason for delay in the completion of the works.

If materials are brought from abroad, the cost of sampling/testing whether in India or

abroad shall be borne by the Contractor.

2.14.3 Rejection of Materials not conforming to the Specifications

Any stack or batch of material(s) of which sample(s) does not conform to the

prescribed tests and quality shall be rejected by the engineer or his representative

and such materials shall be removed from site by the contractor at his own cost. Such

rejected materials shall not be made acceptable by any modifications.

2.14.4 Testing and Approval of Plant and Equipment

All plants and equipment used for preparing, testing and production of materials for

incorporation into the permanent works shall be in accordance with manufacturer’s

specifications and shall be got approved by the Engineer before use.

2.15 STEEL REINFORCEMENT

2.15.1 Description

This work shall consist of furnishing and placing coated or uncoated mild steel or high

strength deformed reinforcement bars (untensioned) of the shape and dimensions

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 137

shown on the drawings and conforming to these Specifications or as approved by the

Engineer.

2.15.2 General

Steel for reinforcement shall meet with the requirements of Section 1000 under road

work specification.

Reinforcements may be either mild steel/medium tensile steel or high strength

deformed bars. They may be uncoated or coated with epoxy or with approved

protective coatings.

2.15.3 Protection of Reinforcement

Uncoated reinforcing steel shall be protected from rusting or chloride contamination.

Reinforcements shall be free from rust, mortar, loose mill scale, grease, oil or paints.

This may be ensured either by using reinforcement fresh from the factory or

thoroughly cleaning all reinforcement to remove rust using any suitable method such

as sand blasting, mechanical wire brushing, etc., as directed by the Engineer-in-

charge/SQC. Reinforcements shall be stored on block, racks or platforms and above

the ground in a clean and dry condition and shall be suitably marked to facilitate

inspection and identification.

Portions of uncoated reinforcing steel and dowels projecting from concrete, shall be

protected within one week after initial placing of concrete with a brush coat of neat

cement mixed with water to a consistency of thick paint. This coating shall be

removed by lightly tapping with a hammer or other tool not more than one week

before placing of the adjacent pour of concrete. Coated reinforcing steel shall be

protected against damage to the coating. If the coating on the bars is damaged during

transportation or handling and cannot be repaired, the same shall be rejected.

2.15.4 Bending of Reinforcement

Bar bending schedule shall be furnished by the Contractor and got approved by the

Engineer before start of work. Reinforcing steel shall conform to the dimensions and

shapes given in the approved Bar Bending Schedules. Bars shall be bent cold to the

specified shape and dimensions or as directed by the Engineer using a proper bar

bender, operated by hand or power to obtain the correct radii of bends and shape.

Bars shall not be bent or straightened in a manner that will damage the parent

material or the coating. Bars bent during transport or handling shall be straightened

before being used on work and shall not be heated to facilitate straightening.

2.15.5 Placing of Reinforcement

a) The reinforcement cage should generally be fabricated in the yard at ground level and

then shifted and placed in position. The reinforcement shall be placed strictly in

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 138

accordance with the drawings and shall be assembled in position only when the

structure is otherwise ready for placing of concrete. Prolonged time gap between

assembling of reinforcements and casting of concrete, which may result in rust

formation on the surface, shall not be permitted.

b) Reinforcement bars shall be placed accurately in position as shown on the drawings.

The bars, crossing one another shall be tied together at every intersection with

binding wire (annealed), conforming to IS : 280-2006 to make the skeleton of the

reinforcement rigid such that the reinforcement does not get displaced during placing

of concrete, or any other operation. The diameter of binding wire shall not be less

than 1mm.

c) Bars shall be kept in position usually by the following methods:

i In case of beam and slab construction, industrially produced polymer cover blocks

of thickness equal to the specified cover shall be placed between the bars and

formwork subject to satisfactory evidence that the polymer composition is not

harmful to concrete and reinforcement. Cover blocks made of concrete may be

permitted by the Engineer, provided they have the same strength and specification

as those of the member.

ii In case of dowels for columns and walls, the vertical reinforcement shall be kept in

position by means of timber templates with slots cut in them accurately, or with

cover blocks tied to the reinforcement. Timber templates shall be removed after

the concreting has progressed upto a level just below their location.

iii Layers of reinforcements shall be separated by spacer bars at approximately one

metre intervals. The minimum diameter of spacer bars shall be 12 mm or equal to

maximum size of main reinforcement or maximum size of coarse aggregate,

whichever is greater. Horizontal reinforcement shall not be allowed to sag

between supports.

iv Necessary stays, blocks, metal chairs, spacers, metal hangers, supporting wires etc,

or other subsidiary reinforcement shall be provided to fix the reinforcements firmly

in its correct position.

v Use of pebbles, broken stone, metal pipe, brick, mortar or wooden blocks etc., as

devices for positioning reinforcement shall not be permitted.

d) Bars coated with epoxy or any other approved protective coating shall be placed on

supports that do not damage the coating. Supports shall be installed in a manner such

that planes of weakness are not created in hardened concrete. The coated reinforcing

steel shall be held in place by use of plastic or plastic coated binding wires especially

manufactured for the purpose. Reference shall be made to Section 1000 for other

requirements.

e) Placing and fixing of reinforcement shall be inspected and approved by the Engineer

before concrete is deposited.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 139

2.16 BAR SPLICES

2.16.1 Lapping

All reinforcement shall be furnished in full lengths as indicated on the drawing. No

splicing of bars, except where shown on the drawing, will be permitted without

approval of the Engineer. The lengths of the splice shall be as indicated on drawing or

as approved by the Engineer. Where practicable, overlapping bars shall not touch

each other, and shall be kept apart by 25 mm or 1 times the maximum size of

coarse aggregate, whichever is greater. If this is not feasible overlapping bars shall be

bound with annealed steel binding wire, not less than 1 mm diameter and twisted

tight in such a manner as to maintain minimum clear cover to the reinforcement from

the concrete surface. Lapped splices shall be staggered or located at points, along the

span where stresses are low.

2.16.2 Welding

Welding of reinforcement if required under this contract shall be as directed by

Engineer-in-charge.

2.16.3 Mechanical Coupling of Bars

Bars may be jointed with approved patented mechanical devices as indicated on the

drawing or as approved by the Engineer e.g. by special grade steel sleeves swaged on

to bars in end to end contact or by screwed couplers. In case such devices are

permitted by the Engineer, they shall develop at least 125 per cent of the

characteristic strength of the reinforcement bar.

2.17 TESTING AND ACCEPTANCE

The material shall be tested in accordance with relevant IS specifications and

necessary test certificates shall be furnished. Additional tests, if required, will be got

carried out by the Contractor at his own cost.

The fabrication, furnishing and placing of reinforcement shall be in accordance with

these specifications and shall be checked and accepted by the Engineer.

2.18 MEASUREMENTS FOR PAYMENT

Reinforcement shall be measured in length including hooks, if any, separately for

different diameters as actually used in work, excluding overlaps. From the length so

measured, the weight of reinforcement shall be calculated in tonnes on the basis of

IS: 1732-1989. Wastage, overlaps, couplings, welded joints, spacer bars, chairs, stays,

hangers and annealed steel wire or other methods for binding and placing shall not

be measured and cost of these items shall be deemed to be included in the rates for

reinforcement.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 140

2.19 RATE

The contract unit rate for coated/uncoated reinforcement shall cover the cost of

material, fabricating, transporting, storing, bending, placing, binding and fixing in

position as shown on the drawings as per these specifications and as directed by the

Engineer, including all labour, equipment, supplies, incidentals, sampling, testing and

supervision.

The unit rate for coated reinforcement shall be deemed to also include cost of all

material, labour, tools and plant, royalty, transportation and expertise required to

carry out the work. The rate shall also cover sampling, testing and supervision

required for the work.

PART – 3 - ROAD WORKS

The Road work shall be carriedout strictly as per the specification given in MORT&H

orange book which is not attached to this document but form a part of this

document.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 141

PART 4 – PUBLIC HEALTH ENGINEERING WORKS

PART 4A - GENERAL

1 GENERAL REQUIREMENTS

1.1 All pipes and fittings and appurtenance shall be laid at proper depths or to the required

slopes in a neat workman like manner.

1.2 Both ends of the pipelines shall be blocked with suitable timber or other type of plugs at

the end of each day’s work.

1.3 Pipelines shall be kept clean throughout the progress of the work. Special care shall be

taken to avoid accumulation of debris, building materials and trench water and mud from

collecting, within the pipelines.

1.4 Pipelines shall be kept free from all types of animals and carcasses during laying.

1.5 Location of all appurtenances e.g. butterfly, scour and air valves and fire hydrants shall be

confirmed from the Engineer-in-charge/SQC before execution at site.

1.6 Exact location and depth of all the lines shall be as shown on the drawings and as directed

by the Engineer-in-charge/SQC.

1.7 No pipeline shall cross any open drain between its high flood level and bed level to avoid

corrosion, contamination of water supply and blockage of drain.

1.8 Minimum grade of reinforced concrete to be M20.

2 ALIGNMENT AND GRADE

All pipe lines and drainage system shall be laid to alignment and gradient shown on the

drawings but subject to such modifications as shall be ordered by the Engineer-in-

charge/SQC from time to time to meet the requirements of the works at site. No

deviations from the lines, depths of cutting or gradients as shown on the plans and

sections shall be permitted except by the express direction in writing of the Engineer-in-

charge/SQC.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 142

3 EXCAVATION AND PREPARATION OF TRENCH

3.1 All excavation work should be carried out as per specification for earthwork as mentioned

in “C.P.W.D Specification -2009, New Delhi” with the latest amendments, unless otherwise

specified in Bill of Quantities/Drawings.

3.2 The excavation for pipe works shall be open cutting unless the permission of the Engineer-

in-charge/SQC for the ground to be tunnelled is obtained in writing. Where pipe lines have

to be constructed along narrow passages, Engineer-in-charge/SQC/Owner may order the

excavation to be made partly in tunnel and in such cases the excavated soil shall be

brought back later on for refilling the trenches or tunnel.

3.3 Excavation shall be taken out to such widths, lengths, depths and profiles as are shown on

the Drawings or such other lines and grades as may be specified by Engineer.

3.4 Contractor may, for facility of his work or similar other reasons, excavate, and also backfill

later, if so approved by Engineer, at his own cost, outside the lines shown on the Drawings

or directed by Engineer. Should any excavation be taken below the specified levels.

Contractor shall fill it up, with PCC (1:3:6) or granular material in accordance with the type

of bedding up to the required level. No extra payment shall be claimed by Contractor on

this account.

3.5 All excavations shall be done to the minimum dimension as required for safety and

working facility. Prior approval of Engineer shall be obtained by Contractor in each

individual case, for the method he proposes to adopt for the excavation, including setting

out, dimensions, side slopes, dewatering, disposal, etc. This approval, however, shall not

in any way relieve Contractor of his responsibility for any consequent loss or damage. The

excavation must be carried out in the most expeditious and efficient manner. Side slopes

shall be as directed by the Engineer and precaution shall be taken to prevent slips. Should

slips occur, the slipped material shall be removed and the slope dressed to a modified

stable slope. Removal of the slipped earth will not be paid for. Excavation dimensions shall

be as indicated in the drawings.

3.6 For purposes of measurement in trenches the volume of excavation shall be calculated by

measuring width from the outside edges of polling boards x length of trench x mean depth

below G.L between manholes.

3.7 While working in narrow roads, it may not be possible to store the excavated material

beside the trench to allow traffic/pedestrian movement. In such cases the contractor will

be required to haul the excavated materials to a nearby storage, space and subsequently

bring back the selected excavated material during backfilling. The Contractor only under

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 143

exclusive approval of the Engineer shall take up such work. The payment for such item will

be made as per provisions of the Contract.

3.8 In case of narrow roads, highways, sector roads, rail or other embankments trench less

excavation by micro tunneling method is to be adopted. This is a method that consists of

a remotely controlled pipe jacking operation utilizing a tunnel-boring machine.

3.9 Opening out Trenches

In excavating the trenches, etc. the solid road metalling, pavement, curbing etc. and turf is

to be placed on one side and preserved for reinstatement when the trenches or other

excavation shall be filled up. Before any road metal is replaced, it shall be carefully shifted.

The surface of all trenches and holes shall be restored and maintained to the satisfaction

of the Engineer-in-charge/SQC and of the owners of the roads or other property traversed

and the Contractor shall not cut out or break down any live fence of trees in the line of the

proposed works but shall tunnel under them, unless the Engineer-in-charge/SQC shall

order to the contrary. The Contractor shall grab up and clear the surface over the

trenches and other excavations of all trees, stumps, roots and all other encumbrances

affecting execution of the work and shall remove them from the site with the approval of

the Engineer-in-charge/SQC.

3.10 Removal of Filth

All night soil, filth or any other offensive matter met with during the execution of the

works, immediately after it is taken out of any trench, sewer or cesspool, shall not be

deposited on to the surface of any street or where it is likely to be a nuisance or passed

into any sewer or drain but shall be at once put into the carts and removed to a suitable

place as directed by Engineer-in-charge/SQC.

3.11 Excavation to be taken to Proper Depths

The trenches shall be excavated to such depth that the pipes shall rest on bedding as

described in the several clauses relating these. In bad ground/rock excavation below the

pipe, the Engineer-in-charge/SQC may order the Contractor to excavate to a greater depth

if required and to fill up the excavation to the level of the bed of pipe with fine sand. For

such extra excavation more than 1.5m deep the Contractor shall be paid extra at rates laid

down for such works in the schedule, if the extra work was ordered by the Engineer-in-

charge/SQC in writing. But if the Contractor should excavate the trench to a greater depth

than is required without a specific order to that effect in writing by the Engineer-in-

charge/SQC the extra depth shall have to be filled up with fine sand and properly rammed,

to the requirements and specifications of the Engineer-in-charge/SQC at the Contractor’s

own cost and charges.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 144

3.12 Classification of Soils

3.13 The earthwork shall be classified in different categories as specified in the chapter

of Earthwork in CPWD specifications unless otherwise specified in Bill of

Quantities/Drawings.

3.13.1 The Contractor is required to carry out his own survey to assess the type of soil.

3.14 Ground Water Table

3.14.1 It is expected that generally the ground water table is at app. 30 m below the existing

ground level. However the Contractor is required to carry his own investigations at his

expense regarding the same.

3.15 Backfilling

3.16 After the pipes or other work has been laid and tested to be water tight, the trench or

other excavations shall be refilled as stipulated in the C.P.W.D specification - 2009 for

earth work with all latest amendments unless otherwise specified in Bill of

Quantities/Drawings.

Backfilling of pipe trenches shall be done as directed by the Engineer with available

excavated material as far as possible. Silver sand and borrowed earth may be used as

filling material as directed by Engineer. The backfilling shall be carried out in such a way as

not to cause undue thrust on any part of the construction. The compaction shall be done

with the help of suitable equipment such as mechanical tamper, rammer, plate vibrator

etc., after necessary watering, so as to achieve atleast 95% proctor density wrt field

density before excavation. To the extent available, selected spoils from excavated

materials shall be used as backfill. Fill material shall be free from clods, salts, sulphates,

organic or other foreign material. All clods of earth shall be broken or removed.

At places the whole backfilling may have to be carried out with local sand if directed by

Engineer. The sand used shall be clean, medium grained and free from impurities. The

filled-in-sand shall be kept flooded with water to ensure maximum consolidation.

Filling of the trenches shall be carried out simultaneously on both sides of the pipe to

avoid unequal pressure on the pipe. The backfilling shall be done very carefully upto 300

mm above the crown of the pipe so as not to damage the pipe or disturb the level. Above

this the filling and consolidation may be done at a faster pace as per instructions of

Engineer.

In general requirement of routine testing for backfilling is not being anticipated in this

project. However, Engineer may ask for standard proctor density test for any compacted

earth at site. In any case extent of such testing will be kept limited to 200 nos. per lot at

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 145

regular intervals of 250m-300m as directed by the Engineer. Payment will be made as per

item in BOQ.

The compaction shall comply with the specified (Proctor / Modified Proctor) density at

moisture content differing not more than 4 percent from the optimum moisture content.

Contractor shall demonstrate adequately at his cost, by field and laboratory tests that the

specified density has been obtained.

To ensure that the fill has been compacted as specified, field and laboratory tests shall be

carried out by Contractor at his cost.

3.17 Contractor to Restore Settlement and Damages

The Contractor shall, at his own costs and charges, make good promptly during the whole

period including performance period the works are in hand, any settlement that may

occur in the surfaces of roads, berms, footpaths, gardens, open spaces etc., whether

public or private caused by his trenches or by his other excavations and he shall be liable

for any accidents caused thereby. He shall also, at his own expenses and charges, repair

and make good and damage done to buildings and other property. If in the opinion of the

Engineer-in-charge/SQC he fails to make good such works with all practicable dispatch, the

Engineer-in-charge/SQC shall be at liberty to get the work done by another agency at the

site at the risk & cost of the Contractor and deduct from any money that may be due to

him or recovered from him in any other manner according to the law of the land, the

amount paid to the agency for the rectification.

3.18 Disposal of Surplus Soil

The Contractor shall at his own costs and charges provide places for disposal of all surplus

materials not required to be used on the works, and dispose off as directed by the

Engineer-in-charge/SQC. As each trench is refilled the surplus soil shall be immediately

removed, the surface properly restored and roadways and sides left clear. The disposal of

surplus excavated earth shall be paid on lead basis for different leads.

3.19 Timbering and Shoring of Trenches

a) The Contractor shall at all times support efficiently and effectively the sides of the

trenches and other excavations by suitable timbering, shoring, piling and sheeting and

they shall be close, in loose or sandy strata and below the sub soil water level.

b) All timbering, shoring, sheeting and piling with their walls and supports shall be of

adequate dimensions and strength and fully braced and strutted so that no risk of

collapse or subsidence of the walls of the trench shall take place.

c) Steel/Timber Sheeting

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 146

Steel/timber sheeting shall be of good quality steel or well-seasoned wood of requisite

strength, good quality, free from knots and cracks and preferably treated with

preservative. The sheeting and struts and bracing should be strong enough and

suitably spaced to support the sides of excavation and to prevent any movement of

soil. The wooden or steel sheets should be sufficiently long and thick, driven and fixed

continuously or at intervals as may be required. Sheeting and bracing shall be

provided by the Contractor whenever in the opinion of the Engineer-in-charge/SQC,

such sheeting and bracing are required for proper and satisfactory execution of the

work. If the Engineer-in-charge/SQC is of the opinion that at any place, sufficient or

proper sheeting has not been provided, he may order for additional sheeting and

further strengthening at the Contractor’s expense. The Contractor shall bring to site

sufficient quantity of sheeting and bracing materials ahead of starting the excavation

work depending on the volume of works involved and the speed to be attained to

complete the work within the stipulated time.

As far as practicable, sheeting shall be driven ahead of excavation and finally to a

depth sufficiently below the bottom of the trench.

d) The Contractor shall be held responsible and will be accountable for the insufficiency

of all timbering, bracing, sheeting and piling used as also for all damage to persons and

property resulting from improper quality, strength, placing, maintaining or removing

of the same.

3.20 Shoring of buildings

The Contractor shall shore up all buildings, walls and other structures, the stability of

which is liable to be endangered by the execution of the work and shall be fully

responsible for all damages to persons or property resulting from any accident there from.

3.21 Removal of Water from Trench etc.

The Contractor shall at all times during the progress of the work keep the trenches and

excavations free from water which shall be disposed of by him in a manner as will neither

cause injury to the public health nor to the public or private property nor to the work

completed or in progress nor to the surface of any roads or streets, nor cause any

interference with the use of the same by the public.

All excavations shall be kept free of water. Grading in the vicinity of excavations shall be

controlled to prevent surface water running into excavated areas.

If water is met within the excavations due to seepage, subsoil water level & rain, it shall be

removed by suitable diversions, pumping or bailing out and the excavation kept dry

whenever so required or directed by the Engineer. Care shall be taken to discharge the

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 147

drained water into suitable outlet as not to cause damage to the works or any other

property. Dewatering shall not cause chokage to other drain/sewers. If it does then the

chokage shall be removed / cleaned by Contractor at no extra cost. Sumps made for

dewatering must be kept clear of the excavations / trenches required for further work.

Method of pumping shall be approved by Engineer; but in any case, the pumping

arrangement shall be such that there shall be no movement of subsoil or blowing in due to

differential head of water during pumping. Pumping arrangements shall be adequate to

ensure no delays in construction.

When there is a continuous considerable inflow of water along with sand boiling ‘Well

Point System’ - single stage or multistage may be adopted as directed by the Engineer.

Contractor shall submit to Engineer his scheme of well point system including the stages,

the spacing, number and diameter of well points, headers, discharge point etc. and the

number, capacity and location of pumps for approval. Payment for approved well point

system will be made as per mutually agreed rates.

Normal dewatering as explained above is deemed to have been included in the unit rates

quoted for excavation and pipe laying. If well pointing is required it shall be paid

separately within the provision of Contract. If there is surface flooding owing to excessive

rain or water supply pipe/ waste water pipe damage or canal overflow and if such water

fills up the excavated trench than dewatering will be done at the direction of the Engineer.

Such dewatering (except that caused due to damage done by Contractor to the water

supply or waste water pipe systems) will be paid for as per item in BOQ. If, however, the

trench is filled up with rain water and no surface flooding takes place then this trench

water will be dewatered and the costs of such dewatering shall be included in excavation

and pipe laying items. No extra payment shall be made for such dewatering.

If a trench is excavated adjacent to a water body and inspite of taking necessary measures

for safeguard as advised by the Engineer, if it is observed that there is substantial

infiltration into the trench from the water body dewatering the trench shall be payable as

per item in BOQ.

Over pumping for repairs and replacement of existing sewers shall be considered and

payment will be made as per item in BOQ.

3.22 Width and Depth of Trench

The Engineer-in-charge/SQC shall have power by giving an order in writing to the

Contractor to increase the maximum width in respect of which payment will be allowed

for excavation in trenches in certain lengths to be specifically laid down by him, where on

account of bad ground or other unusual conditions, he considers that such increased

widths are necessary in view of the site conditions.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 148

3.23 Measurements

The Earthwork shall be measured separately for each category of soil for various depths as

specified in the BOQ for different works.

4 RESPONSIBILITY

4.1 Responsibility for various activities in pre-commissioning and commissioning procedures

will rest with the Contractors.

P A R T 4 B - EXTERNAL WATER SUPPLY SYSTEM

1. SCOPE OF WORK

1.1 Work under this Contract consists of furnishing all material, labour, tools & tackles,

equipment and appliances necessary to completely install the various systems as required

by the drawings, specified hereinafter and given in the schedule of quantities.

1.2 Without restricting to the generality of the foregoing the system shall include the

following:

a) External water supply pipelines, all types of valves & fittings, construction of chamber

and other allied works.

2. SPECIFICATION

All work shall be carried out as per MP-PWD, MP-PHE, CPWD specification, CPHEEO

Manual and relevant IS codes, which is not attached with this document but forming a

part of this document.

3. TESTING OF PIPELINE

3.1 General

All pipelines and all works shall be subject to pressure and leakage tests after being laid

and installed before commissioning.

Pressure and leakage tests shall be carried out simultaneously.

Provisions of this clause shall be read in conjunction with the provisions for testing of

pipes under IS: 3114, IS: 12288, CPWD Specifications, CPHEEO Manual and other Indian

Standard Specifications as applicable.

The Contractor shall provide all equipment, material and labour necessary for carrying out

testing and cleaning including pumps, gauges, pipe connections, stop ends and all other

temporary works.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 149

Contractor shall remain entirely responsible for the care of the works during testing and

cleaning of the pipelines.

A test register shall be maintained and all entries shall be signed and dated by the

Contractor(s) and the Engineer-in-charge/SQC.

3.2 Sectional Tests

After laying and jointing, the pipeline shall be tested for tightness of barrels and joints,

and stability of thrust blocks in sections approved by the Engineer. The length of the

sections depends on the topographical conditions. Preferably the pipeline stretches to be

tested shall be between two chambers (air valve, scour valve, bifurcation, and other

chamber). At the beginning, the contractor shall test stretches not exceeding 2 km. After

successful organization and execution of tests the length may be extended to more than 2

km after approval of the Engineer.

The water required for testing shall be arranged by the contractor himself. The Contractor

shall fill the pipe and compensate the leakage during testing. The Contractor shall provide

and maintain all requisite facilities, instruments, etc. for the field testing of the pipelines.

The testing of the pipelines generally consists in three phases: preparation, pre-

test/saturation and test, immediately following the pre-test. Generally, the following steps

are required which shall be monitored and recorded in a test protocol, if required:

Complete setting of the thrust blocks

Partial backfilling and compaction to hold the pipes in position while leaving the joints

exposed for leakage control

Opening of all intermediate valves (if any)

Fixing the end pieces for tests and after temporarily anchoring of these against the soil

(not against the preceding pipe stretch)

At the lower end with a precision pressure gauge and the connection to the pump for

establishing the test pressure

At the higher end with a valve for air outlet

If the pressure gauge cannot be installed at the lowest point of the pipeline, an

allowance in the test pressure to be read at the position of the gauge has to be made

accordingly

Slowly filling the pipe from the lowest point(s)

The water for this purpose shall be reasonably clear and free of solids and suspended

matter

Complete removal of air through air valves along the line

Closing all air valves and scour valves

Slowly rising the pressure to the test pressure while inspecting the thrust blocks and

the temporary anchoring

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 150

Keeping the pipeline under pressure for the duration of the pre-test/ saturation of the

lining by adding make – up water to maintain the pressure at the desired test level.

Make up water to be arranged by Contractor himself at his own cost.

Start the test by maintaining the test pressure at the desired level by adding more

make up water; record the water added and the pressure in intervals of 15 minutes at

the beginning and 30 minutes at the end of the test period.

Water used for testing should not be carelessly disposed of on land which would

ultimately find its way to trenches.

The testing conditions for the pipelines shall be as per the test pressures and condition

laid out in IS:8329 for DI pipes.

The pipeline stretch will pass the test if the water added during the test period is not

exceeding the admissible limits, No section of the pipework shall be accepted by the

Engineer until all requirements of the test have been obtained.

In addition to the sectional testing carried out during the construction, Contractor shall

test the entire installation after connections to the overhead tanks or pumping system or

the mains. He shall rectify all leakages, and shall replace all defective fittings and

materials in the system. Any damage done due to bad workmanship, carelessness, or

burst pipes or failure of fittings shall be made good during the defects liability period

without any extra cost.

After commissioning of the water supply system, Contractor shall test each valve by

closing and opening it a number of times to observe if it is working efficiently. Valves

which do not effectively operate shall be replaced by new ones at no extra cost and the

same shall be tested as above before handing over.

3.3 Leakage Test for Pipeline

Test criteria for permissible losses in pipes shall be as under

Q = 1 litre per km per 10mm of pipe per 30mm test pressure per 24 hrs.

All pressure testing at site should be carried out hydrostatically. The pipes shall be

accepted to have passed the pressure test satisfactorily, if the quantity of water required

to restore the test pressure does not exceed the amount ‘Q’ , calculated by the above

formula.

If it is required to test a section of a pipeline with a free end, it is necessary to provide

temporary support against the considerable end thrust developed by the application of

the test pressure. The end support can be provided by inserting a wooden beam or similar

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 151

strong material in a short trench excavated at right angle to the main trench and inserting

suitable packing between the support and the pipe end.

No section of the pipe work shall be accepted by the Engineer until all requirements of the

test have been obtained.

On completion of a satisfactory test any temporary anchor blocks shall be broken out and

stop ends removed. Backfilling of the pipeline shall be completed.

4. DISINFECTION AND RINSING

4.1 Cleaning Out After Testing for pipe line

On completion of a satisfactory test any temporary anchor blocks shall be broken out and

stop ends removed. Backfilling of the pipeline shall be completed.

All pipes or joints which are proved to be in any way defective shall be replaced or remade

and re-tested as often as may be necessary until a satisfactory test shall have been

obtained. Any work which fails or is proved by test to be unsatisfactory in any way shall be

redone by the contractor.

After the completed pipeline is tested, approved, backfilled and the Contractor has

removed all temporary works and has reconnected any parts temporarily removed from

the pipeline, the Contractor shall finally clean out the whole pipeline and flush it through

with water.

4.2 Preliminary cleaning and flushing for Hydraulic Structure

Prior to disinfecting, all hydraulic structures shall be cleaned by thoroughly hosing down all

surfaces with a high pressure hose and nozzle of sufficient size to deliver a minimum flow of

3 litres per second. Pipelines and piping shall be thoroughly flushed out before disinfecting.

4.3 Disinfections

4.3.1 General

The Contractor shall furnish all equipment, labour and materials required for disinfecting

hydraulic structures, and associated pipe work. Water for disinfecting shall be clean and shall

be obtained from an approved source and the Contractor shall provide all necessary piping

and equipment to deliver water to the points of use. Disinfecting shall be accomplished by

chlorination. Chlorine dosages will be computed by the Engineer, who will furnish the

Contractor with detailed instruction for proper application of the chlorine. All chlorinating

operations shall be carried out in the presence of the Engineer.

The words "Hydraulic Structures" as used in this section shall be taken to mean any water-

bearing or water-retaining structures.

Testing and disinfections are two independent operations, performed one after another. Any

leaks found after filling shall be repaired to the satisfaction of the Engineer.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 152

Testing shall be performed in accordance to the requirements for testing stated in the

specification. Testing of concrete should be done before backfill is placed around the pipe

line/walls and for pipeline work as described under pipeline testing specification.

4.3.2 Disinfection of Pipeline

After cleaning out, disinfections shall be performed in the following manner: after flushing

the pipes the system shall be drained completely, all valves shall be closed carefully and

the system filled with a strong chlorine solution of about 50 ppm free chlorine. This

solution shall remain in the system for a period as directed but not exceeding 24 hours

uninterruptedly. Chlorine residual tests shall be done at various points by an orthotolidine

reagent with a colour scale. The disinfections process shall be repeated until the chlorine

residual is not less than 10 ppm at all sampling points. After disinfections the entire

pipeline shall be rinsed with potable water till the chlorine residual is less than 4 ppm at

various points of testing.

After completion of disinfections and rinsing the results shall be reported by the

Contractor in writing and signed by the Contractor and the Engineer.

The Contractor shall provide at his own expense such sampling points as the Engineer may

direct if permanent points are not available or suitably located.

4.3.3 Disinfection/Chlorination of Structure

A strong chlorine solution (about 200 ppm) shall be sprayed on all interior surfaces of the

hydraulic structure. Following this, the structure shall be partially filled with water to a depth

of approximately 30 cm. During the filling operation, a chlorine-water mixture shall be

injected by means of a solution-feed chlorinating device. The dosage applied to the water

shall be sufficient to give a chlorine residual of at least 50 ppm upon completion of the partial

filling operation. Precaution shall be taken to prevent the strong chlorine solution from

flowing back into the lines supplying the water. After the partial filling has been completed,

sufficient water shall be drained from the lower ends of the appurtenant piping to ensure

filling the lines with the heavily chlorinated water.

4.3.4 Retention period

Chlorinated water shall be retained in the hydraulic structure and in the appurtenant piping

long enough to destroy all non-spore-forming bacteria and, in any event, for at least 24

hours. After the chlorine-treated water has been retained for the required time, the chlorine

residual shall be at least 25 ppm. All valves shall be operated while the lines are filled with the

heavily chlorinated water.

4.3.5 Filling in stages

After the chlorine residual has been checked in accordance with subsection (b), the hydraulic

structure shall be filled over a period as follows. The water level in the structure shall be

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 153

raised by one quarter (¼) of the design maximum depth, by addition of clean water at a

uniform rate not to exceed 40 m3/h and then allowed to stand for not less than 24 hours.

Filling operations shall be done in the presence of the Engineer and shall not be commenced

until he has had an opportunity to check the structure and piping for leaks and differential

settlement.

Before final filling is commenced, the quantity of heavily chlorinated water remaining in the

structure after filling the piping shall, in the opinion of the Engineer, be sufficient to produce

a chlorine residual of between 1 and 2 ppm when reservoir is full.

4.4 Water for Testing and Cleaning

The Contractor shall provide all water required for testing, cleaning and disinfections of

the pipeline at his own cost and shall use only potable water.

Disposal of water after testing, disinfections and cleaning shall be arranged by the

Contractor with prior approval from the Engineer. The disposal shall be done in such a

manner as will not cause any harm to any standing crop, cultivated land, damage to roads

or structures, cause submergence and/or nuisance to any public or vehicular traffic.

5. MEASUREMENT

The measurements shall be done conforming to IS: 1200 with the latest amendments to

date and as per latest CPWD specifications and/or as specified in the respective heads of

various item of works to be executed and as described in detail BOQ, as applicable the

case may be.

6 PRE-COMMISSIONING

6.1 Ensure that all pipes are free from debris and obstructions.

6.2 Check all valves and fire hydrant for effective opening and closing action. Defects should

be rectified or valves replaced.

6.3 Ensure that all connections to branches have been made.

6.4 Ensure that mains have been connected to the respective pumps, underground and

overhead tanks.

6.5 Water supply should be available at main underground tank.

6.6 All main line valves should be closed.

7 COMMISSIONING

7.1 Fill underground tank with water. Add fresh bleaching powder solution near inlet at the

rate determined after water test.

7.2 Start water supply pump and allow water to fill overhead tanks.

7.3 After filling overhead tanks drain the same to its one forth capacity through tank scour

valve. (This is to ensure removal of all mud, debris etc. in the tank).

7.4 Fill overhead tank to full.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 154

7.5 Release water in the main lines by opening valves in each circuit. Drain out water in the

system through scour valves or fire hydrant in lower regions. Ensure clean water is now

coming out of the system.

7.6 Open valves for individual sectors. Observe for leakages of malfunctions, check pressure

& flow at end of line by opening hydrants etc. Remove and rectify defects notice.

7.7 Check all fire hydrants for proper operation by opening each valve and allowing water to

flow for a few minutes. Also check for effective closure of valve.

7.8 The entire water supply system should be disinfected with bleaching powder and system

flush cleaned.

7.9 Send four samples of water drawn from four extreme locations for testing for

bacteriological test in sterilized bottles obtained from the concerned laboratory.

(Laboratory personal may collect the samples themselves).

PART 4C - EXTERNAL DRAINAGE SYSTEM

1 Scope of Work

1.1 Work under this Contract consists of furnishing all material, labour, tools & tackles,

equipment and appliances necessary to completely install the various systems as required

by the drawings, specified hereinafter and given in the schedule of quantities.

1.2 Without restricting to the generality of the foregoing the system shall include the

following:

a) External drainage lines, chambers, and other allied works.

2 For underground drains

The minimum width of trenches shall be kept at the bottom, as required for sections of

drains provided. The drains shall be of RCC pipes and RCC box section. The RCC pipes shall

be as per IS: 783-1985 & I.S: 458-1988 with latest amendments.

3 Specification of Material and Workmanship

All work shall be carried out as per MP-PWD, MP-PHE, CPWD specification, CPHEEO

Manual and relevant IS codes, which is not attached with this document but forming a

part of this document.

4 MEASUREMENTS

4.1 The measurements shall be done conforming to IS: 1200-1979-1981 with latest

amendments to date and as per latest CPWD specifications and/or as specified in the

respective heads of various item of works to be executed and as described in detail BOQ.

4.2 The measurement for excavation shall be done as specified in para 3 of the section

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 155

PART 5 POWER DISTRIBUTION

SPECIFICATION FOR ELECTRICAL WORKS

S.NO PARTICULAR OF SPECIFICATION

1 TECHNICAL SPECIFICATION FOR A. C. DISTRIBUTION BOARD

2 TECHNICAL SPECIFICATION FOR D C. DISTRIBUTION BOARD

3 TECHNICAL SPECIFICATION FOR 11 KV AND 33 KV VACUUM CIRCUIT

BREAKERS

4 TECHNICAL SPECIFICATION FOR 11 KV AND 33 KV CONTROL & RELAY

PANELS

5 TECHNICAL SPECIFICATION OF 30V, 10 AMP BOOST CUM FLOAT BATTERY

CHARGER SUITABLE FOR 30V 100AH LEAD ACID BATTERY

6 TECHNICAL SPECIFICATION OF 30 VOLT 100 AH LEAD ACID BATTERY

7 TECHNICAL SPECIFICATION FOR 1200 KVAR 11 KV CAPACITOR BANK

8 TECHNICAL SPECIFICATIONS OF 33 KV AND 11 KV GAPLESS LIGHTNING

ARRESTORS

9 TECHNICAL SPECIFICATION FOR 11/33 KV NOMINAL VOLTAGE (HT) XLPE

POWER CABLES

10 TECHNICAL SPECIFICATIONS FOR 1.1 KV (LT) PVC INSULATED POWER

CABLES

11 TECHNICAL SPECIFICATION OF 11KV & 33KV OIL IMMERSED CT:PT

(METERING) UNITS

12 TECHNICAL SPECIFICATIONS OF EARTHING

13 TECHNICAL SPECIFICATIONS OF 11 KV / 33 KV ISOLATORS

14 TECHNICAL SPECIFICATIONS OF 11 KV & 33 KV AIR BREAK SWITCHES

15 TECHNICAL SPECIFICATION FOR 11KV ISOLATORS WITH EARTH SWITCH

16 TECHNICAL SPECIFICATIONS OF 11 & 33KV DO FUSE UNITS

17

TECHNICAL SPECIFICATIONS OF HARD DRAWN STRANDED ALUMINUM

AND STEEL-CORED ALUMINUM CONDUCTOR FOR OVERHEAD POWER

LINES

18 TECHNICAL SPECIFICATION FOR THREE PHASE 33/11 KV STEP DOWN

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 156

POWER TRANSFORMERS OF 5 MVA RATINGS

19 TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMER

20 TECHNICAL SPECIFICATION FOR 415 V OUT DOOR TYPE LT PANEL BOARD

21 TECHNICAL SPECIFICATION FOR 415 V OUT DOOR TYPE SWITCHGEAR

STREET/ROAD LIGHT CONTROL PANEL

22 TECHNICAL SPECIFICATIONS OF SWAGED POLES

23 TECHNICAL SPECIFICATION FOR 11 KV AND 33 KV PIN INSULATORS

24 TECHNICAL SPECIFICATIONS OF L.T. DISTRIBUTION BOXES

25 SCADA SPECIFICATIONS FOR NEW 33/11 KV, SUB-STATION

26 11 KV EPOXY CAST DRY TYPE SINGLE PHASE PTs

27 TECHNICAL SPECIFICATION FOR 33 KV CURRENT TRANSFORMER

28 TECHNICAL SPECIFICATION FOR 11 kV & 33 kV MS CROSS-ARMS

1. TECHNICAL SPECIFICATION FOR A. C. DISTRIBUTION BOARD

SCOPE

This specification covers the design, manufacturing, testing at works and supply of Indoor

type A.C. Distribution Boards for Battery charger, 33/11 kV substation & 33 KV SWITCHING

GRID equipments, compressors etc. The system shall be AC 3 Phase, 4 Wire, 433 Volts, 50

HZ with effectively grounded neutral.

SERVICE CONDITIONS

Equipment to be supplied against this specification shall be suitable for satisfactory

continuous operation under the following tropical conditions.

1 Maximum ambient temperature (Degree C) 50

2 Maximum temperature in shade (Degree C) 45

3 Relative Humidity (Percent) --------- 10 to 100

4 Moderately Hot and Humid tropical climate conducive to rust and fungus growth

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 157

STANDARDS

Components mounted on the ACDB shall confirm to the latest revisions of the following

Standards of table :

G

E

N

E

R

A

L

T

E

C

H

N

ICAL PARTICULARS:

The A C Distribution Boards shall be supplied as per this specification.

The A C Distribution Boards shall be supplied as per this Rated voltage:

Rated voltage for the Distribution Board and its constituent items like Switch Fuse

Disconnector unit, MCBs, busways etc. shall be 3 phase 4 wire A.C. 433 volts, 50 Hz with

solidly grounded neutral. The supply voltage may vary by ± 10% of rated voltage. All the

equipments used in the Board shall operate satisfactorily at this voltage variation.

The A C Distribution Boards shall be supplied as per this General requirements:

Each Distribution Board shall be floor mounted having compact design and made from

Sheet metal of 1.6 mm. The Board shall be closed, dust protected, weather proof and shall

be made vermin proof with a special type lining e.g. Neoprene gasket, around the edges of

the doors. The distribution board shall comply degree of protection IP 33 & IP55 . MCBs

shall be operating vertically upward for ON/OFF operation & shall be suitable for providing

fork type busbar. The entire distribution board shall have uniform finish and shall be

sturdy.

Each Distribution board shall have 2 compartments namely –

A. Instruments compartment and

B. Feeder compartment.

S.NO Standard PARTICULAR

1 IS: 13947 Degree of protection provided for enclosure for low

voltage control gear and switchgear & MCCB

2 IS 5 Painting shade no. 632

3 C IS: 13947/1993 Part I

& Part-III

amended up to date

Switch Fuse Disconnect or unit

4 IS 2705 amended up to date CTs

5 IS 8828/1996 MCB amended up to date

6 IS 1248 Instruments

7 IS 375 Wiring

8

IS: 13703/1993 Part-I

& II

HRC Fuses

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 158

These compartments shall have doors as described below -

a. For Instrument compartment, one no. door with indicating instruments, indicating

lamps, selector switches, nameplate mounted on it.

b. For feeders compartment, one no. inner door with one opening for handle to

operate switch fuse unit and five cutouts for outgoing SFUs. One outer door with

out cutouts & non breakable transparent sheet shall be provided.

All doors shall be provided with mechanical interlocking arrangements along with keys.

The distribution board shall have no door on rear side. Danger board ( Caution Plate) shall

be fitted suitably on inner door of the DB. Danger board shall be as per CSPDCL standard

format as per STANDARD.

Detachable gland plates suitable for receiving the cable shall be provided at the bottom

side of Distribution board with glands seperate compartment of 450 mm . The ventilating

louvers should be covered on inside by a perforated sheet. All sheet metal used for DB

shall undergo seven tank mechanical / chemical cleaning process & painting shall be done

using powder coating process. Color of the Paint shall be admiral gray as per shade no.

632 of IS 5 on exterior and white from interior sides.

Each Distribution Board shall be provided with

a. One no. name plate showing the details such as manufacturer’s name, Sr No.,

rating etc.

b. One no. danger board scripted in English and Hindi ,

c. One no. flush mounted 96x96mm size ammeter with selector switch

d. One no. flush mounted 96x96mm size voltmeter with selector switch

e. One no. MCCB of 3 phase, 25 kA, 433 Volts, 200 Amp rating

f. 3 nos. LED phase indicators for incoming feeder

g. 3 nos. single phase LTCTs of 10VA and CT ratio 100/5A.

h. 1 no timer with contactor for lighting circuit

i. 5 Nos. of 32 A TPN Switch Fuse Unit with 16 A HRC Fuses.

The accuracy class for all indicating and integrating meters shall be class 1.

Enclosures:

The enclosure shall be made of 14 SWG (2mm) steel sheets and shall be suitable for in-

door installation, conforming to above degree of protection as per IS: 2147/1962.

The front door shall be having locking facility. The box should be provided with single

door in front and having internal locking arrangement with two keys. Extra padlock

arrangement shall also be provided. The latches provided inside the door, which are

locked in position by the keys, should be such that the door gets locked just by closing

(for opening the door, keys will then be required). The backside cover shall be screwed

type and should be fixed with 4 nos. 8mm size Allen screws at four corners.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 159

One box spinner of suitable size for the screw fitted in the box should be provided

inside the box with suitable clamps.

Neoprene rubber gasket shall be used on front door as well as back cover.

Painting of Box

All sheet steel surface of the box shall be thoroughly degreased and shall be followed

by antacid cleaning so as to produce smooth and clean surface free from scale grease

and dust. After cleaning, the surface shall be given phosphate coating followed by two

coats of anti rust paint primer (i.e. red zinc chrome primer). After which, 2 coats of

synthetic paint of light grey colour (no.631 as specified in Indian Standard 5 of 1961)

shall be applied on internal and external, surface of the steel structure of the box with

a spray gun. The box shall be baked in the oven so as to give an elegant and durable

finish to the box.

Leakage Proof: The box shall be vermin proof and weatherproof.

The assembly, comprising of the enclosure, framework and the circuit breaker shall be

provided with earthing terminals readily accessible and of adequate size two earthing

studs of 12mm dia size shall be welded to the enclosure on either side as shown in the

drawing and shall be provided with locking nuts and washers. All the nuts, bolts and

washers should be galvanized iron. The earthing terminal shall be clearly marked.

Four nos. drainpipes of ½” diameter shall be welded at the bottom of the box at Four

Corners. The bottom plate shall be centrally bent to provide slope for drainage of

water through the drain pipes.

Ventilation louvers with wire mesh shall be provided on both the sides as per

requirements. In addition to this, louvers with wire mesh of suitable sizes and numbers

also required on backside cover of box. Detailed drawing showing size of openings and

size of brass mesh shall be submitted by the bidder for approval prior to manufacture.

Danger Board: Specifications are shown in Technical Specifications of the package.

Knock-out Holes:

Knockout holes for incoming and outgoing cables will be provided. The holes shall be

suitable to accommodate XLPE aluminium conductor LT cable of appropriate size.

These holes should be provided direct contact with and gets out by the metal edges.

The holes should be in alignment with the terminals of incomer and outgoing MCBs so

that the cable may be directly crimped with lugs. Bending of cable inside the box for

terminal connection should not be required.

BUS BAR AND CABLING:

(i) The incoming single core cable shall enter from backside (top) of the enclosure. All

outgoing cables shall enter from the sides of the enclosures.

(ii) Electrolytic grade copper shall be used for bus bar and links used inter-connection of

incoming and outgoing feeders.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 160

(iii) Bimetallic / suitable connectors are required for connecting the SFU and MCCB

terminals to Bus Bar.

WIRING

All wiring shall be carried out with 1100 V grade stranded copper wires. The minimum size

of the stranded conductor used for internal wiring shall be as follows:

All circuits except CT circuits 2.5 sq.mm

CT circuits 2.5 sq. mm (minimum number of strands shall be 3 per conductor).

All internal wiring shall be securely supported, neatly arranged readily accessible and

connected to equipment terminals and terminal blocks.

Wire terminations shall be made with Solderless crimping type of tinned copper lugs

which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all

the wire terminations. Engraved core identification plastic ferrules marked to correspond

with the wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly

on the wires shall not fall off when the wires and shall not fall off when the wire is

disconnected from terminal blocks.

All wires directly connected to trip circuit breaker shall be distinguished by the addition of

a red coloured unlettered ferrule. Number 6 & 9 shall not be included for ferrules

purposes.

All terminals including spare terminals of auxiliary equipment shall be wired upto terminal

blocks. Each equipment shall have its own central control cabinet in which all contacts

including spare contacts from all poles shall be wired out. Inter-pole cabling for all

equipment’s shall be carried out by the Contractor.

Indicating Lamps

Indicating lamps shall be of low wattage LED cluster type. The lamps shall be provided

with translucent lamp covers which shall diffuse colored light to give the specified

indications. The lamp covers shall be unbreakable and molded from heat-resistant fast

colored material. Necessary wiring shall be provided accordingly.

Major Components:

Busbars

Bus bar used in ACDB shall be fork type with suitable size of copper strip without joints.

This busbar shall be directly mounted on MCCB. Total 4 nos. of busbars are to be provided

with following details.

I. One No. 4 Pole fork type touch proof busbar to connect 3 Ph. TPN MCCBs.

II. Incoming cable for ACDB shall be terminated on terminal connectors provided at

the bottom. Connection between incomer terminals and MCCB shall be with 50 sq.

mm copper cable. Outgoing of Switch Fuse Disconnector unit shall be connected

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 161

with 35 square mm copper cable. For all 32 A rated MCBs, 16sq.mm. stranded

cable shall be used. Earthing arrangement shall be as per this specifications.

Incoming circuit

Incoming circuit shall have one no. 3 phase, 433 volt MCCB of nominal current rating of 32

Amps , 4 POLE conforming to IS: 13947/1993 amended up to date and 3 No. LT resin cast

CTs having CT ratio of 200/5A with burden 10VA & accuracy class 1. Switch Fuse

Disconnector unit shall be as per CSPDCL standard format as per STANDARD

To receive incoming cable, one no. 4 way bolted type connector of suitable size shall be

provided. Incoming cable for incomer LT XLPE, suitable size shall be provided.

Outgoing circuits :

Total 5 Nos. (minimum) 10 amp outgoing circuits shall be provided Breaking capacity (in

KA) 25 KA termination by Tinned copper lugs suitable for size of cable. SFUs shall comply

following specifications as per IS.

a) Rated voltage & freq. shall be 433V & 50 Hz respectively for TPN SFUs.

b) Rated current shall be 32A/16 A as mentioned above.

c) Rated short circuit capacity shall be min. 25 KA.

The enclosure shall be provided with proper earthing arrangement. Earthing arrangement

shall consist of 2 G.I. Bolts of 12 mm (min.) with 2 spring/ plain washers and 2 check nuts.

PVC cable glands of adequate size shall be provided for all incoming and out going cables.

Indicating Instruments Principal requirements of indicating instruments are as follows:

Volt Meter.

Voltmeter shall comply the following requirements

Class of accuracy 1

Mounting Flush type

Size 96x 96 mm

Range 0-600 volts

Type Panel Mounting with 3 ½ Digital Display Voltmeter shall be guaranteed for free

replacement for any defects within five years from the date of supply.

Volt Meter selector switch:

Voltmeter Selector switch shall be a seven-position rotary type ( 6 way & off) with 3 phase

to phase & 3 phase to neutral position marked clearly on 48 x 48 mm brushed aluminum

plate with black handle. The Switch should be screw mounting type with finger touch

proof terminals. Terminal wire should be inserted from the side of the switch terminal.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 162

Terminal screw must be captive to avoid misplace during maintenance. The switch shall be

of 12 A rating with insulation level of 1100 V.

Indicating Lamps:

Indicating lamps shall be panel mounting type 22.5 mm with rear terminal connections

having LEDs display. Lamps shall have translucent lamp covers to diffuse lights, colored

red, yellow, green or blue as specified. The amp cover shall be preferably of screw-on

type, unbreakable and molded from heat resisting material. All indications shall be bright

LEDs having long life. Conventional bulbs are not acceptable.

Earthing Arrangements

Two nos. Earthing studs of galvanized M.S. 25 X 6 mm shall be provided for external earth

connections at the bottom. These should be complete with plain washer, spring washer,

nuts etc. Earthing Bolts must be welded to prevent removal of the same from the cabinet.

Type Tests Certificates :

MCBs & other components used in ACDB shall be fully type tested as per relevant IS and

this specification. The successful Bidder shall furnish detailed type test reports before

commencement of supply. The detailed Type Test Reports shall be furnished with relevant

oscillogram and certified Drawings of the equipment tested. The purchaser reserves the

right to demand repetition of some or all the Type tests in presence of purchaser’s

representative at purchaser’s cost.

All the Type Tests shall be carried out from laboratories which are accredited by the

National Board of Testing and Calibration Laboratories (NABL) of Government of India

such as CPRI Bangalore/ Bhopal, ERDA Baroda, to prove that the MCBs & other

components used in ACDB meet requirements of the specification. The tenderer should

also furnish certificate from laboratories that laboratories are having all the requisite test

facility available in house. The type tests reports conducted in manufacturers own

laboratory and certified by testing institute shall not be acceptable. In case these type

tests are conducted beyond 5 years of the date of opening of the tender, the successful

bidder shall carry out these tests at NABL approved laboratory at their own cost.& submit

the same before commencement of supply. Undertaking to this effect shall be submitted

along with the offer without which the offer shall be liable for rejection. The successful

bidder have to supply the complete material as per overall General Arrangement drawing

approved by AKVN.

Successful bidder shall submit the the following detailed drawings along with component

details/makes etc. for necessary approval.

(i) General Arrangement Drawing for ACDB.

(ii) ii) Wiring Diagram.

(iii) Name Plate Drawing.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 163

(iv) Danger Board Drawing

(v) Bill of Material

Inspection

All tests and inspection shall be made at the place of manufacturer. The manufacturer

shall provide reasonable testing and inspection facilities and co-operation without any

charge to satisfy him that the material is being supplied is in accordance with this

specification. The proto of ACDB shall be inspected & checked by AKVN. his representative

for approval before commencement of supply.

TESTS & TEST CERTIFICATE:

The type test certificates from reputed national level laboratories for the distribution box

complete with suitable MCBs (as indicated in technical specification) for incoming and

outgoing feeders giving the results of sample tests as per relevant BSS/ISS indicated below

are required to be submitted along with the lot offered for inspection before despatch for

approval in support of compliance of material to the specification and quality. Make of the

MCBs to be used should be indicated in the offer. Acceptable make of MCBs are L&T,

Siemens, Crompton Greaves, MAKE GIVEN IN Technical specification.

a) Type test for Distribution Box as per BS 214/1959.

b) All type & routine tests, except the Short Circuit Breaking Capacity Test shall be

carried out on the MCCBs in accordance with IS:2516(Pt-I&II Sec.I)/1977 or its

latest modification. The short circuit breaking capacity test shall be carried out.

c) Test Certificate in respect of Type Tests, from standard testing laboratory like

C.P.R.I. etc. should invariably be furnished in support of the quality

LIST OF DEVIATIONS

The Contractor shall state all the deviations from tender specification in his offer, if any.

The offer shall be deemed to be in conformity with tender specification unless deviations

from tender specification are clearly mentioned in this section.

GUARANTEED PERFORMANCE REQUIREMENTS:

The vendor shall guarantee satisfactory performance of the equipment supplied under all

conditions and requirement as laid down by this specification. The contactor shall

warranted the equipment and material will be new and accordance with the specification.

It is free from defect, material, workman ship up to guan teed period. It is necessary for

contactor to replace or the new in defective portion of the equipment. The repair and new

part will be furnished by contactor free of cost.

PACKING, DESIGN, MATERIALS & WORKMANSHIP

PACKING AND MARKING:

The material shall be packed as per manufacturers standard. Packing procedure shall be to

the purchasers approval.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 164

The conductor shall be supplied in non-returnable strong Packing provided with lagging of

adequate strength and displacement during transit, storage and subsequent handling and

stringing operation in the field. The Packing shall generally conform to IS: 1778-1980,

amendment No.1, June 1989, except otherwise specified hereinafter. Each packing shall

have the following information stencilled on it in indelible ink along with other essential

data:

a) Manufacturer’s Name

b) Trade mark, if any

c) Identification Number

d) Name of material

e) Number of Packing on each item

f) Gross Mass of the Packing

g) Net Mass of Packing

h) ISI or relevant International Standard specification mark, if any

i) Name and address of the Consignees

PACKING CONDITION

The material Packing shall be of such constructions as to assure delivery. The material of

free from displacement and damage and should be able to withstand all stresses due to

handling and the stringing operation so that the material surface is not dented, scratched

or damaged in any way during manufacture, transport and erection. The material shall be

properly lagged on the vehicles.

The material should be suitable for wheel mounting. Before pad, cardboard or other

suitable material shall be secured to The material inside flanges of the packing After

loading, the exposed surface should be wrapped with suitable soft material e.g. polythene

sheet etc. across the flanges to protect The material from dirt, grit and damage during

transportation and handling and also prevent ingress of rain water during

storage/transport. All wooden / other components shall be manufactured out of seasoned

wood of good quality free from defect that may materially weaken the component parts

of the packing Preservative treatment for anti-termite/anti-fungus shall be applied to the

entire packing with preservatives of a quality which is not harmful to the conductor.

QUALITY ASSURANCE PLAN

The Bidder/ Supplier/ Vendor must estalish that they are following a proper quality

assurance programme for manufacture of for item . The Bidder/ Supplier/ Vendor shall

invariably furnish following information along with his bid. Information shall be separately

given for item

Statement giving list of important raw-materials, names of sub-suppliers for the raw-

material, list of standards according to which the raw-material is purchased and copies of

test certificates thereof.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 165

Information and copies of test certificates as in (i) above in respect of bought out items.

List of manufacturing facilities available.

Levels of automation achieved and list of areas where manual processing exists.List of

areas in manufacturing process, where stage inspections are normally carried out for

quality control and details of such tests and inspetions.

List of testing equipments available with the Bidder/ Supplier/ Vendor for final testing of

item specified and test plant limitation, if any, vis-a-vis type, special, acceptance and

routine tests specified in the relevant standards. These limitations shall be very clearly

brought out in schedule of deviations from specified test equipments.

The successful Bidder/ Supplier/ Vendor shall within 30 days of placement of order,

submit following informatuion to the Owner :

List of raw-material as well as bought out accessories and the names of sub-suppliers

selected from the lists furnished along with Bid.

Type test certificates of the raw-material and bought out accessories.

Quality Assurance Plan (QAP) with hold-up points for owner’s inspection. The quality

assurance plans and hold-up points shall be discussed between the owner and agency

before the QAP is finalized.

The successful Bidder/ Supplier/ Vendor shall submit the routine test certificates of

bought out items and form raw-material at the time of routine testing of item.

The bidder/ Supplier/ Vendor shall invariably furnish following information along with his

offer, failing which his offer shall be rejected.

(i) Statement giving list of important raw materials names of sub suppliers for the raw

materials, list of standards according to which the raw materials are tested, list of

tests normally carried out on raw materials in presence of supplier's representative

and as routine and / or acceptance during production and on finished goods,

copies of test certificates.

(ii) Information and copies of test certificates as in (i) above in respect of bought out

accessories.

(iii) List of manufacturing facilities available.

(iv) Level of automation achieved and lists of areas where manual processing exists.

(v) List of areas in manufacturing process, where stage inspections are normally

carried out for quality control and details of such tests and inspections.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 166

(vi) List of testing equipment available with the Supplier for final testing of Conductor

specified. In the case if the suppliers does not possess all the Routine and

Acceptance testing facilities the tender will be rejected.

(vii) The OWNER reserves the right for factory inspection to verify the facts

quoted in the offer. If any of the facts are found misleading or incorrect the offer of

that SUPPLIER will be out rightly rejected and he may be black listed.

(viii) Special features provided to make it maintenance free.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 167

2. TECHNICAL SPECIFICATION FOR D C. DISTRIBUTION BOARD

SCOPE

This specification covers the design, manufacturing, testing at works and supply of Indoor

type D.C. Distribution Boards for Battery charger, 33/11 kV substation & 33 KV SWITCHING

GRID equipments, compressors etc. The system shall be DC 30 V 100 Ah battery set with

effectively grounded neutral.

SERVICE CONDITIONS

Equipment to be supplied against this specification shall be suitable for satisfactory

continuous operation under the following tropical conditions.

2.1 Maximum ambient temperature (Degree C) 50

2.2 Maximum temperature in shade (Degree C) 45

2.3 Relative Humidity (Percent) --------- 10 to 100

2.4 Moderately Hot and Humid tropical climate conducive to rust and fungus growth

STANDARDS

Components mounted on the DCDB shall confirm to the latest revisions of the following

Standards of table :

S.NO STANDARD PARTICULAR

1 IS: 13947 Degree of protection provided for enclosure for

low voltage control gear and switchgear & MCB

2 IS 5 Painting shade no. 632

3 C IS: 13947/1993 Part I

& Part-III

amended up to date

Switch Fuse Disconnect or unit

4

5 IS 8828/1996 MCB amended up to date

6 IS 1248 Instruments

7 IS 375 Wiring

8 IS: 13703/1993 Part-I &

II

HRC Fuses

GENERAL TECHNICAL PARTICULARS:

These D C Distribution Boards shall be supplied as per this specification.

These D C Distribution Boards shall be supplied as per this Rated voltage:

Rated voltage for the Distribution Board and its constituent items like Switch Fuse

Disconnector unit, MCBs, busways etc. shall be DC 30 V 100 Ah battery set with effectively

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 168

grounded neutral. The supply voltage may vary by ± 10% of rated voltage. All the

equipments used in the Board shall operate satisfactorily at this voltage variation.

These D C Distribution Boards shall be supplied as per this General requirement:

Each Distribution Board shall be floor mounted having compact design and made from

Sheet metal of 1.6 mm. The Board shall be closed, dust protected, weather proof and shall

be made vermin proof with a special type lining e.g. Neoprene gasket, around the edges of

the doors. The distribution board shall comply degree of protection IP 33 & IP55 . MCBs

shall be operating vertically upward for ON/OFF operation & shall be suitable for providing

fork type busbar. The entire distribution board shall have uniform finish and shall be

sturdy.

Each Distribution board shall have 2 compartments namely –

C. Instruments compartment and

D. Out going Feeder compartment.

These compartments shall have doors as described below -

a. For Instrument compartment, one no. door with indicating instruments, indicating

lamps, selector switches, nameplate mounted on it.

b. For feeders compartment, one no. inner door with one opening for handle to operate

switch fuse unit and four cutouts for outgoing MCBs. One outer door with out cutouts

& non breakable transparent sheet shall be provided.

All doors shall be provided with mechanical interlocking arrangements along with keys.

The distribution board shall have no door on rear side. Danger board (Caution Plate) shall

be fitted suitably on inner door of the DB. Danger board shall be as per CSPDCL standard

format as per STANDRED.

Detachable gland plates suitable for receiving the cable shall be provided at the bottom

side of Distribution board with glands seprate compartment of 450 mm . The ventilating

louvers should be covered on inside by a perforated sheet. All sheet metal used for DB

shall undergo seven tank mechanical / chemical cleaning process &painting shall be done

using powder coating process. Color of the Paint shall be admiral gray as per shade no.

632 of IS 5 on exterior and white from interior sides.

D.C. Control and Distribution Board

The DC Control and distribution board shall be equipped with MCBs.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 169

The equipment shall be capable of carrying, making and breaking the maximum possible

fault current and details of the make-up of this shall be provided.

Curves of battery current plotted against time under short circuit conditions shall be

supplied.

Outgoing distribution cables shall be connected directly to the relevant MCB/SFU.

Each Distribution Board shall be provided with

a. One no. name plate showing the details such as manufacturer’s name, Sr No., rating

etc.

b. One no. danger board scripted in English and Hindi ,

c. One no. flush mounted 96x96mm size ammeter with selector switch

d. One no. flush mounted 96x96mm size voltmeter with selector switch

e. 1 nos. LED phase indicators for incoming feeder

The accuracy class for all indicating and integrating meters shall be class 1.

D.C. Distribution cabinet

The panels shall house all distribution necessary for the station d.c. circuits; they

shall at least be of protection class IP41 with self cooling, with separate panels per

battery system. Bottom plate of the D.C.D.B. shall be of detachable type for entry of

out going feeder cables. Twenty percent spare feeders, fully equipped, shall be

provided.

The arrangement shall be as per requirement of AKVN appropriately.

The d.c. panels shall have

- lamp test

- supply infeeds off

- D.C. feeder trip (one for all feeders per panel)

In addition, provision for having one general d.c. alarm connected to the alarm panel

in the station control room shall be provided.

D.C. ammeters and voltmeters shall be provided.

The enclosure shall be made of 14 SWG (2mm) steel sheets and shall be suitable for in-

door installation, conforming to above degree of protection as per IS: 2147/1962.

The front door shall be having locking facility. The box should be provided with single

door in front and having internal locking arrangement with two keys. Extra padlock

arrangement shall also be provided. The latches provided inside the door, which are

locked in position by the keys, should be such that the door gets locked just by closing

(for opening the door, keys will then be required). The backside cover shall be screwed

type and should be fixed with 4 nos. 8mm size Allen screws at four corners.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 170

One box spinner of suitable size for the screw fitted in the box should be provided

inside the box with suitable clamps.

Neoprene rubber gasket shall be used on front door as well as back cover.

Painting of Box

All sheet steel surface of the box shall be thoroughly degreased and shall be followed

by antacid cleaning so as to produce smooth and clean surface free from scale grease

and dust. After cleaning, the surface shall be given phosphate coating followed by two

coats of anti rust paint primer (i.e. red zinc chrome primer). After which, 2 coats of

synthetic paint of light grey colour (no.631 as specified in Indian Standard 5 of 1961)

shall be applied on internal and external, surface of the steel structure of the box with

a spray gun. The box shall be baked in the oven so as to give an elegant and durable

finish to the box.

Leakage Proof: The box shall be vermin proof and weatherproof.

The assembly, comprising of the enclosure, framework and the circuit breaker shall be

provided with earthing terminals readily accessible and of adequate size two earthing

studs of 12mm dia size shall be welded to the enclosure on either side as shown in the

drawing and shall be provided with locking nuts and washers. All the nuts, bolts and

washers should be galvanized iron. The earthing terminal shall be clearly marked.

Four nos. drainpipes of ½” diameter shall be welded at the bottom of the box at Four

Corners. The bottom plate shall be centrally bent to provide slope for drainage of

water through the drain pipes.

Ventilation louvers with wire mesh shall be provided on both the sides as per

requirements. In addition to this, louvers with wire mesh of suitable sizes and numbers

also required on backside cover of box. Detailed drawing showing size of openings and

size of brass mesh shall be submitted by the bidder for approval prior to manufacture.

Knock-out Holes:

Knockout holes for incoming and outgoing cables will be provided. The holes shall be

suitable to accommodate x.l.p.e aluminium conductor LT cable of appropriate size. These

holes should be provided direct contact with and gets out by the metal edges.

The holes should be in alignment with the terminals of incomer and outgoing MCBs so

that the cable may be directly crimped with lugs. Bending of cable inside the box for

terminal connection should not be required.

D.C. Bus Bars:

There shall be one charger load bus, one load bus and one emergency load bus. The

charger load bus shall be rated for 200 Amp, 10kA short circuit withstand rating. Load bus

bar shall be rated for 100 Amps, 10 kA short circuits withstand rating. The emergency load

bus shall be rated for 50 Amps, 5 kA short circuits withstand rating. The charger load bus

and load bus shall be connected through 100A MCB.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 171

BUS BAR AND CABLING:

i) The incoming single core cable shall enter from backside (top) of the enclosure. All

outgoing cables shall enter from the sides of the enclosures.

ii) Electrolytic grade copper shall be used for bus bar and links used inter-connection of

incoming and outgoing MCBs. The minimum size acceptable are as follows :-

iii) Bimetallic / suitable connectors are required for connecting the MCBs terminals to Bus

Bar.

WIRING

All wiring shall be carried out with 1100 V grade stranded copper wires. The minimum size

of the stranded conductor used for internal wiring shall be as follows:

All circuits except CT circuits 2.5 sq.mm

CT circuits 2.5 sq. mm (minimum number of strands shall be 3 per conductor).

All internal wiring shall be securely supported, neatly arranged readily accessible and

connected to equipment terminals and terminal blocks.

Wire terminations shall be made with Solderless crimping type of tinned copper lugs

which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all

the wire terminations. Engraved core identification plastic ferrules marked to correspond

with the wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly

on the wires shall not fall off when the wires and shall not fall off when the wire is

disconnected from terminal blocks.

All wires directly connected to trip circuit breaker shall be distinguished by the addition of

a red coloured unlettered ferrule. Number 6 & 9 shall not be included for ferrules

purposes.

All terminals including spare terminals of auxiliary equipment shall be wired upto terminal

blocks.

Each equipment shall have its own central control cabinet in which all contacts including

spare contacts from all poles shall be wired out. Inter-pole cabling for all equipment’s shall

be carried out by the Contractor

INDICATING LAMPS

Indicating lamps shall be of low wattage LED cluster type. The lamps shall be provided

with translucent lamp covers which shall diffuse colored light to give the specified

indications. The lamp covers shall be unbreakable and molded from heat-resistant fast

colored material. Necessary wiring shall be provided accordingly

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 172

Major Components:

Busbars

Bus bar used in DCDB shall be fork type with suitable size of copper strip with out joints.

This busbar shall be directly mounted on MCBs.

Incoming circuit

Incoming circuit shall have one no. 30 V Switch Fuse Disconnector unit of nominal current

rating of 32 Amps DP conforming to IS: 13947/1993 amended up to date and 3 No. Switch

Fuse Disconnector unit shall be as per MPPKVV CO LTD standard format as per

STANDRED

To receive incoming cable, one no. 4 way bolted type connector of suitable size shall be

provided. Incoming cable for incomer LT XLPE, suitable size shall be provided..

Outgoing Circuits: 10 nos , 16 amp DP MCB.

One No. feeder for emergency lighting which will comprise of a emergency load bus and 3

Nos. outgoing circuits having 16 amps MCB/SFU in each circuit, 2 Nos. outgoing circuits

having 30 amps MCB/SFU in each circuit each housed in D.C. panel itself. One main

lighting feeder shall be connected to emergency load bus through emergency lighting

contactors. The contactor will normally keep D.C. supply to the mini bus off, but in case

A.C. fails it will automatically switch on the D.C. to emergency lighting.

One no emergency lighting contactor rated for 415/230 V. A.C. and provided with two sets

of contacts controlling D.C. emergency contactor. The DC contactor rated for 30 Volt.

controls D.C. emergency supply.

The board shall be complete with wiring, cable glands, cable lugs for termination of

outgoing and incoming circuits,tenderer is desired to submit his own drawing for approval

of the purchaser.

Total 10 Nos. outgoing circuits shall be provided with MCB/SFU of different rating Short

circuit capacity/ Breaking capacity(in KA) 6 KA at 0.7 P.f. termination by Tinned copper lugs

suitable for size of cable. MCBs shall comply following specifications as per IS 8828/1996.

a. Rated voltage & freq. shall be 30V DC respectively for DP MCBs.

b. Rated current shall be 32A/16 A as mentioned above.

c. Rated short circuit capacity shall be min. 6 KA at 0.7 p.f. lag

d. Service short circuit capacity shall be 6KA as per table 15 of IS: 8828 /1996.

e. MCBs shall have fixed, un adjustable time / current characteristics.

f. Under voltage release and shunt-trip release coils are not required. Only overload

release and short circuit release shall be provided.

g. Tripping time shall be as per (clause No. 8.6.1) table 6 of IS: 8828 /1996.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 173

h. MCBs shall be capable of carrying out given no. of operation cycles as per clause No.

9.11 of IS: 8828 /1996.

i. Limits of temperature rise shall be as per (clause No. 9.8) table 5 of IS: 8828/1996.

j. Standard range of instantaneous tripping shall be as per (clause No.5.3.5) table 2 of

IS: 8828 /1996.

MCB shall be suitable for mounting of fork type busbar of suitable size.

MCBs shall be type tested & of approved make approved by AKVN

All MCB outgoing terminals shall be terminated on terminal connectors provided at the

bottom with suitable size of cable. mention in bps.

The enclosure shall be provided with proper earthing arrangement. Earthing arrangement

shall consist of 2 G.I. Bolts of 12 mm (min.) with 2 spring/ plain washers and 2 check nuts.

PVC cable glands of adequate size shall be provided for all incoming and outgoing cables.

Indicating Instruments Principal requirements of indicating instruments are as follows:

Volt Meter.

Voltmeter shall comply the following requirements

Class of accuracy 1

Mounting Flush type

Size 96x 96 mm

Range 0-600 volts

Type Panel Mounting with 3 ½ Digital Display Voltmeter shall be guaranteed for free

replacement for any defects within five years from the date of supply.

Volt Meter selector switch:

Voltmeter Selector switch shall be a seven-position rotary type ( 6 way & off) with 3 phase

to phase & 3 phase to neutral position marked clearly on 48 x 48 mm brushed aluminum

plate with black handle. The Switch should be screw mounting type with finger touch

proof terminals. Terminal wire should be inserted from the side of the switch terminal.

Terminal screw must be captive to avoid misplace during maintenance. The switch shall be

of 12 A rating with insulation level of 1100 V.

Indicating Lamps:

Indicating lamps shall be panel mounting type 22.5 mm with rear terminal connections

having LEDs display. Lamps shall have translucent lamp covers to diffuse lights, colored

red, yellow, green or blue as specified. The lamp cover shall be preferably of screw-on

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 174

type, unbreakable and molded from heat resisting material. All indications shall be bright

LEDs having long life. Conventional bulbs are not acceptable.

Earthing Arrangements

Two nos. Earthing studs of galvanized M.S. 25 X 6 mm shall be provided for external earth

connections at the bottom. These should be complete with plain washer, spring washer,

nuts etc. Earthing Bolts must be welded to prevent removal of the same from the cabinet.

Type Tests Certificates :

MCBs & other components used in DCDB shall be fully type tested as per relevant IS and

this specification. The successful Bidder shall furnish detailed type test reports before

commencement of supply. The detailed Type Test Reports shall be furnished with relevant

oscillogram and certified Drawings of the equipment tested. The purchaser reserves the

right to demand repetition of some or all the Type tests in presence of purchaser’s

representative at purchaser’s cost.

All the Type Tests shall be carried out from laboratories which are accredited by the

National Board of Testing and Calibration Laboratories (NABL) of Government of India

such as CPRI Bangalore/ Bhopal, ERDA Baroda, to prove that the MCBs & other

components used in DCDB meet requirements of the specification. The renderer should

also furnish certificate from laboratories that laboratories are having all the requisite test

facility available in house. The type tests reports conducted in manufacturers own

laboratory and certified by testing institute shall not be acceptable. In case these type

tests are conducted beyond 5 years of the date of opening of the tender, the successful

bidder shall carry out these tests at NABL approved laboratory at their own cost.& submit

the same before commencement of supply. Undertaking to this effect shall be submitted

along with the offer without which the offer shall be liable for rejection. The successful

bidder have to supply the complete material as per overall General Arrangement drawing

approved by AKVN.

Successful bidder shall submit the the following detailed drawings along with component

details/makes etc. for necessary approval.

i. General Arrangement Drawing for DCDB.

ii) Wiring Diagram.

iii) Name Plate Drawing.

iv) Danger Board Drawing

v) Bill of Material

Inspection

All tests and inspection shall be made at the place of manufacturer. The manufacturer

shall provide reasonable testing and inspection facilities and co-operation without any

charge to satisfy him that the material is being supplied is in accordance with this

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 175

specification. The proto of DCDB shall be inspected & checked by AKVN. his representative

for approval before commencement of supply.

TESTS & TEST CERTIFICATE:

The type test certificates from reputed national level laboratories for the distribution box

complete with suitable MCBs (as indicated in technical specification) for incoming and

outgoing feeders giving the results of sample tests as per relevant BSS/ISS indicated below

are required to be submitted along with the lot offered for inspection before despatch for

approval in support of compliance of material to the specification and quality. Make of the

MCBs to be used should be indicated in the offer. Acceptable make of MCBs are L&T,

Siemens, Crompton Greaves, MAKE GIVEN IN Technical specification.

a) Type test for Distribution Box as per BS 214/1959.

b) All type & routine tests, except the Short Circuit Breaking Capacity Test shall be

carried out on the MCCBs in accordance with IS:2516(Pt-I&II Sec.I)/1977 or its

latest modification. The short circuit breaking capacity test shall be carried out.

c) Test Certificate in respect of Type Tests, from standard testing laboratory like

C.P.R.I. etc. should invariably be furnished in support of the quality

LIST OF DEVIATIONS

The Contractor shall state all the deviations from tender specification in his offer, if any.

The offer shall be deemed to be in conformity with tender specification unless deviations

from tender specification are clearly mentioned in this section.

GUARANTEED PERFORMANCE REQUIREMENTS:

The vendor shall guarantee satisfactory performance of the equipment supplied under all

conditions and requirement as laid down by this specification. The contactor shall

warranted the equipment and material will be new and accordance with the specification.

It is free from defect, material, workman ship up to guan teed period. It is necessary for

contactor to replace or the new in defective portion of the equipment. The repair and new

part will be furnished by contactor free of cost.

PACKING, DESIGN, MATERIALS & WORKMANSHIP

PACKING AND MARKING:

The material shall be packed as per manufacturers standard. Packing procedure shall be to

the purchasers approval.

The conductor shall be supplied in non-returnable strong Packing provided with lagging of

adequate strength and displacement during transit, storage and subsequent handling and

stringing operation in the field. The Packing shall generally conform to IS: 1778-1980,

amendment No.1, June 1989, except otherwise specified hereinafter. Each packing shall

have the following information stencilled on it in indelible ink along with other essential

data:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 176

I. Manufacturer’s Name

II. Trade mark, if any

III. Identification Number

IV. Name of material

V. Number of Packing on each item

VI. Gross Mass of the Packing

VII. Net Mass of Packing

VIII. ISI or relevant International Standard specification mark, if any

IX. Name and address of the Consignees

PACKING CONDITION

The material Packing shall be of such constructions as to assure delivery. The material of

free from displacement and damage and should be able to withstand all stresses due to

handling and the stringing operation so that the material surface is not dented, scratched

or damaged in any way during manufacture, transport and erection. The material shall be

properly lagged on the vehicles.

The material should be suitable for wheel mounting. Before pad, cardboard or other

suitable material shall be secured to The material inside flanges of the packing After

loading, the exposed surface should be wrapped with suitable soft material e.g. polythene

sheet etc. across the flanges to protect The material from dirt, grit and damage during

transportation and handling and also prevent ingress of rain water during

storage/transport. All wooden / other components shall be manufactured out of seasoned

wood of good quality free from defect that may materially weaken the component parts

of the packing Preservative treatment for anti-termite/anti-fungus shall be applied to the

entire packing with preservatives of a quality which is not harmful to the conductor.

QUALITY ASSURANCE PLAN

The Bidder/ Supplier/ Vendor must estalish that they are following a proper quality

assurance programme for manufacture of for item . The Bidder/ Supplier/ Vendor shall

invariably furnish following information along with his bid. Information shall be separately

given for item

Statement giving list of important raw-materials, names of sub-suppliers for the raw-

material, list of standards according to which the raw-material is purchased and copies of

test certificates thereof.

Information and copies of test certificates as in (i) above in respect of bought out items.

List of manufacturing facilities available.

Levels of automation achieved and list of areas where manual processing exists.List of

areas in manufacturing process, where stage inspections are normally carried out for

quality control and details of such tests and inspetions.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 177

List of testing equipments available with the Bidder/ Supplier/ Vendor for final testing of

item specified and test plant limitation, if any, vis-a-vis type, special, acceptance and

routine tests specified in the relevant standards. These limitations shall be very clearly

brought out in schedule of deviations from specified test equipments.

The successful Bidder/ Supplier/ Vendor shall within 30 days of placement of order,

submit following informatuion to the Owner :

List of raw-material as well as bought out accessories and the names of sub-suppliers

selected from the lists furnished along with Bid.

Type test certificates of the raw-material and bought out accessories.

Quality Assurance Plan (QAP) with hold-up points for owner’s inspection. The quality

assurance plans and hold-up points shall be discussed between the owner and agency

before the QAP is finalized.

The successful Bidder/ Supplier/ Vendor shall submit the routine test certificates of

bought out items and form raw-material at the time of routine testing of item.

The bidder/ Supplier/ Vendor shall invariably furnish following information along with his

offer, failing which his offer shall be rejected.

i) Statement giving list of important raw materials names of sub suppliers for the raw

materials, list of standards according to which the raw materials are tested, list of

tests normally carried out on raw materials in presence of supplier's representative

and as routine and / or acceptance during production and on finished goods,

copies of test certificates.

ii) Information and copies of test certificates as in (i) above in respect of bought out

accessories.

iii) List of manufacturing facilities available.

iv) Level of automation achieved and lists of areas where manual processing exists.

v) List of areas in manufacturing process, where stage inspections are normally carried

out for quality control and details of such tests and inspections.

vi) List of testing equipment available with the Supplier for final testing of Conductor

specified. In the case if the suppliers does not possess all the Routine and

Acceptance testing facilities the tender will be rejected.

vii) The OWNER reserves the right for factory inspection to verify the facts quoted in

the offer. If any of the facts are found misleading or incorrect the offer of that

SUPPLIER will be out rightly rejected and he may be black listed.

viii) Special features provided to make it maintenance free.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 178

3. TECHNICAL SPECIFICATION FOR 11 KV AND 33 KV VACUUM CIRCUIT BREAKERS

SCOPE

This specification covers design, manufacturing, testing at manufactures works, supply of

11KV and 33 KV Vacuum Circuit Breakers complete with all accessories required for their

satisfactory operation for the sub-transmission system of MPPKVVCL. The Breakers shall

be used for Transformer protection or Feeder Control, in the system.

TYPE AND RATING

The circuit breakers shall be suitable for outdoor operation under the climatic conditions,

as specified in Tender specification, without any protection from sun and rain.

The circuit breakers shall have the following rating:-

S.No. PARTICULARS 33 KV 11 KV

i) Number of Poles 3 Nos. 3 Nos.

ii) Frequency 50 Cycles 50 Cycles

iii) Nominal System Voltage 33 KV 11 KV

iv) Highest System Voltage 36 KV 12 KV

v) Interrupting Capacity at nominal system voltage 1500 MVA 350MVA

vi) Rated Continuous Current 1250 Amps 630 Amps

vii) Short-time Current Rating for 3 Secs. 25 KA 18.4 KA

viii) Basic Insulation Level 170 KV 75 KV

ix) Power Frequency Withstand Voltage for one

Minute

70 KV 28 KV

x) Total Break-time for any Current up to the rated

breaking current

5 cycles (max.)

xi) Control Circuit Voltage 30 Volt D.C.

xii) Operating duty for gang operation O – 0.3 Sec – CO – 3 Min –

CO

xiii) The VCBs shall be suitable for one reclosing

followed by one delayed reclosing and lock out

Minimum clearances

a) Between Phases 430 mm 280 mm

b) Between Live Parts & Ground 3700 mm 2750 mm

c) Creepage Distance 900 mm 300 mm

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 179

The above are our minimum requirements. The suppliers may offer their standard design,

keeping in view our minimum requirements.

STANDARDS

The circuit breakers shall comply with the requirements of IEC 56 or IS 13118 (1991) with

latest amendment thereof, except wherein specified otherwise. Equipment, meeting any

other authoritative standard, which ensures equal or better quality then the standard

mentioned above, would also be acceptable. The bidders shall clearly indicate the

applicable standards to which their equipments complies-with. A copy of such standard

may also be enclosed.

GENERAL

The circuit breaker shall be of porcelain clad vacuum type. The breaker, complete in all

respect, shall be supplied with all accessories in-place and all internal wiring installed and

terminated in the mechanism housing and the equipment shall be complete in all

respects.

The circuit breakers shall provide rapid and smooth interruption of current under all

conditions, completely suppressing all undesirable phenomena, even under the most

severe and persistent short-circuit conditions or when interrupting small currents or

leading/ lagging reactive currents. The details of any device incorporated to limit or

control the rate of rise of Restriking voltage across the circuit breaker contacts shall be

stated. The over voltage caused by the circuit breaker switching on inductive or capacitive

load shall not exceed 3.2 times the normal phase to neutral voltage. The total break-time

for the circuit breaker, throughout the range of breaker operating duty, shall be stated in

the tender and shall be guaranteed. The breaker shall be fit for capacitor switching for 5

MVAr Bank.

The breakers shall be provided with trip free mechanism.

The circuit breakers shall be suitable for mounting on steel structures. The cost of

necessary frames for mounting the circuit breakers shall be included in the offered prices.

Strongly supported bracket or frame, for mounting associated 3 nos.11 KV / 33 KV CTs,

shall also be provided. All the structures shall be hot dip galvanized with 3 dips. Please

note that cantilever type supports for mechanism box are not acceptable. The mechanism

box shall have firm supports from bottom. This is necessary to minimize vibration of

mechanism box, which in turn may disturb various settings. The agency shall indicate

clearly the vibration level of the breaker during fault / normal ON OFF operations in all

three directions.

The owner intends to operate 11 KV and 33 KV feeders with automatic reclosing scheme,

the arrangement envisaged is as under:-

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 180

On the occurrence of a fault the concerned protective relay will open the circuit breaker as

per its own characteristic. Thereafter, the breakers shall re-close but after pre-set time

delay, which shall be adjustable (say range 4 – 10 sec. or near about). There shall be no

further automatic reclosing. A simple type of reclosing relay (reputed make) for this

purpose shall be provided under this kind of operation. It is also necessary that the

breaker shall be suitable for this reclosing duty. The auto-recloser relay is to be installed

in respective indoor control panels.

SPECIFICATION FOR CIRCUIT BREAKERS

The circuit breakers shall consist of three identical phase units with a common operating

mechanism. While offering the circuit breaker, the following details should be confirmed

and furnished with the tender:-

i) Complete construction details of the equipment offered. It should be noted that the

breakers should be suitable for out-door duty. Indoor breakers accommodated in out-

door kiosks are not acceptable.

ii) Type, make & source of vacuum bottles with relevant details shall be indicated in the

offer, clearly.

iii) The capacity of breaker to interrupt inductive and capacitive currents shall be

indicated in the offer (rating of capacitor bank should be stated and type test report

shall be furnished).

iv) Spare availability of vacuum interrupter should be confirmed by the bidder for the

designed expected life of the breakers being offered.

VACUUM INTERRUPTER

The design of the vacuum interrupter shall be such that it gives trouble free operation

under normal load and fault conditions throughout the life of the equipment. As the

efficiency of the breaker depends on the degree of vacuum inside the interrupter,

manufacturer shall ensure that the same is maintained consistently during service. To

know the residual life of vacuum interrupter, an indicator to indicate the status of contact

erosion shall be provided.

The insulating ceramic body of the interrupter should have high mechanical strength and

it should be capable of withstanding high temperature without any significant

deterioration in its mechanical and electrical properties

The metal/ alloy used for the fixed and moving contacts shall have very low resistivity and

low gas content. They should be resistant to arc erosion and the contact should have no

tendency to get cold-welded under the high vacuum in the interrupter.

The interrupter design should ensure rapid de-ionization of the gap so that normal

electrical strength of the gap is restored instantaneously.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 181

The metallic bellow or any other similar vacuum sealing arrangement should be provided

at the moving contact and should have a long fatigue life.

Manufacturer’s catalogue on vacuum bottle, indicating all the details shall essentially be

submitted with the tender.

MOUNTING OF 11 KV / 33 KV C.Ts

The offered steel structures for breakers to be supplied by the bidders should have

provision and adequate strength to accommodate 3 nos. 11 KV / 33 KV C.Ts on it after

provision of suitable supports from ground. Height of live terminals shall be 3.2 mts

above ground.

TEMPERATURE RISE

The maximum temperature attained by any part of the equipment, when in service at site,

under continuous full load conditions, exposed to the direct rays of the sun, shall not

exceed 45° Centigrade, above ambient temperature. The limits of temperature rise shall

be as per relevant standards. The corrections proposed shall be stated in the tender and

shall be subject to approval of the owner.

INSULATION OF THE CIRCUIT BREAKER

The insulation to ground, the insulation between open contacts and the insulation

between phases of the completely assembled circuit breaker shall be capable of

withstanding satisfactorily di-electric test voltage corresponding to specified basic

insulation level in the standard.

INSULATORS

The basic insulation level of the Insulator and insulating porcelains shall be as specified

and porcelain shall be homogenous and free from cavities and other flaws. They shall be

designed to have ample insulation, mechanical strength and rigidity for satisfactory

operation under conditions specified above. All insulators of identical ratings shall be

inter-changeable. The puncture strength of the insulators shall be greater than the flash

over value. The insulators shall be type tested from independent Govt. Laboratory as per

relevant standards or at any recognized and reputed international laboratory or testing

institutions.

OPERATING MECHANISM

The circuit breakers shall be designed for remote control from the control room and in

addition there shall be provision for manual operation of circuit breakers during

maintenance and for local tripping and closing by the normal means.

The circuit breakers shall have operation control and mechanical “open” “close” indicator,

in addition to facilities for remote electrical indication.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 182

The operating mechanism shall be of the spring charging type, by electric control under

normal operation. The mechanism shall be trip free electrically and mechanically. The

mechanism shall be capable of performing satisfactorily, the reclosing duty cycles

indicated above, within the time specified. All working parts in the mechanism shall be of

corrosion resistant material and all bearings, which require greasing, shall be equipped

with pressured grease fittings. The mechanism shall be strong positive quick in action and

shall be removable without disturbing the other parts of the circuit breaker. The

mechanism and breaker shall be such that the failure of any spring will not prevent

tripping and at the same time will not cause any false tripping or closing. The operating

Mechanism should be motor operated spring charged type preferably without chain drive.

The motor for spring charging shall be suitable to perform satisfactorily for input supply

voltage of 230 Volt A.C. 50 Hz with a variation of plus 10 and minus 20 percent. The A.C.

Motor should have overload protection. Provision should also be made for mounting of

mechanism box at an adequate height and gear ratios shall be so chosen that one man

should be able to charge the spring, without any additional efforts.

CONTROL CUBICLE

A common control cubicle shall be provided to house electrical, controls, monitoring

devices and all other accessories, except those which must be located on individual poles.

The cubicle shall be gasketed and shall have weather-proof construction, fabricated from

sheet steel of minimum 2.5 mm thickness. The type test report on degree of protection

test (IP-55) shall also be furnished.

The cubicle shall have front access door with lock and keys, space heater, internal

illumination lamp, 3 pins 5 Amp socket with individual ON-OFF switches shall be provided

in the cubicle.

For local operation following shall be provided:-

a) LOCAL / REMOTE selector switch

b) TRIP / NORMAL / CLOSE control switches with pistol grip handle

The control circuits shall be designed to operate on 30 Volt DC, as indicated in the

schedule and it shall be possible to adopt to work on other voltages by simply changing

the operating coils. The shunt tripping coils shall be designed to operate satisfactorily

within 110% and 70% of the rated DC supply voltage and the shunt closing coils should

operate up to 85% of the rated DC voltage. These checks shall be repeated during pre-

commissioning checks at site before putting the breakers in service.

AC Power supply for auxiliaries will be available at 230 Volt (+/- 10% variation) single

phases 50 C/s at substation. The agency shall be required to extend this supply, using

proper protection, to desired location through cable.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 183

Necessary double compression type cable glands for the cables of the operating

mechanism shall be provided. The cables used for operation are all un-armoured 2.5 sq.

mm copper control cables of 1100 V grade. The cable glands shall be suitable for 1 no. 8

core and 2 nos. 4 core cables and cables as per site requirements. The gland plate should

be made of non-magnetic materials and suitably drilled at site to suit the cable entry.

The Circuit breaker shall be provided with trip free Mechanism so that tripping

instructions could over-ride the closing instructions. An additional tripping coil shall also

be provided in the trip circuit. The second coil shall have separate tripping lever

arrangements in the mechanism, so as to avail full advantage of second trip coil. Also the

two trip coils shall have separate fuses in the DC circuit, so that in the event of any short

circuit/damage in any one of the trip coils, the supply is available to the other one.

The circuit diagram of Control circuit of VCB along with operating instructions (DOS/

DON’T) shall be embossed on metallic plate duly laminated and the same shall be fixed on

the rear door of the control cubicle from inside.

WIRING

Wiring shall be completed in all respects to ensure proper functioning of the control,

protection, monitoring and interlocking schemes.

All the wiring shall be carried out with 1100 V grade, PVC insulated stranded copper

conductor of 2.5 sq. mm as per IS: 1554.

Each wire shall be identified at both ends with permanent markers bearing wire numbers

as per wiring diagram.

Wire termination shall be done with crimping type connectors with insulating sleeves.

Wires shall not be spliced between terminals.

All spare contacts of auxiliary switches etc. shall be wired up to terminal blocks in the

control cubicle.

TERMINAL BLOCKS

Terminal blocks shall be of 1100 V grade, box clamp type ELMEX 10 sq. mm or approved

equivalent. Not more than two wires shall be connected to any terminal. Spare terminals,

equal in number to 20% of active terminals, shall be provided.

Terminal block shall be such located to allow easy access. Wiring shall be so arranged that

individual wires of an external cable can be connected to consecutive terminals.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 184

TERMINAL CONNECTORS

6 Nos. Terminal bi-metallic connector suitable for Dog conductors shall be supplied with

each breaker. For ensuring quality and uniformity, the owner may decide to specify the

design of terminal connector, the material of terminal connector and thickness of clamps.

Further compliance of which will have to be done by the agency without any extra cost.

Suitable earth connector for earthing connections shall also be supplied. The connector

drawing shall be got approved from the owner.

AUXILIARY CONTACTS

Eight numbers each of auxiliary contacts both of the normally open and normally closed

types shall be provided in each circuit breaker for use in the remote indication and control

scheme of the circuit breaker and for providing safety interlocking. Special contacts for use

with trip coils, which permit for relative adjustment with respect to the travel of the circuit

breaker contact, shall also be provided, wherever required. There shall be provision to add

more auxiliary contacts at a later date, if required.

ACCESSORIES

The vacuum circuit breaker shall be supplied as a complete unit with internal wiring

installed and terminated in mechanism box and equipped with the following accessories :-

1 Motor operated spring charged mechanism

(Motor voltage – 230 V AC) 1 No.

2 Trip coil suitable for 30 V DC 2 Nos.

3 Closing Coil suitable for 30 V DC 1 No.

4 Pistol grip C.B. Control switch having Trip/ Normal/ Close

position 1 No.

5 Local/ Remote selector switch 1 No.

6 Spring Charged indicator 1 No.

7 Manual operating handle for maintenance 1 No.

8 Facility for manual charging of spring 1 No.

9 Operation counter 1 No.

10 Auxiliary contacts (8 NO-8 NC) 1 Set

11 Anti-pumping device suitable for 30 V DC 1 No.

12 Terminal connectors suitable for connecting Dog Conductor 6 Nos.

13 Cubicle illuminating lamp with cage and switch 1 No.

14 Spare terminals connectors 20% of Total

Terminals

15 Mechanical ON/OFF Indicator 1 No.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 185

16 MCB for both AC and DC supply 1 No. each

17 Space heater and ON-OFF switch in the mechanism box 1 No.

18 Power Type 3 Pin Socket with ON-OFF switch 1 Set

19 Earthing Terminals 2 Nos.

20 LED indicating lamps Complete set

Other standard accessories which are not specifically mentioned above, but are required

for efficient and trouble free operation of breaker, should also be provided, without any

extra cost.

Indicating Bulbs: The indicating lamps should be supplied with Low Voltage protection

Circuit (LVGP) and surge suppressor circuit having LED indication. Lamp assembly should

be of fire – retardant glass epoxy PCB, industrial heat resistant, fire resistant, non-

Hygroscopic DMC material , chrome – plated corrosion resistant solid brass bezel ,

polycarbonate lens in desired colour shades of Red , Green, Amber, Yellow etc. the

intensity of light should be minimum 100 mcd at 20 mA . Indication lamp should be

suitable to operate on 30 V Direct Current supply source. Acceptable make are BINAY

Opto Electronic Private Ltd. or equivalent.

TYPE TESTS

Type test certificates on VCB for the following tests, strictly as per IS 13118, with latest

amendment thereof, from any of the independent Govt. Laboratory, or at any recognized

and reputed international laboratory or testing institution, shall invariably furnished :-

Short Circuit Duty Tests

Short Time Current Rating Tests

Mechanical Endurance Test

Temperature Rise Test

Lightning Impulse Voltage withstand Test

Capacitor Switching Duty Test for Single Bank of 5 MVAR capacity

Power Frequency withstand Voltage Test dry & wet

Degree of protection IP-55 for control cubicle

The above type test certificates must accompany drawing of type tested equipment, duly

signed by type testing authority.

The above tests must not have been conducted on the equipment earlier than 5 years

from the date of opening of bids.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 186

In case of any change in design/type of Breaker already type tested and the one offered

against this specification, the owner reserves the right to demand repetition of type tests,

without any extra cost.

ACCEPTANCE AND ROUTINE TESTS

All acceptance and routine tests, as stipulated in relevant standards, shall be carried out

by the supplier, in presence of owner’s representative.

Immediately after finalization of the programme of type testing, the suppliers shall give,

fifteen days advance intimation to the owner, to enable him depute his representative for

witnessing the tests.

RATING PLATES

The detailed rating plate shall be as per IS and in addition, shall indicate serial number of

the equipment, manufacturer’s name, our order number and date.

EXPERIENCE

Minimum 3 years experience in the field of design and manufacture of the equipment

offered is essential for the bidder. Details in this regards shall be clearly stipulated in the

offer.

GUARANTEED TECHANICAL PARTICULARS AND TECHNICAL QUESTIONNAIRE

Proforma of guaranteed technical particulars and Technical Questionnaire are enclosed

with the tender specification. Bidders are required to furnish clear replies to both the

questionnaire and the particulars. In case of incomplete or ambiguous replies, the offer is

liable to be rejected.

4. TECHNICAL SPECIFICATION FOR INDOOR CONTROL & RELAY PANELS FOR 11 KV & 33KV

VCBs

SCOPE: This section contains the technical specification for the Indoor Control, indication,

relay and metering panels associated with the outdoor switchgear for use at various sub-

stations. The control and relay panels and other requirements specified under this section

shall be complete in themselves with all main and auxiliary relays, fuses, links, switches,

wiring, labels, terminals blocks, earthing terminals, foundation bolts, illumination, cable

glands etc.

PANEL FINISH AND COLOUR: The owner has standardized that the colour finish of control

panel shall be opeline green as per colour no. 275 of BS: 381C (1948). Equivalent colour as

per relevant Indian Standards or any other standard shall be acceptable. This colour finish

shall be applied to all the exterior steel work of the panels. The exterior finish shall be

semi-glossy only and shall not be fully glossy. The interior of the panels shall be painted

with egg shell white.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 187

PROTECTIVE RELAYS AND INSTRUMENTS: The protective relays shall be manufactured,

tested and supplied with the guaranteed particulars, as per following Indian Standard

Specifications with latest amendment thereof :-

i IS-3842 (Part-I) 1967 Application guide for electric relays for A.C. Systems

over-current relays for Feeders and Transformers

ii IS-3842 (Part-IV) 1967 Application guide for electric relays for A.C. System

thermal protection relays

iii IS-3231 (1965) Electric Relay for Power System Protection

iv IS-1885 (Part-I & II) Electro-technical vocabulary Electrical Relays &

Electrical Power System Protection

v All indicating instruments shall conform to IS-722 or BS-89

The equipment meeting any other authoritative standard which ensures equal or better

quality than the standards mentioned above shall also be acceptable. Equipment for

which Indian Standards are not available the relevant British Standards and IEC

recommendations will be applicable.

STATIC/ MICRO-PROCESSOR BASED OVER CURRENT & EARTH FAULT RELAY:

Static/ Micro Processor based non-directional triple pole IDMT over current and earth

fault relays with 2 over current and 1 earth fault elements. However for transformer

protection control panel the relay shall have all the three over current elements. Relays

shall be suitable for 5 Amp. C.T. secondary current and 30 Volts DC auxiliary supply with

1.3/0.6 seconds operating time at 10 times current setting and instantaneous cut off

features with setting 4 to 10 times of rated current with arrangement to by pass the

features, when not required. The relay shall conform to following specifications:-

CURRENT SETTING RANGE:

50% to 200% in seven equal steps of 25% for over current elements.

10% to 40% in seven equal steps of 5% for earth fault element.

However, setting in more than seven steps will be preferred. Further, change of settings

under load condition should be possible without interruption of feeder.

Resetting Current: More than 90% of setting value.

Transient over reach less than 3% on maximum and 5% on minimum setting for primary

source angle upto 75 degree. Time of operation 30 seconds at times setting.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 188

Over shoot time of maximum 80 secs. at 10 times current.

Pick Up Current: 1.1 times the current rating.

Operating Time: 1.3/0.6 secs. at 10 times current with time multiplier 1.0.

The setting should be in 10 times more, fixed calibrated steps from 0.01 to 1.0 and in

between variable separately for over current and earth fault relays.

Resetting Current: More than 90% of setting value.

Resetting Time: Less than 5 m sec.

Burden: Less than 1 VA.

Accuracy: Clause 5

Contacts :- Two sets of NO contacts (for Trip and Annunciation) self rest type

suitable for make and break having continuous rating 1250 W/VA and 30 W/VA

respectively.

Operational Indicator: Should be provided by way of LED for, ON, O/C 1, O/C 2, E/F, and

should fulfill the following requirements:

Must give permanent visual signal after fault is cleared and relay has been reset.

Should operate with pulse time of less than 20 m sec.

Should not give indication until the trip pulse is being executed.

Other: Facility to re-set indicating lamp manually should be provided. During testing /

calibration of relays, facility for blocking tripping should be provided. Facility for self-

monitoring / test should be provided, so that hardware and software are constantly

monitored and irregularities are immediately detected and signaled.

In case of non-draw out type relays test socket alongwith test prob should be provided,

so that calibrated current and values are checked as also current can be injected through

and adaptor.

Since the static relay are being procured by us to replace existing Electro Mechanical

relays the relays should be provided with a blanking plate of 18 SWB MS sheet having

dimension of 550x250mm and duly painted with gray paint.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 189

TYPE TEST CERTIFICATES FOR RELAYS: The bidders should submit the following type test

certificates in respect of relays offered by them for their control panels:

i) KV Impulse peak voltage test on the relays. This type test report is essential for

over current and earth fault relays.

ii) Type test report for vibration test to prove the stability of relays under vibration

normally encountered and also vibration under abnormal conditions.

iii) Type test report for overshoot time for IDMT relays.

NOTE: Regarding testing of the relays, reference may please be made to BS - 142 - 19. The

tenders not accompanied with the above type test reports shall be rejected.

PANEL CUT OUT AND DIMENSIONS

i) The panels shall be fabricated from 14 SWG steel sheets free from all surface

defects. The panels shall have sufficient structural reinforcement to ensure a plain

surface to limit vibration and to provide rigidity during despatch and installation.

All control panels and switchgear cubicles shall be made absolutely vermin-proof

and subjected to the approval of the owner. Pre-treatment & painting of panels

shall be done as per the procedure detailed at Sr. No. 21 of this schedule.

ii) The panels shall have the following dimensions:-

Height 1475 mm

Width 700 mm

Depth 300 mm

No deviation in height/ depth will be permitted. However, width can be increased

depending upon the actual requirement, which shall be subjected to approval from

the owner.

iii) The preferred panel cut out dimensions for mounting of the relays shall be as per

Indian Standard Specification IS-4483 (Part – I & II).

iii) The design, material selection and workmanship shall be such as to present a neat

appearance, outside and inside with no works of welds, rivets, screw or bolt heads

apparent from the exterior surface of the Control Panels.

PANEL LIGHTING

a) For interior illumination, an incandescent lamp/ 2 feet fluorescent tube operating

at 230 Volt 50 Hz with switch shall be provided in each panel. The lamp/ tube shall

be located at the ceiling and guarded with protective cage. The switch shall be

mounted on one of the side walls and shall be easily accessible.

b) One 5 Amp. 3 Pin receiptable with plug, switch and fuse shall be provided in each

control panel.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 190

AUXILIARY SUPPLY

a) For each Control Panel, the owner will provide the following:-

i) 230 V plus 10% minus 20%, 50 Hz neutral grounded A.C. supply.

ii) 30 V ± 10% D.C. supply.

b) H.R.C. fuses shall be provided by the agency for both the A.C. and D.C. power

supplies.

c) All H.R.C. fuses and links shall be with holder. The base of fuse holder shall be

mounted on slant support and with identification labels.

CONTROL WIRING

a) The agency shall provide complete wiring up to the terminal block for the

equipment, instrument devices mounted in the control panel strictly according to

the wiring diagram prepared by the bidder based on the owner’s information and

schematic diagram and get approved from the owner.

b) The wiring shall be completed in all respects so as to ensure proper functioning of

the control, protection and metering schemes. Agency shall supply, lay and

terminate all the control cables between VCB panel, Control panel (Indoor) and CT.

c) All spare contacts of relays and switches shall be wired up to the terminal block.

d) The Control Panels shall be supplied completely wired ready for owner’s external

connections at the terminal blocks. For CT circuits the wiring shall be carried out

with 1100 V Grade PVC insulated stranded copper conductor of size 2.5 sq. mm.

For PT circuits and also for control circuits, the wiring shall be carried out with

1100 Volt Grade PVC insulated stranded copper conductor of size 1.5 sq. mm.

e) Colour coded wires should be used to facilitate easy tracing, as under:-

I. Three Phase A.C. Circuit:-

Red for R Phase

Yellow for Y Phase

Blue for B Phase

Black for Neutral

II. Single Phase A.C. Circuit:-

Red for Phase

Green for Earthing

Black for Neutral

III. D.C. Circuit:-

Red for Positive

Black for Negative

IV. Control Wiring:-

Gray for annunciation and other control circuits.

f) Each wire shall be identified at both ends with wire designation number by plastic

ferrules, as per wiring diagram based on latest revision of IS-375 to denote the

different circuit functions. The agency shall take approval for the system of wire

numbering.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 191

g) All wire termination shall be made with solderless compression type connectors.

Wires shall not be tapped or spliced between terminal points. All wire shall have

crimp type termination and direct connection at any place is not at all required.

h) All series connected devices and equipment shall be wired-up in sequence. Loop-

in/loop-out system of wiring shall be avoided, as far as possible and the common

buses shall normally be made through the terminal block for better reliability of

testing and maintenance.

i) Fuses and links shall be provided for isolation of individual circuit from the bus

wires without disturbing the other circuits’ and equipments.

j) The DC trip and DC voltage supplies and wiring to main protective gear shall be

segregated from these for back up protection and also for protective apparatus for

special purposes. Each such group shall be fed through separate fuses, either direct

from main supply fuses or the bus wires.

k) Since a number of wires will run from one point to another, it is desired that the

support arrangement should be adequate and neat. The conventional method of

bunching of wire should not be adopted, since the same may create problems in

case any wire is required to be removed. The wires should be accommodated in

plastic channel with sliding plastic cover mounted inside the panel, suitably.

Inspection/removal of wires should be possible by sliding the covers.

l) Blank plastic channels should be provided by the sides of the panel to

accommodate the incoming cables from switchyard through the cable glands.

m) The circuit diagram of control circuit along with operating instructions

(DOS/DON’TS) embossed on metallic plate duly laminated shall be provided on

rear side of the door.

TERMINAL BLOCKS

a) Multi-way terminal blocks complete with necessary binding screws and washers

for wire connections and marking strips for circuit identification shall be provided

for terminating the panel wiring and outgoing cables. The terminal block shall be

suitable for receiving atleast 2×7/0.737 mm stranded copper conductor wire per

terminal.

b) Terminal blocks shall have shorting and disconnection facilities. The panel-side and

outgoing wires should be dis-connectable just by opening the disconnecting links

which slide up or down without dislodging the wires from their position. Asea-

Kirloskar type sliding links shall be provided. However, dis-connectable type

terminal connectors may be limited to CT & PT circuits only.

c) The terminal blocks shall be grouped according to circuit functions and each

terminal block group shall have at least 20% spare terminals.

CABLE ENTRY

a) The control panel shall have provision of cable entry from the bottom. One no.

cable gland for 8 cores and 2 nos. for 4 core 2.5 sq mm un-armoured cables duly

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 192

fitted in gland plate and covered shall also be provided. The agency will arrange for

necessary floor opening, below the panels to suit the requirement. Agency shall

also be responsible for laying of control cable in trench, floor opening below the

panel, trench cutting and making the damages good as per the satisfaction of

Engineer in charge inside the control room.

b) The wiring through terminal blocks shall be such located so that it is convenient for

floor opening.

c) The control panel shall have provisions inside for fixing the multi-core cable glands

which shall be included by the bidder in scope of supply. For fixing these cable

glands, detachable gland plates of 4 mm thickness shall be mounted at least 200

mm above the floor level.

d) The cable gland plate and rear door shall be properly gasketed.

e) Rigid supports shall be provided along the terminal block for holding plastic

channel. Suitable clamps may also be provided in plastic channel for holding

cables.

GROUNDING

a) 25 mm × 6 mm copper round bus shall be provided extending along with the entire

length of the panel and effectively grounding all metal structures. The earth bus

should be designed for suitable inter connection with adjacent control panel which

are to be placed side by side in the control room.

b) Each continuous length of ground bus shall have provision of two terminals at two

separate points for connection to ground.

c) Potential and Current transformer neutrals shall be grounded only at the terminal

blocks where they enter the control panel from the transformer.

d) Wherever a circuit is shown grounded in the drawings, a single wire for the circuit

shall run independently to the ground bus and connected to it.

DOORS

Each panel shall be completed with end enclosing sheets on both sides and door in the

rear. There shall be one door with handle and also turn twist locks at top and bottom.

Proper gasketing shall be provided on the door. A type test report from the recognized

Govt. Laboratory on degree of protection test (IP-55) shall also be furnished with the

tender. The doors should be grounded with flexible braided copper conductor of 10

sq.mm.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 193

CONTROL AND RELAY PANELS

The control panels required for installation at all the sub-stations shall be of simplex type.

The control and indication apparatus, all meters and relays shall be mounted in the front.

The instruments and relays shall be flush pattern.

The labeling for the circuits shall be provided at the front control panel, as well as on the

inside wall. All indicating instruments, meters and important components shall have

identification labels from inside also, in addition to outside. The terminal block shall also

have identification labels to them, clearly indicating phase’s identifications and also

circuits and instruments identification. For example, the terminal connector shall have an

identification indicating that CT circuit for metering, for protection etc. Labeling should be

provided by using 2 mm thick aluminium strip embossed with desired information and

fitted in the panel sheet by means of rivets.

PROTECTION SCHEME

The protection schemes to be supplied under this control shall cover the following

equipments:

a) Transformers

b) Overhead sub-transmission lines

The protection schemes are described in the following clauses:-

Transformer Protection :-

Transformer Control Panel is required for control/ protection on both 33 KV and 11 KV

sides of 33/ 11 KV transformers. This will be in the form of a relay set having 2 Nos. O/C

and 1 No. E/F elements in 11 KV Control Panel. In 33 KV Control Panel the relay set shall

have 3 Nos. O/C elements alongwith numerical differential protection relay. The current

settings of O/C relay elements shall be from 50 to 200% and of E/F relay element from 10

to 40%. They shall be suitable to work on 30 Volt D.C. supply. The secondary rating of C.T.

shall be 5 Amps. The over current and earth fault relays shall have operating time of 1.3

sec. at 10 times of plug setting current. The relays shall be of draw out type with CT

shorting facility. Further, the relays shall have self re-set contacts and hand re-set flag

arrangement. Besides this provision for alarm and tripping due to Buchholtz relay

operation, OTI and WTI may be kept in the panel.

Tripping on OTI, WTI and Buchholtz operation is also needed for both 33 KV and 11 KV

transformer breakers panels.

Feeder Protection:-

a) Feeder Control Panel is required for control/ protection of both 33 KV & 11 KV sub-

transmission lines. This will be in the form of a relay having 2 Nos. O/C and 1 No. E/F

elements. The current settings of O/C relay element shall be 50 to 200% and of E/F

relay element 10 to 40%. They shall be suitable to work on 30 Volt D.C. supply. The

secondary rating of C.T. shall be 5 Amps. The over current and earth fault relays shall

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 194

have operating time of 0.6 sec. at 10 times of plug setting current (in case of 11 KV

Control Panels) and 1.3 sec. at 10 times of plug setting current (in case of 33 KV

Control Panels). In this case also, the relays shall be of draw out type with C.T. shorting

facility. Further, the relays shall have self re-set contacts with hand reset flag

arrangement.

b) The feeder control panel shall also have auto re-closing scheme. The re-closing relay

time shall be adjustable between 4 to 10 sec. or near about in case of 11 KV Control

Panel. In case of 33 KV Control Panel the reclosing relay time shall be adjustable

between 10 sec. to 60 sec. for 1st shot and 30 to 180 sec. for 2nd shot after the repeat

of tripping pulse from the protective relay. Suitable adjustment knob for the same

shall be provided on the front of the relay for this purpose.

CONTROL AND INDICATING CIRCUITS

The control and relay panels shall have the following instruments, relays and accessories:-

1 no. - 3 Pole static type / software based relay, flush pattern, having 3 Nos. O/C element

(settings 50 to 200%), suitable for operation on 30 V DC and 5 Amp. CT secondary

rating (for 33 KV Transformer Control Panel). The relay shall have operating time of

1.3 seconds at 10 times of plug setting current, as mentioned above.

1 no. - 3 Pole static type / software based relay, flush pattern, having 2 Nos. O/C element

(settings 50 to 200%) and 1 No. E/F element (settings 10 to 40%), suitable for

operation on 30 V DC and 5 Amp. CT secondary rating (for 33 KV Feeder Control

Panel, 11 KV Feeder Control Panel and 11 KV Transformer Control Panel). The relay

shall have operating time of 1.3/ 0.6 seconds at 10 times of plug setting current, as

mentioned in above para.

1 Set – provision for alarm and tripping due to Buchholtz relay operation, OTI and WTI

may be kept in the 33 KV transformer control panel.

1 Set - Auto reclosing relay with adjustable time delay between 4 seconds to 10 seconds.

(for 11 KV Feeder Control Panel only).

1 Set - Auto reclosing relay with adjustable time delay between 10 seconds to 60 seconds

for 1st shot and 30 to 180 seconds for 2nd shot (for 33 KV Feeder Control Panel

only).

1 no - Relay for OTI, WTI and Buchholtz operation tripping – both in 33 KV and 11 KV

Transformer breaker panel.

1 no - Fully static energy meter for incomer and outgoing feeders’ energy and system

parameters indication and record.

1 no. - Auto/ manual selector switch (for panels with auto reclosing relays).

1 no. - Circuit Breaker Control switch (Push Button type) having Trip/ Neutral/ Close

positions.

4 nos. - Lamps for circuit breaker “ON”, “OFF”, “TRIP CKT HEALTHY” and “AUTO TRIP”

indications. LED indicating lamp complete with static circuits and features should

be supplied with Low voltage protection circuit (LVGP) and surge suppressor circuit

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 195

having LED indication. Lamp assembly should be of fire – retardant glass epoxy PCB

, industrial heat resistant, fire resistant, non hygroscopic DMC material, chrome –

plated corrosion resistant solid brass bezel, polycarbonate lens in desired colour

shades of Red, Green , Amber, Yellow etc. the intensity of light should be minimum

100 mcd at 20 mA . Indication lamp should be suitable to operate on 30 V direct

current supply source. Acceptable make are BINAY Opto Electronic Private Ltd. or

equipment.

1 no. - Ammeter 96 sq. mm. Square MISC type flush pattern having class 1.0 accuracy. The

ammeter shall have dual scale 0-200/100 Amps. or 0-300/150 Amps as per

requirement.

1 no. - Ammeter selector switch to indicate current in three R, Y and B phases.

1 no. - Voltmeter 96 sq.mm. Square MISC type flush pattern having class 1.0 accuracy

with selector switch (for Transformer Control Panel. (The range of Voltmeter shall

be 0-15 KV for 11 KV Control Panel and 0-40 KV for 33 KV Control Panel).

1 no. - Alarm bell for circuit breaker trip alarm.

1 no. - Alarm cancellation relay for C.B. trip alarm

2 nos.- Push Buttons for alarm “ACCEPT” & “RESET”

1 no. - DC Failure Visual indication by way of providing a lamp.

2 nos.- Push Button for testing healthy condition of trip circuit. (Separate circuits for

Supervision of healthiness of two trip coils are required. Accordingly, the DC circuit

complete with fuses etc. shall be separate for the two trip coils).

1 no. - Illumination lamp with cage and switch.

1 no. - Space heater with associated ON-OFF switch.

1 no. - Power type 3 pin 5 Amps plug and socket with ON-OFF switch and fuse.

A trip healthy lamp shall be provided for each circuit breaker and connected in such a way

as to indicate the healthy condition of the trip circuit. The lamp should have the indication

on demand when breaker is on. Such indication is also necessary when the breaker is off,

but it should be possible to check the trip circuit condition before closing the circuit

breaker. In brief, pre and post close trip supervision facility on demand is required and

shall be included.

The automatic tripping of the circuit breaker due to operation of protective relays shall be

indicated by a common audible alarm. The audible alarm shall be cancelled by the flag

cancellation of relay, in case of relays of hand-reset type. Space shall be provided for

provision of KWH meter, with proper sealing.

NOTE: - Any other indications which are required for proper protection/ operation of

circuit breaker should be provided in control panel, without any extra cost.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 196

RELAYS

All relays, except where otherwise approved, shall be capable of breaking the maximum

current which shall not be affected by vibration or by external magnetic fields. The

contacts shall be of silver, platinum or other approved materials and shall be capable of

repeated operation, without deterioration.

All relays, which are connected to complete the tripping circuit breaker coil of the auxiliary

tripping relay shall be provided with approved flag indication, which whenever possible,

shall be mechanically operated type. Indicators shall also be provided on such additional

relay elements as it will enable the type and phase of the fault condition to be identified.

Each indicator, whether of the electrically or mechanically operated type, shall be capable

of being reset by hand, without opening the relay case. Each indicator shall be so designed

that it cannot move before the relay has completed its operation.

It shall not be possible to operate any relay by hand without opening case.

All relays shall be so arranged that on opening the case it shall be impossible for any dust,

which may have collected in or upon the case to fall on the relay mechanism.

Over current relays shall be of static type / software based and shall have inverse definite

minimum time limit characteristics with separately adjustable time and current settings.

Unless otherwise approved, the definite minimum time shall be continuously variable

from 0.2 seconds and current setting range shall be variable between 50% and 200% in six

equal steps of 25% each. The relay rating shall be 5 Amps.

All relays shall be of draw out type and also that O/C and E/F relays shall have

characteristics 1.3 second for protection of transformer on both primary as well as on

secondary sides and 0.6 second characteristics for protection of 11 KV feeders. In case of

33 KV feeder protection, the characteristics operating time shall be 1.3 seconds. Further,

these relays shall have self re-set contacts with hand re-set DC operated flag arrangement.

All main protection relays shall be numerical and suitable for SCADA connectivity with IEC

61850 protocol.

Type test certificates for relays shall be submitted.

INSTRUMENTS

All indicating instruments shall conform to IS – 1248 and shall be of types and sizes

specified under Sr. No. 15 above. They shall be capable of carrying their full load currents

continuously without heating. They shall have long clearly divided and indelibly marked

scales of engraved or enameled metal and the pointers shall be of clean outline. The

pointers and scales shall be subject to approval. The marking on the dials shall be

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 197

restricted to the scale marking. All indicating instruments, shall be provided with non-

reflecting glass type fronts. All indicating instruments shall be of class 1.0 accuracy.

Type test certificate for Ammeter and Voltmeter shall be submitted.

The following may be carefully noted :-

i) The components of alarm scheme shall be strictly in accordance with tender

specification and shall be explained very clearly. The alarm scheme is required with

Transformer Control Panel only.

ii) The scheme incorporated should ensure that flag resetting of relay is “self-hand

operated” type. Thus it should not be necessary to reset the flag at the time alarm/

annunciation is accepted in case of fault. It should be possible to separately reset the

flag, after the fault is attended.

The automatic tripping of the circuit breakers due to operation of protective relays shall

be indicated by audible alarm. The offered alarm scheme shall be complete in all respects

including one DC bell for trip alarm with a connector/ auxiliary relay suitable to handle

breaking of DC bell current. The contactor/ auxiliary relay will get energized through the

self-reset alarm contact of protective relay and will remain actuated by its own seal-in

contact. A push button shall be provided to accept the alarm by breaking the seal-in

circuit.

TESTS

Each control panel shall be completely assembled, wired, adjusted and tested at the

factory prior to despatch.

The tests shall include wiring continuity tests, insulation tests and functional tests to

ensure operation of the control scheme and individual equipment.

The test procedures shall have prior approval of the owner.

All instruments, meters and relays shall be tested and calibrated in accordance with

relevant standards.

All auxiliary instrument transformers shall be tested in accordance with procedure as

laid down in relevant standards.

TEST WITNESSING

The tests shall be performed in presence of owner’s representative. The agency shall give

atleast fifteen (15) days advance notice of the date when the tests are to be carried out.

TEST CERTIFICATE

Copies of test certificates for all routine and acceptance tests shall be furnished to the

owner for approval before despatch of the equipment from the works. Test certificates for

important components used shall also be furnished along with drawings.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 198

PRE-TREATMENT AND PAINTING PROCESS

The control panel sheet steel shall be subjected to pre-treatment process before painting.

The process shall be carried out as under.

The procedure can broadly be divided as “Metal Treatment” and “Painting”.

A. METAL TREATMENT

i. Degreasing

This can be achieved either by immersing in hot alkaline degreasing bath or in hot

dry chlorothelene solution. In case, degreasing is done by alkaline bath, rinse with

cold water thoroughly.

ii. Pickling

This is to remove rust and metal scales by immersing in diluted sulphuric acid

(approximately 20%) at nearly 80°C until scale and rust are totally removed.

iii. Rinse in cold water in two tanks to remove traces of acids.

iv. Treat with phosphoric acid base neutralizer, for removal of chlorine from the above

acid pickling and again wash with running water.

v. Phosphating

Immerse in grenadine Zinc phosphate solution for about 20 minutes at 80 to 90°C.

The uniform phosphate coating of 4 to 5 gms. per sq. meter shall be achieved.

vi. Swill in cold water.

vii. Rinse in decxy to bath at 70 to 80°C to neutralize any traces of salts.

viii. Seal the above phosphate coating with hot dilute chromate solution.

ix. Dry with compressed air

B. PAINTING

i. Spray one coat wet on wet specially developed, “High Lusture” Zinc chromate

primer and stove at 150 to 160°C for 25 to 30 minutes. Alternatively, Red-oxide

primer with chromate content may be used. However, former process is preferred.

ii. Rubbing and putting :-

Apply putty to fill up the scar, if any, to present smooth surface and stove 15 to 20

minutes. Apply putty several times to get perfectly smooth finish.

iii. Surfacing :-

Sand down with mechanical abrasive and stove for 20 minutes.

iv. Primer :-

Spray second coat of primer as per (i) above or grey primer surface wet on wet and

stove for 30 to 40 minutes at 150°C.

v. Finish Paint :-

Rub down dry and spray first coat of synthetic enamel finish paint wet on wet and

stove for 30 minutes.

vi. Surfacing :-

Sand down or rub dry to prepare for final finish. Spray 2 coats o synthetic enamel

finish paint wet on wet and stove it at 150°C for 30 minutes.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 199

NOTE :-

i. Necessary stiffness may be welded between large cut outs to provide rigidity

before painting process.

ii. Painting process shall be done within 24 Hrs. of completion of metal treatment.

iii. Small coating shall be supplied along with equipment for touching up at site.

5. TECHNICAL SPECIFICATION OF 30V, 10 AMP BATTERY CHARGER SUITABLE FOR 30V 100AH

LEAD ACID BATTERY

1. 2. SCOPE

This specification covers design, manufacturing, testing at manufacturer’s works

before dispatch and supply of 30 Volt 10 Ampere Single Phase Manually Controlled

,Battery Charger required for charging of 30 Volt 100 Ampere-Hour Lead Acid

Battery and for feeding auxiliary supply to Switchgear equipments at 33/11 KV

substations.

3. CLIMATIC CONDITIONS

The climatic conditions at site, under which the equipments shall operate

satisfactorily, are mentioned as under:

i) Maximum temperature of air in shed 45oC

ii) Minimum temperature of air in shed 4 0C

iii)

Maximum relative humidity: 95%(sometime approaches

saturation point)

iv) Minimum relative humidity 10%

v) Average number dust storm days per

annum

40 days

vi) Average number of rainy days per

annum.

90 days

vii) Number of months of tropical

Monsoon conditions

3 months

viii) Average annual rainfall 1250 mm

ix) Maximum wind pressure 150 Kg/ Sq.mm

x) Altitudes not exceeding 1000 meters.

The limit of ambient temperature shall be 450C peak and 350C average over a

period of 24 hours.

4. STANDARDS

Unless otherwise specified, the equipment shall conform to the latest applicable

Indian standards and in particular to the following standards:-

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 200

1 IS:3895 Specification for Rectifier equipments in general

2 IS:13947

(Part II)

Specification for MCB

3 IS:1248 Indication instruments

4 IS:2147 Degree of protection for cubicles

5 IS:375 Specification for wiring

6 IS:4540 Mono crystaline semiconductor rectifiers assemblies and

equipment

7 IS:6619 Safety code for semiconductor rectifier equipments

8 IS:2026 Transformers

9 IS:4237 General requirement for switchgear and control gear for

voltage not exceeding 1000 Volt

10 IS:4064 Air Break switches and fuse combination units

11 IS:6005 Code of practice for phosphating of Iron & Steel

12 IS:5 Colour for ready mix paints

13 IS:5921 Printed circuit Board

14 IS:249 Printed circuit Board

15 IS:5578 Guide for making insulated conductor

The supplier shall clearly state the standards to which the equipment offered by him

conforms.

5. DRAWING AND LITERATURE

The bidder shall furnish all such drawings, instruction manuals, descriptive literature etc.,

as may be necessary for the proper understanding of the functioning of the charger.

The write-up should include the following:-

i. Technical specification of the charger.

ii. Detailed circuit description of the charger. It should also include the functions of

various components, protection circuits/ cards, relays along with their individual brief

write-ups/ leaflets.

iii. List of the main components of the charger.

iv. Following details are to be clearly indicated in the circuit diagram:-

Make and Rating of components used:

All the fuses should be numbered and individual rating should be indicated.

6. GENERAL DESCRIPTION

7. The Charger shall be of simple design so as to ensure its reliable functioning and ease in maintenance/repairing. Complicated circuitry shall be avoided, as for as possible. The bidder shall indicate, as to how reliable functioning of the charger is achieved. He shall also indicate the quality control adopted for the reliable product.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 201

8. The battery charging equipment shall comprise of solid state silicon rectifier suitable for operation on 230/250 Volt Single Phase A.C. system. Associated transformer, regulatory resistances, switches etc. shall be accommodated in a sheet steel cubicle arranged for continuous load of 3 Amps, adjustable from 0 to 3 Amps, trickle charge of the battery and manual provision to operate at a higher voltage to recharge the battery of 100 Ah capacities quickly at 10Amp.

9. The equipment shall comprise of:-

1. A.C. mains switch/ MCB 230/250 Volt Single Phase with fuses/ MCB.

2. Pilot lamp/ LED to indicate AC supply ON.

3. Ballast choke

4. Single Phase Double Wound Transformer for rectifiers

5. Main transformer single phase variac with rough and fine control to charge

battery in steps of 6-12, 12-18, 18-24, 24-30, 30-36, 36-42 volts.

6. Full wave bridge connected plate/ solid state silicon rectifier.

7. Fuses for rectifier output.

8. (i) Moving Coil/Analog type Ammeter 96 mm sq flush mounting type (0-15

Amps.)for Total DC current at rectifier DC output.

11.1 (ii) Moving Coil/Analog type Centre Zero Ammeter 96 mm sq flush mounting type

(15-0-15 Amps.) for Battery Charge/Discharge DC current at Battery output

Terminals.

9. Moving Coil Analog type Voltmeter 96 mm sq flush mounting type (0-50 Volts)

10. Voltmeter fuses

11. DC ON/ OFF MCB with fuses.

10. The sheet steel cubicle of the rectifier unit shall also accommodate the switches for charge

rate selection, incoming from battery and various apparatus for battery control.

11. CABINET

The charger shall be enclosed in a cabinet made of sheet steel of not less than 1.5

mm thickness and should be suitable for mounting on a plane surface/ floor with

ventilation louvers on two sides and finish painted with synthetic enamel paint of

white on inside and opeline green on outside. Two coat of zinc primer shall be

applied before finishing synthetic enamel paint. The cabinet shall have vermin proof

construction. The cabinet legs shall be of adequate height and strength and should

provide minimum clearance of 100 mm from ground.

12. FRONT PANEL MOUNTINGS

The following provisions conforming to relevant ISS shall be made on the front

panel:-

a) Voltmeter to indicate battery/ charger DC voltage

b) Voltmeter to indicate incoming AC voltage

c) i. Ammeter to indicate total DC current

ii. Ammeter to indicate Charge/Discharge current of Battery.

d) Indicating LEDS to indicate:-

(i) Supply of power;

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 202

(ii) Charger on;

(iii) Input voltage less than 180 Volt.

(iv) Battery reverse

e) Audio/ Visual alarm to indicate:-

(i) Power failure;

(ii) Charger failure;

(iii) Battery disconnection/ failure; and

(iv) DC under/Over voltage.

In case of failure of charger on fault, it should give buzzer as well as LED indication.

However, the buzzer alarm should be provided with a reset switch.

f) The indicating instruments shall be of class 1.0 accuracy.

13. TRANSFORMER

The power transformer rectifier unit of the battery charger shall be designed for

adequate VA rating but in any case it should not be less than 700 VA and should be

rated for 300 V at factor of safety of 3. The heat dissipation and power control

system should be designed with a factor of safety of 8. Rating of silicon diode

should not be less than 15 A.

Please note that necessary documentary evidence, showing transformer rating of

700 VA along with test certificate from manufacturer, if bought-out, shall be

enclosed, for approval of the purchaser.

14. PROTECTION

The charger should have built-in reverse polarity protection with indication lamp

so as to protect the battery from high drains. The charger should also have MCB in

the output circuit for protection from short circuits.

15. LIGHT EMITTING DIODES

For the purpose of indication LEDs shall be provided.

16. SWITCHES AND FUSES

Control and instruments switches shall be of toggle type. All fuses of 2Amps and

Higher rating shall be of HRC type and of standard make only.

17. LABELS

All front panel mounted equipments as well as the equipments mounted inside

the cabinet shall be provided with individual labels with equipment designation

engraved on aluminium plate (stickers are not acceptable).

18. WIRING

The charger shall be supplied completely wired ready for purchaser’s external

connections at the terminal blocks. All the wiring shall be carried out with 1100 V

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 203

Grade PVC insulated standard copper conductor of 2.5 Sq mm. Wiring for

Electronic Circuits shall be carried out with 1100 Volts grade suitable size stranded

flexible copper conductor PVC wires. Colour coded wires should be used to

facilitate easy tracing, as under :-

i) Single Phase A.C. Circuit:-

Red for Phase

Green for Earthing

Black for Neutral

ii) D.C. Circuit:-

Red for Positive

Black for Negative

iii) Control Wiring:-

Gray for annunciation and other control circuits.

19. FERRULES

Embossed/Engraved core identification ferrules, marked to correspond with the

wiring diagram shall be fitted at both ends of each wire.

20. EARTHING TERMINALS

The battery charger cabinet shall be provided with two separate suitable earthing

terminals of good quality and adequate size.

21. TESTING

The following tests shall be carried out by the manufacturers on each battery

charger and copy of the test certificate for each charger shall be submitted:-

i. Checking of wiring and continuity of circuits and visual inspection

II. High voltage test on the equipment with accessories. (All equipments and wiring

should be tested for with-standing the power frequency voltage of 2 KV r.m.s.

for 60 seconds.)

III. Checking of charging current and load currents.

IV. Checking of relays operation, alarm circuit operation, lamp indication, charger

failure, mains failure, load fuse failure and annunciation (manufacturer’s test

certificate for the instruments shall also be furnished).

V. Regulation and Ripple tests. (being unregulated type this test is not required)

VI. Efficiency test.

VII. Burn-out/ Heat-run test (for 10 Hrs.)

22. CIRCUIT DIAGRAM AND WRITE-UP -- 23. It is desired that the complete schematic of the charger is provided on a permanently

laminated/engraved plate of suitable thickness which has to be bolted/riveted at the four corners on the inside face of rear door. In addition, one more plate of similar type and dimension shall be provided on the outside of the rear door providing guidelines and instructions for operation of the charger. The guidelines and schematic to be provided on

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 204

the plates shall be as per our approval for which separate drawings shall be furnished, after award of contract.

24. TERMINALS

18.1 Separate terminals shall be provided for connecting load and battery leads

to the charger. All terminals shall be of M12 size. Suitable copper lugs shall be

provided by the supplier for use of the purchaser for connecting the load wiring.

Two separate 4 core 2.5 Sq. mm cables (two cores twisted together for reducing

voltage drop in cable) shall be used by the purchaser for connecting battery and

load. Thus cable glands shall be of suitable size.

18.2 It would be the bidder’s responsibility to prove the adequacy of its design

by submitting all technical particulars and relevant graphs to show suitability of

charger for supplying load on continuous basis.

25. PRINTED CIRCUIT BOARD

The printed circuit boards should be made out of glass fibre re-inforced epoxy

boards and should be coated with suitable protective coating for protection

against humidity and corrosion.

26. POLARITY MARKING:-

The polarity marking of the terminals shall be marked for identification. The

positive terminal may be identified by “P” or (+) sign or red colour mark and the

negative terminal may be identified by “N” or (-) or blue colour. Terminal marking

shall be permanent and non-deteriorating.

27. GUARANTEED PARTICULARS

The bidders shall essentially fill up the enclosed Schedule of Guaranteed Technical

Particulars of Charger offered by him.

28. MANUAL OF INSTRUCTIONS

The manufacturer shall supply a copy of the Instruction Manual for commissioning

and initial testing of the charger and maintenance during service with every

charger ordered.

29. PACKING

The charger shall be securely packed in wooden crates suitable for handling during

transit by rail/ road so as to avoid any loss or damage during transit

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 205

GUARANTEED TECHNICAL PARTICULARS OF 30V 10AMP BATTERY CHARGER

SUITABLE FOR 30 VOLT 100 AH LEAD ACID BATTERY

S. No DESCRIPTION PARTICULARS

1 Name of manufacturer

2 Type of charger Manually Controlled

3 Indicate specification to which the offered charger

conforms

4 Input supply

5 Input current

6 Output voltage range

7 Output current range

8 Maximum output current

9 Efficiency at Normal output voltage

100% full load

75% full load

50% full load

25% full load

10. Whether separate terminals of M-12 size for

connecting load and charger leads to the battery

terminals has been provided.

11 Provision of LEDs for indication purpose

12 Provision of Audio/ Visual alarm

13 Provision of labels for individual components

14 Provision of ferrules

15 Provision of separate terminals for connecting

battery and load

16 Provision of two separate Earthing terminals

17 Weight of the complete charger

18 Overall dimensions of battery charger

19 Thickness of the sheet enclosure

20 Make and rating of Miniature Circuit Breaker for AC

Input supply

21 Make & rating of main transformer

22 Make and type of rectifier diode

23 Rating of rectifier diode in Amps

24 PIV value of rectifier diode

25 Output in Amps of complete rectifier stack

26 Make, Type & range of Voltmeter

27 Make, Type & range of Ammeter

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 206

S. No DESCRIPTION PARTICULARS

28 Make & rating of Miniature circuit breaker for DC

output

29 Make and rating of relays

30 Make of buzzer used

31 Make & Type of fuses used

32 Material and size of cable used for internal wiring

33. Whether list of main components, their make &

ratings enclosed

34 Whether all the required drawings, instruction

manuals and descriptive literature enclosed with

the offer

35 Are provision of permanently/ Engraved schematic

diagram and guidelines/ instructions on operation

of the charger for bolting/riveting body is made.

NOTE:- Any other accessory which may not be included in the above list, but may be

necessary for satisfactory and trouble free operation of the equipment as per standard

design of the bidder should also be included in the G.T.P. and details of the same may also

be furnished.

6. TECHNICAL SPECIFICATION OF 30 VOLT 100 AH LEAD ACID BATTERY

1. SCOPE

This specification covers design, manufacturing, testing and supply of 30 Volt 100 AH

Lead Acid Battery, for use at 33/11 KV substations for feeding auxiliary supply to

Switchgear equipments at the time of interruption in mains supply. The batteries are

to be supplied along with a wooden stand / rack as per description in clause - 17

below.

2. CLIMATIC CONDITIONS

The climatic conditions at site, under which the equipments shall operate

satisfactorily, are mentioned as under:

i) Maximum temperature of air in shed 45oC

ii) Minimum temperature of air in shed 4 0C

iii)

Maximum relative humidity: 95%(sometime

approaches

saturation point)

iv) Minimum relative humidity 10%

v) Average number dust storm days per 40 days

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 207

annum

vi) Average number of rainy days per annum. 90 days

vii) Number of months of tropical Monsoon

conditions

3 months

viii) Average annual rainfall 1250 mm

ix) Maximum wind pressure 150 Kg/ Sq. mm

x) Altitudes not exceeding 1000 meters.

The limit of ambient temperature shall be 45 0C peak and 35 0C average over a

period of 24 hours.

3. APPLICABLE STANDARDS

The cells of Lead Acid Battery shall conform to the requirement of IS:1651: 1991 with

latest amendments thereof.

4. STANDARD RATINGS

The standards rating for 30 volt Lead Acid Battery shall be 100 AH.

5. CELL VOLTAGE

The nominal voltage of a single cell shall be 2.1 to 2.2 Volt.

6. CAPACITY AT ROOM TEMPERATURE

The Battery shall comprise of 15 cells with capacity not less than 100 AH at 10 Hours

rate of discharge to end voltage of 1.85 volts per cell at room temperature not

exceeding 32 Degree C

7. GENERAL DESCRIPTION

7.1.Cells shall be supplied in glass containers having ample space provided below the

plate for accumulation of deposit. The glass containers shall be sufficiently robust

transparent and free from flaws. The bidder may also quote for battery with hard

rubber containers which shall conform to IS: 1146:1981

7.2.Lead acid battery, comprising of closed type cells shall be compete with plain

tubular type positive plate assemblies, glass boxes, lids, micro porous plastic

separators, polystyrene dowels and buffers, inter cell connectors of tinned copper

for suitable size carrying current 30 volt 100 AH and brass/stainless steel bolts &

nuts . The battery shall be offered complete with (i) inter row connectors, acid jars

and packing case (ii) stands (iii) stand insulators (iv) cable sockets for end and

tapping connections (v) BATTERY insulators.

7.3.The sulphuric acid and water used for the preparation and maintenance of

electrolyte shall conform to IS 266:1977 and IS 1069: 1964 respectively.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 208

7.4. The separators used shall be either wooden or synthetic. The wooden separators

when used shall conform to IS 652:1960 and the synthetic separators to IS

6071:1986.

The venting device shall be of anti-splash type with more than one exit hole and shall

allow the gases to escape freely but shall effectively prevent acid particles or spray

from coming out.

A suitable electrolyte level indicator indicating lower and upper limits shall be fitted to

facilitate checking of electrolyte level in opaque containers. The materials used shall

be acid proof and shall not deteriorate during service.

The manufacture’s identification shall be embossed/impressed on the container.

Where it is not possible to bolt the cell terminals directly to assemble a battery,

separate copper lead (with acid resistant protective cover), copper connectors of

suitable size shall be provided to enable connection of the cells.

The material for bolts and nuts shall be brass/stainless steel. Bolts nuts, wisher and

spring wisher for connecting the cells shall be effectively lead-coated to prevent

corrosion & acid effect.

Open cells shall be provided with spray arrestors of adequate area over the plates.

These may be of glass sheet at least 3 mm thick and shall be adequately supported.

8. TERMINALS

Separate terminals shall be provided for connecting load and charger leads to the

battery terminals. All terminals shall be of M 12 size. Suitable Copper lugs shall be

provided by the supplier, for use of the purchaser for connecting the load wiring of

suitable length 5 Mtr. each.

9. TEMPERATURE RANGE

Battery must be capable of operation at temperatures upto 55oC for prolonged period.

Minimum capacity at this temperature should not be less than 2 Amps. for 5 hours.

10. ACCESSORIES

The following accessories shall be supplied with each set of battery:-

i) One Battery log book(one year maintenance)

ii) Two copies of printed instruction sheet.

iii) Cell testing Voltmeter, 3-0-3 volts scale, Industrial Grade “A” to IS:1248.

iv) One no. floating Hydro Meter.

v) One no. Syringe hydro meter

vi) One no. Thermo meter (0 to 100 0 C) with specific gravity correction scale.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 209

vii) One set of suitable insulated spanners.

viii) One no. acid resisting funnel.

ix) One no. acid resisting jar.

x) One pair of rubber gloves.

xi) Eye glass.

xii) Aprin

xiii) Measurement jag 1 Lit.

xiv) Petroleum jelly 200 grm.

xv) Stand for holding all the above equipments in control room.

NOTE :- Any more accessories other than those mentioned above which are

required necessarily for the battery shall be supplied by you with the battery.

11. CHARGE RATE

Fully discharged batteries should normally be recharged at 10 Amps. for 10 hours at

room temperature. New batteries and old batteries at high temperatures may need

more time. Trickle charge rate shall be about 50 to 100 mA

12. CELL DESIGNATION & MARKING

The practice indicated in relevant IS or latest version shall be followed for cell

designation purpose.

The following information shall be indelibly and durably marked on the outside of the

cell

a) Manufacturer’s name and/or trade mark;

b) Month and year of manufacture;

c) Nominal voltage;

d) Rated ampere-hour capacity;

e) Country of origin; and

f) Cell designation.

h) Name of purchaser (MPPKVVCL LTD Indore)

13. MANUAL OF INSTRUCTIONS

A copy of the instructions manual for initial treatment and the maintenance on its

service shall be supplied by the manufacturer with every set of battery.

14. POLARITY MARKING

The polarity of the terminals shall be marked for identification. The positive terminal

may be identified by “P” or (+) sign or Red colour mark and the negative terminal may

be identified by “N” or (-) sign or a Blue colour mark. Marking shall be permanent and

non-deteriorating.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 210

15. WARNING MARKING

The battery/cell shall be furnished with a warning plate located at conspicuous place

specifying the use of “PARTICULAR ELECTROLYTE ONLY” (in block letters) and

specifying the proper fill level of the electrolyte. Marking shall be permanent and non-

deteriorating.

16. PACKING

The batteries shall be suitably packed in wooden crates suitable for handling during

transit by rail/road, and secured to avoid any loss or damage during transit.

17. MOUNTING STAND

The cells shall be accommodated in double tier stand constructed of selected timer

and painted with 3 coats of acid proof paint. Necessary paint for this purpose shall be

supplied. No metal fastenings shall be used. The stands shall be supported on

insulators to contain necessary insulation from earth and there shall be insulators

between each cell and stand.

18. TESTS

The following tests shall be carried out in accordance with IS: 1651:1991 or the latest

version thereof:

(A) TYPE TESTS:

a) Verification of constructional requirements.

b) Verification of marking.

c) Verification of dimensions.

d) Test for capacity Test for voltage during discharge

e) Ampere-hour and Watt-Hour efficiency test.

f) Test for loss of capacity on storage

g) Endurance test

(B) ACCEPTANCE TEST

a) Marking & Packing

b) Verification of Dimensions

c) Test for capacity

d) Test for voltages during discharge.

(C) ROUTINE TEST

The battery shall be tested after manufacture as per the requirement of IS: 1651-

1991 (with latest amendment, if any). Two copies of test certificates indicating the

results obtained during the tests shall be submitted.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 211

Guaranteed technical particulars of 30 volt 100 AH lead acid batteries

S. No PARTICULARS DESCRIPTION

1 Type of Battery

2 Reference of IS NO

3 Manufacturer’s Name & place of works.

4 Normal voltage of battery.

5 No. of cells in each battery set.

6 Capacity of battery at 10 hours rate

7 Voltage per cells.

8

Type of construction

(i) Positive plate

(ii) Negative plate

9 Method of connection between cells i.e. whether

bolting or some other methods.

10 Normal trickle charge rate without load

11

Normal charge rate

i) At starting

ii) Finishing

12 Voltage per cell at the end of charge at the quick

charge rate.

13 Normal charging time after complete discharge

14 Type of material of separators

15 Material of container

16 Watt. hour efficiency at 10 hour rate of discharge.

17 Voltage across battery terminal when under quick

charge rate.

18 Ampere hour efficiency at 10 hour rate of discharge

19 Quantity of dilute acid per cell.

20 Overall dimension of each cell.

21 Distance between the centers of cells when erected.

22 Weight of cell complete with electrolyte

23 Recommended maximum period of storage before

the first charge

24 Internal resistance of the cell

25 Amount and specific gravity of electrolyte per cell

required for first filling.

26 Expected specific gravity of electrolyte at the end of

full charge

27 Expected specific gravity of electrolyte at the end of

discharge at 10 hour rate

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 212

S. No PARTICULARS DESCRIPTION

28

Whether separate terminals of M-12 size for

connecting load and charger leads to the battery

terminals has been provided.

29

Whether dimensional drawing of one cell and lay out

drawing of one complete set of battery submitted

with the offer?

30 Whether manual of erection, commissioning and

maintenance of battery submitted with the offer?

31 Whether the copy of Type Test certificates carried out

on the battery submitted?

32.

Whether following accessories shall be supplied with

each set of battery:-

(i) One Battery log book

(ii) Two copies of printed instruction sheet.

(iii) Cell testing Voltmeter, 3-0.3 volts scale, Industrial

Grade “A”.

(iv) One no. floating Hydro Meter.

(v) One no. Syringe hydro meter

(vi) One no. Thermo meter (0 to 100 0 C) with

specific gravity correction scale.

(vii) One set of suitable insulated spanners.

(viii) One no. acid resisting funnel.

(ix) One no. acid resisting jar.

(x) One pair of rubber gloves.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 213

Details of type test certificates of 2 Volt – 100 AH Battery Cell

Sr.No Name of test Clause of IS: 1651

1. Verification of constructional

requirement

12.2

2. Verification of marking 12.3

3. Verification of dimensions 12.4

4. Test for capacity 12.5

5. Test for voltage during discharge 12.10

6. Ampere-hour and Watt-hour efficiency

test

12.9

7. Test for loss of capacity on storage 12.7

8. Endurance test 12.8

PLACE:

DATE:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 214

7. TECHNICAL SPECIFICATION FOR 1200 KVAr, 11 KV CAPACITOR BANK

This specification covers design, manufacture, testing at manufacturers works, supply and

destination of 11KV Capacitor Banks, Residual Voltage Transformers, Vacuum Automatic

Capacitor Switches their mounting GI structures and other associated materials.

A) CAPACITOR BANKS

1. 11KV Capacitor Banks: - The rating of the Capacitor Banks will be as follows :-

i) 1200 KVAr at 11 KV, 3 Ph 50 HZ neutral solidly grounded systems and to be

controlled with suitable vacuum circuit breaker.

ii) The three phase capacitor banks shall conform to the Indian Standard 13925:98

(Part-I), 13925:94 (Part-II), IEC 871-2-87 with its latest version/amendments, if any.

iii) The normal system frequency is 50 HZ and may vary between + 3% i.e. 48.5 HZ to

51.5 HZ.

iv) The capacitor shall be connected to the system with nominal voltage for 11KV. The

highest voltage of the system shall be 12.1 KV on sustained basis.

v) The maximum continuous system rms voltage that may be applied to the capacitor

shall be of the order of 10% more than the rated rms voltage of the capacitor.

However, the supplier of the equipments, including the breaker shall ensure that

under breaker opening conditions, due to current chopping, the maximum

dynamic over voltage level does not exceed 2.3 PU value of normal rated rms

voltage.

vi) The increase in current or reactive output of capacitor unit & bank over the rated

values may be as per IS: 13925:98 with latest version/amendment, if any.

vii) The standard basic unit rating of capacitors (single phase) shall be 121 KVAr at 6.98

KV and will be suitable for outdoor installation.

viii) 1200 KVAr bank shall consist of 12 single phase capacitor units of 121 KVAr. Each

phase shall have 4 units in parallel which are connected then in ungrounded star.

ix) The power loss in capacitor shall not exceed 0.2 Watt/KVAr.

x) Each capacitor unit shall be provided with built in discharge resisters, to permit the

capacitor unit to discharge the capacitor to 50V or less in less than 10 minutes

after disconnection from supply.

xi) The container of each capacitor unit shall be provided with suitable earthing

terminals clearly marked as with lifting lugs for ease in handling.

xii) Each capacitor unit shall be built with number of elements comprising of high

quality embossed aluminum foil acting as electrodes separated by dielectric of

biaxial oriented hazy polypropylene film. Capacitor shall be vacuum impregnated

with on PCB oils only.

xiii) Set of three fuse barrels with leaf spring & fuse elements per bank i.e. 36 nos. in

case of 1200 KVAr and 18 Nos. in case of 600 KVAr shall be supplied free of cost

with each set of capacitor bank.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 215

xiv) The capacitor bank shall be designed and capable of withstanding the following

power frequency and impulse test voltage :-

NOTE - Each of the capacitor units as well as banks shall be provided with a rating plate

and terminal markings as stipulated in IS: 13925:98. Elevating structures made from

suitable solid steel sections should be provided to fix effective height of the lowest

accessible live terminal of the capacitor bank at 3.2 meters above the grounded level.

DATE SIGNATURE WITH SEAL OF TENDERER

PLACE NAME

STATUS

a) Nominal System Voltage 11 KV (rms)

b) Highest System Voltage 12.1 KV (rms)

c) Power frequency test Voltage 28 KV (rms)

d) Impulse test Voltage 75 KV (Peak)

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 216

8. TECHNICAL SPECIFICATIONS OF 33 KV and 11 KV GAPLESS LIGHTNING ARRESTORS

SCOPE

This specification covers single phase outdoor metal oxide type gapless surge

arresters for use in effectively earthed system with the transformer neutral

effectively earthed with normal voltage of 11KV for 9KV Lightning arrestors and 33KV

for 30KV Lightning Ar restors. The rated voltage of Arrestors shall be 9KV (rms) for

11KV system and 30KV (rms) for 33KV system.

SPECIAL CONDITIONS

The atmosphere at places is laden with dust in suspension during the dry months

and subject to fog in cold months. The temperature variation between the daily

minimum and maximum is large. Heavy lightning is usual in the area during the

month of May to November. The area is also subjected to heavy monsoon rains 80%

to 90% of the annual precipitation during the months of June to October.

SYSTEM CONDITIONS

I Nominal system voltage 33KV 11KV

ii Highest system voltage 36KV 12KV

iii Frequency 50Hz 50Hz

iv Fault level 1500 MVA 350 MVA

The system is 3-phase 50 Hz solidity grounded system with earth fault protection.

The winding of transformer wherever to be protected is connected on delta

formation in primary and star formation in secondary.

We have provision of placing one set of surge arresters at the entry of the each line

(feeder) in the substation and one set near to the transformers for 33KV system &

only one set each on 11 KV Distribution transformers.

The insulation level provided in our transformer is 170 KV Peak for 33 KV systems

and 75 KV peak in case of 11 KV System.

STANDARD

The surge arresters shall strictly conform to IEC 99-4/IS-3070 Part-3 – 1993 with

latest amendment if any in all respects. Maximum residual voltage shall comply with

the requirement given hereunder: -

The surge arresters meeting any other authoritative standards, which ensure equal

or better performance, than mentioned above shall be acceptable.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 217

The technical requirement has been detailed out below:-

The agency should offer nearest rating of surge arresters.

The transformers, which are to be protected having BIL 170 KVP for 33 KV winding &

75 KVP for 11KV winding. We will be installing our LAs at a distance of 5/10 metres

from transformer (another 5 metres be added towards height of LAs lead length and

bushing of transformer. Considering 20% safe margin as per IEC the impulse voltage

of more than 136 KVP should not appear across the 33 KV side of transformer.

Similarly, impulse voltage of more than 60 KVP should not appear across 11KV

winding of transformer.

Required Technical Particulars

No. Particulars Requirements

1. Nominal system voltage 33KV 11KV

2. Type of Arrestor Metal Oxide Metal Oxide

3. Applicable standard IEC 99/4

IS 3070 Pt.-III latest

amendment

IEC 99/4 IS 3070 Part-III

latest amendment

4. Rated Arrestor voltage IV rms 30 9

5. Maximum continuous

operating voltage KV rms

24 7.2

6. Nominal discharge current

rating (8/20 micro set) KA

10.0 5.0

7. Minimum discharge capability

(KA/KV)

As per long duration discharge class 2 of IEC

99/4

8. Long duration discharge class 2 2

9. Maximum residual voltage at

nominal discharge current of

8/20 micro sec. wave, KV peak

85 32

10. Maximum steep current

impulse residual voltage at

nominal discharge current, KV

Peak

93 38

11. Maximum switching impulse

residual voltage at 500 Amp.

(Peak)

70 NA

12 Minimum prospective

symmetrical current (KA)

40 15

13 Impulse high current short

duration discharge of 4/10

100 65

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 218

No. Particulars Requirements

micro sec. Wave (KAP)

14 Max. radio interference

voltage at 1000 Hz (micro

volts)

1000 -

15 Overall temporary over

voltage withstand capacity (KV

rms)

a) 1.0 Sec. 36 10

b) 10.0 Sec. 34 9.5

c) 100.0 Sec. 32 -

16 Impulse withstand voltage

(KVP)

170 75

17 Current impulse withstand

level

As duty prescribed

in line discharge

class-I of IEC TC-

37/IS 3070 Part-III

18 impulse of long

duration current 75 Amp.

Peak for 1000 micro secs.

18 Pressure relief device Class “A” N.A.

19 Disconnecting device N.A. As per required

specification IS: 3070

(Part-2) 1985

20 Min. Creepage distance of

porcelain housing (mm)

900 300

21 Top & Bottom metal cap Hot Dip Galvanized

22. Terminal arrangement Built in clamping type can be adjusted for

Horizontal & Vertical Power off to suit

conductor save squirrel to carbon

23. Earthing Terminal The base of L.A. shall be provided with two

separate terminal / distinctly marked for

connection to earth

Residual voltage for 8/20 micro sec. Wave of nominal discharge current KA are

specified above, however, we will prefer still lower residual voltage to ensure better

protection.

The requirement of energy is very specific based on our system. The firms are

requested to supply nearest energy rating of LAs for both single and double shot.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 219

Current impulse withstand level – The 9 KV arrestors shall withstand 18 impulse of

long duration current with a peak level of 75 Amp & duration 1000 micro secs. 30KV

arrestors shall meet the duty prescribed in line discharge Class-I of IEC TC-37.

Disconnecting Device

The arrestor for 11KV system to be provided with a suitable disconnecting device.

This shall be connected in series with the ground lead and should not affect the

sealing system of the arrestor. The disconnecting device shall conform to the

requirement specified in IS:3070 (Part-II) 1993 & IEC 99-4 (1991-II) clause 5.12, 7.6.3.

Pressure Relief Device

The arrestor for 33KV system should have a suitable pressure relief system in order

to avoid damage to its porcelain housing.

Each and every individual unit of surge arrestor shall be hermetically sealed and fully

protected against ingress of moisture for which suitable rubber gaskets with

effective sealing system should be used. The hermetic seal shall be effective for

ensure life time service of arresters and under the service conditions specified. The

agency shall furnish sectional view showing details of sealing employed.

Manufacturers should device a suitable routine production testing to verify the

efficiency of sealing.

All the units of arresters of same rating shall be interchangeable type without

adversely affecting the performance.

The lightning (surge) arrestor shall be suitable for pedestal type mounting.

All necessary bolts, nuts clamps etc., required for mounting on support structure

shall be included in the scope for supply.

All porcelain housing shall be free from lamination cavities and other flaws affecting

mechanical and electrical strengths. The porcelain should be non-porous.

All exposed ferrous parts shall be not dip galvanized as per IS: 2633.

Line and ground terminals should be hot dip galvanized.

TERMINAL CONNECTORS

Terminal connectors shall be manufactured and tested as per IS: 5361 & should be

type tested. The terminal connector drawings should be submitted separately for

approval of owner. All casting shall be free from blowholes, surface blisters, cracks

and cavities. All sharp edges and corners shall be blurred and rounded off. All

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 220

Current carrying parts shall be designed and manufactured to have minimum contact

resistance. The contact surface must be machined smooth to obviate excessive

current density. The terminal connector for connection of conductor should be

suitable for squirrel to raccoon conductor with Universal take off arrangement (can

be adjusted for both horizontal & vertical take-off) and should have adequate

current carrying capacity. The terminal connector shall be manufactured out of

aluminum alloy grade LM 9 or 25 as per IS and by gravity die casting process only.

Terminal connector should have six bolts to hold the conductor a conductor hold

length shall be 100mm approximately. All nuts, washers, bolts etc. shall be stainless

steel/hot dip galvanized. The top metal gap and the base of the lightning arrestors

shall be galvanized.

The base of the Lightning Arrestor shall be provided with two separate terminals

distinctly marked for connection to earth.

NAME PLATE

The arresters shall be provided with non-corrosive 2 mm thick metal nameplate

embossed and fitted rigidly on arrestor body with indelibly marked with the

following information:

1. Manufacturer’s name or trademark and Identification (serial) No. of the

arrestor.

2. Rated voltage

3. Maximum continuous operating voltage

4. Type

5. Rated frequency

6. Nominal discharge current

7. Long duration discharge class

8. Pressure relief current in KA rms.

9. B.I.L. of the equipment to be protected

10.Year of manufacture

11.The nameplate should be fitted rigidly so that during life of arrestor, there should

not be any possibility of removal of nameplate.

Drawings

The agency shall furnish two sets of following drawings for owner’s approval before

commencing the supplies. General outline drawings of the complete arrestor with

technical parameters. Drawings showing clearance from ground and other live

objects and between adjustment poles of surge arresters required at various heights

of surge arrestors.

Drawings showing details of pressure relief devices. Mounting clamp details of surge

arresters.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 221

Details of the terminal and ground terminals.

Volt - time characteristics of surge arresters.

The detailed dimensional drawing of porcelain housing shall indicate ID, OD,

thickness and insulator details such as height, profile of petticoats, angle of

inclination and gap between successive petticoats, total creepage distance etc.

TEST & TEST CERTIFICATES

Type Test Certificates

The following type tests shall be made in accordance with Clause 71 of IEC 99/4/IS-

3070 Part-III latest amendment.

1. Insulation withstand test

2. Residual voltage test

3. Long duration current impulse withstand test

4. Operating duty test

5. Pressure relief test (for 30KV LAs)

6. Test of Arrestor Dis-connectors (for 9KV LAs)

7. Partial discharge test.

The following additional tests are to be made in accordance with IS 3070 (part-II)

1985:-

1. Temperature cycle test on porcelain housing

2. Porosity test for porcelain components

3. Galvanizing test on steel metal parts

Acceptance Tests

The following tests as per clause 8.2 of IEC 99/4 and IS-3070 Part-I/Part/III shall be

done on the lower whole number of the cube root of the number of arresters to be

supplied.

1. Power frequency reference voltage test at reference current on complete

arresters.

2. Lightning impulse residual voltage test at nominal discharge current on complete

arresters.

3. Porosity test on porcelain

4. Partial discharge test

5. Galvanizing test on exposed steel parts

6. Visual / dimensional examination

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 222

Routine Tests

The following routine tests as per Clause 8.1 of IEC 9/4 / IS-3070 Part-1/Part-III are to

be conducted by the manufacturer on offered lot for pre-despatch inspection. The

lot offered without routine test reports shall not be considered & delay in

acceptance of the offer will be on firm’s account: -

1. Measurement of the reference voltage on the complete arresters.

2. Residual voltage test at nominal discharge current on the complete arresters or

sections.

3. Test to verify the efficiency of sealing.

INSPECTION

All tests and inspection shall be made at the place of manufacture unless otherwise

specially agreed upon by the manufacturer and the owner. The manufacturer shall

offer the inspector (representing the owner) all reasonable testing facilities without

charges to satisfy him that the material is supplied in accordance with the

Specification.

The owner has the right to have the tests carried out by an independent Agency

subject to recovery of testing expenditure in case of failure, whenever there is

dispute regarding the quality of supply.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 223

9. TECHNICAL SPECIFICATION FOR 11/33 kV NOMINAL VOLTAGE HT XLPE POWER CABLES

1. SCOPE:

The specification covers design, manufacture, shop testing, packing and delivery of

11 & 33 kV, multi core, cross linked polyethylene insulated power cables. These

cables shall be suitable for the 3 phase AC-50 Hz system with the nominal voltage of

11/33 kV which may reach maximum of 12/36 kV respectively. These cables shall

primarily be designed for effectively earthed neutral system.

2. SERVICE CONDITIONS:

Equipment to be supplied against this specification shall be suitable for satisfactory

continuous operation under the following tropical conditions.

2.1 Maximum ambient temperature (deg C) 50

2.2 Maximum temperature in shade (deg C) 45

2.3 Minimum temperature in air (deg C) in shade 3.5

2.4 Relative Humidity (%) 10 to 100

2.5 Maximum annual Rainfall (mm) 1450

2.6 Maximum Wind Pressure (kg/mm2) 150

2.7 Maximum altitude above mean sea level (Meters) 1000

2.8 Isoceraunic level (days/year) 50

2.9 Seismic level (Horizontal acceleration) 0.3 g.

2.10 Moderately hot and humid tropical climate, conducive to rust and fungus

growth.

3. STANDARDS:

Unless otherwise specified elsewhere in this specification, the rating as well as

performance and testing of the HT XLPE power cables shall conform to the latest

revisions available at the time of placement of order of all the relevant standards

4. GENERAL TECHNICAL REQUIREMENTS:

4.1 6.35/11 kV , 19/33 kV earthed, multi core power cables shall normally be

with stranded compacted H2/H4 grade aluminum conductor as per IS: 8130 -

1984, provided with conductor screening (of extruded semi-conducting cross

link material) and shall be insulated with XLPE of natural colour.

Identification of cores shall be by colour, as per provision of clause 13.1 of IS:

7098 (Part 2) - 1985. The insulation (XLPE) screening shall be provided

consisting of extruded semi-conducting cross link material in combination

with a metallic layer of copper tapes. Three such screened cores shall be laid

up together with fillers and/or binder tapes where necessary and provided

with extruded inner sheathing of heat resistant PVC conforming to type ST-2

of IS: 5831 - 1984.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 224

Maximum continuous operating temperature shall be 90 deg C under normal

operation and 250 deg C under short circuit condition.

Armouring shall be provided consisting of single galvanized round steel wires

(In case of Single core cable armouring shall be of Non-magnetic material)

conforming to IS: 3975 - 1988 (amended upto date) and over the armouring

a tough outer sheath of PVC compound shall be extruded. The PVC

compound for the outer sheath shall conform to type ST-2 of IS: 5831 - 1984

(amended upto date). The colour of the outer sheath shall be black. The

cable shall be manufactured strictly conforming to IS:7098 (Part 2) - 1985

amended upto date and shall bear ISI mark.

4.2 SEQUENTIAL MARKING OF LENGTH ON CABLE

Non erasable Sequential Marking of length shall be provided by embossing

on outer sheath of the cable for each meter length.

The quality of insulation should be good and insulation should not be

deteriorated when exposed to the climatic conditions.

4.2.1 DISCHARGE FREE CONSTRUCTION:

Inner conductor shielding, XLPE insulation and outer core shielding shall be

extruded in one operation by special process (viz. Triple Extrusion Process) to

ensure that the insulation is free from contamination and voids and perfect

bonding of inner and outer shielding with insulation is achieved. The bidders

are requested to elaborate the manufacturing technique adopted by their

manufacturers to achieve this motive.

The Company will order the verification of triple extrusion process at

manufacturer’s works as a pre qualification if it is technically accepting the

bid

During verification if it is found that the firm is not manufacturing the cable

with triple extrusion process the offer shall be rejected.

4.3 CONTINUOUS A.C. CURRENT CAPACITY:

Continuous a.c. current capacity shall be as per Table given below.

Conductor sizes in sq.mm.

Continuous a.c. current capacity in Amps.at maximum conductor temp. of 90 deg .c.

11 kV 33 kV

When laid direct in

the ground

When laid in air

When laid direct in

the ground

When laid in air

70 sq.mm 160 190 160 190

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 225

Conductor sizes in sq.mm.

Continuous a.c. current capacity in Amps.at maximum conductor temp. of 90 deg .c.

11 kV 33 kV

When laid direct in

the ground

When laid in air

When laid direct in

the ground

When laid in air

95 sq mm 190 230 190 230

120 sq mm 220 260 215 265

150 sq mm 245 295 240 300

185 sq mm 275 335 270 340

240 sq mm 315 395 310 400

300 sq mm 355 450 350 455

400 sq mm 400 520 395 530

4.4 SHORT CIRCUIT CURRENT

Short circuit current of 11 & 33 kV XLPE cable shall be as per Table given

below.

Duration of Short Circuit in sec

Area of Al. Conductor

Short circuit current in kA

T A I=0.094 x A/sq.rt (t)

1 70 sq.mm 6.58

1 95 sq.mm 8.93

1 120 sq.mm 11.28

1 150 sq.mm 14.1

1 185 sq.mm. 17.39

1 240 sq.mm. 22.56

1 300 sq.mm. 28.2

1 400 sq.mm. 37.6

1 500 sq.mm 47

1 630 sq.mm 59.2

5. TESTS AND TESTING FACILITIES:

5.1 TYPE TESTS:

All the type tests in accordance with IS: 7098 (Part 2) - 1985, amended upto

date, shall be performed on cable samples drawn by purchaser..

Type tests are required to be carried out from the first lot of supply on a sample

of any one size of cable ordered for each voltage grade. In case facilities of any

of the type tests are not available at the works of the supplier, then such type

test shall be carried out by the supplier at the independent laboratory at the

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 226

cost of supplier. Sample for the type test will be drawn by the purchaser's

representative and the type test will be witnessed by him.

Supplier, however, can claim exemption from carrying out type test as above,

provided such type test were already conducted for M.P.S.E.B.) in the past

within five years and the test certificates thereof submitted to our C.E.(Dist) .

Chief Engineer (Dist) may at his option grant waival from carrying out type tests

if the test certificates are acceptable .In case of other Government recognized

laboratories / Test House valid approved Government certificate shall be

enclosed alongwith test.

5.2 ROUTINE TESTS:

All the Routine tests as per IS:7098 (Part 2) - 1985 amended upto date shall be

carried out on each and every delivery length of cable. The result should be

given in test report. Partial discharge test must be carried out in a fully screened

test cell. It is, therefore, absolutely essential that the manufacturer should have

the appropriate type of facility to conduct this test which is routine test.

The details of facility available in the manufacturer's works in this connection

should be given in the bid.

5.3 ACCEPTANCE TESTS:

All Acceptance tests as per IS:7098 (Part 2) - 1985 as modified upto date

including the optional test as per clause no 18.4 and Flammability Test shall be

carried out on sample taken from the delivery lot.

5.4 SHORT CIRCUIT TEST:

The contractor shall also undertake to arrange for the short circuit test as a type

test on any one size of each voltage grade i.e on one size of 11 kV, one size of 22

kV and one size of 33 kV earthed grade shielded XLPE cables ordered at a

recognized testing center such as Central Power Research Institute at Bangalore/

Bhopal at the cost of supplier. If facilities for carrying out short circuit tests are

available at the works of the supplier, and provided the certification procedure

is approved by the Purchaser, testing at the supplier's works will be acceptable.

Short Circuit test shall be witnessed by the purchaser's representative.

5.4.1 The short circuit test shall be preceded and followed by the following

tests so as to ensure that the characteristics of the cable remain within the

permissible limits even after it is subjected to the required short circuit rating.

a) Partial Discharge Test.

b) Conductor Resistance Test.

c) High Voltage Test.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 227

5.4.2 The manufactured cable will be acceptable only after such a sample test

is successfully carried out at CPRI or at suppliers works and approved by the

Purchaser.

5.4.3 The contractor can however claim exemption from carrying out Short

Circuit test provided the S.C.Test was carried out by the supplier on same

voltage grade for M.P.S.E.B.) in the past within five years and the test certificates

thereof submitted to our C. E. (Dist.).Chief Engineer ( Dist.) may at his option

grant waival from carrying out Short circuit test if the test certificates are

acceptable.

5.5 TESTING FACILITIES

The supplier / tenderer shall clearly state as to what testing facilities are

available in the works of manufacturer and whether the facilities are adequate

to carry out type, routine and acceptance tests mentioned in specified IS. The

facilities shall be provided by the bidder to purchaser’s representative for

witnessing the tests in the manufacturer’s works. If any test cannot be carried

out at manufacturer’s works reason should be clearly stated in the tender.

6 PACKING AND MARKING:

6.1 IDENTIFICATION MARKS ON CABLE:

The following particulars shall be properly legible embossed on the cable sheath

at the intervals of not exceeding one meter throughout the length of the cable.

The cables with poor and illegible embossing shall be liable for rejection.

a) Manufactures name and/or Trade name.

b) Voltage grade.

c) Year of manufacture.

d) M.PS.E.B.

e) Successive Length.

f) Size of cable

g) ISI mark

6.2 The cable shall be supplied in continuous standard length of 250 running meters

with plus minus 5% tolerance wound on non-returnable wooden drum of good

quality and non-standard lengths not less than 100 meters upto 5% of the

ordered quantity shall be accepted. Alternately cable can be supplied wound on

non-returnable steel drum without any extra cost to the purchaser. Packing and

marking shall be as per clause No. 21 of IS:7098 (Part 2) - 1985 amended up to

date.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 228

6.3 Supplier should provide statistical data regarding cables of all sizes viz.-

1) Weight of one meter of finished product of cable of various sizes and ratings.

2) Weight of one meter of bare conductor used for cables of various sizes and

ratings.

7 QUALITY ASSURANCE PLAN:

A detailed list of bought out items which got into the manufacture of cables should

be furnished indicating the name of the firms from whom these items are procured..

The bidder shall enclose the quality assurance plan invariably along with offer

followed by him in respect of the bought out items, items manufactured by him &

raw materials in process as well as final inspection, packing & marking. The

Company may at its option order the verification of these plans at manufacturer's

works as a pre qualification for technically accepting the bid. During verification if it

is found that the firm is not meeting with the quality assurance plan submitted by

the firm, the offer shall be liable for rejection.

LIST OF STANDARDS

(All amended upto date)

SR.NO. STANDARD NO. TITLE

1. IS: 8130 – 1984 Conductors for insulated electric cables and flexible cords.

2. IS :7098 (Part 2) –

1985

XLPE PVC sheathed cable for working voltages from 3.3 KV

upto and including 33 kV.

3. IS: 5831 – 1984 PVC insulation and sheath of electric cables.

4. IS: 3975 – 1988 Mild steel wires, Formed wires and Tapes for armouring of

cables.

5. IS :10462 ( Part I)

–1983

Fictitious calculation method for determination of

dimensions of protective coverings of cables.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 229

10. TECHNICAL SPECIFICATIONS FOR 1.1 KV PVC INSULATED POWER CABLES

1. SCOPE

Specifications cover the design, manufacture, testing at works, inspection and

delivery at site of 1.1 kV PVC Insulated cable. The material to be offered under the

specification shall be of proven design by way of commercial operation for more

than 5 years.

2. STANDARDS

IS 3975 Mild Steel wires, formed wires and tapes for armoring of cables.

IS 8130 Conductor for insulated electric cables and flexible cords.

IS 5831 PVC insulation and sheath of Electric Cables

IS 1255 Code of Practice for Insulation and maintenance of Power Cable up

to & including 33 kV rating

3. CONDUCTOR

All conductor shall be standard

All conductors shall be of high electrical conductivity Aluminum conforming to

requirement of IS 8130 – 1984 with latest amendments.

Before stranding, the conductor shall be circular in cross section, uniform in

quality, solid, smooth and free from scale, sharp edges and other defects.

4. INSULATION

The conductor shall be provided with Polyvinyl Chloride insulation applied by

extrusion process. PVC insulation shall be strictly as per IS-5831 and its latest

amendments.

The insulation shall be both heat and moisture resistant and shall be suitable for

continuous operation at conductor temperature of 90 degree C, rising momentarily

to 250 degree C under short circuit conditions.

It shall fit tightly to the conductor and shall be applied concentrically above the

conductor in thickness, consistent with the voltage classification. No tolerance on

the negative side shall be acceptable.

The insulation shall be so applied that it shall be possible to remove it without

damaging the conductor.

The insulating material shall have excellent electrical properties with regard to

resistivity, dielectric constant and loss factor and also shall have high tensile

strength and resistance to abrasion. This shall not deteriorate at elevated

temperatures or when immersed in water. The insulation shall be preferably fire

resistant and also resistant to chemicals like acids, alkalis, oils and ozone etc.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 230

5. FILLERS

Fillers or bedding used in multi-conductor cables shall be non-wicking and non-

moisture-absorbing. Further, the compounds used with fillers shall be such as to

have no deleterious effect on other components of the cable and to be stable at

cable temperatures.

Fillers shall be so chosen as to be compatible with the temperature ratings of the

cables and shall have no deleterious effect on any other component of the cable.

6. INNER SHEATH

The laid up cores shall be provided with an inner sheath applied by extrusion

process. It shall be ensured that it is as circular as possible.

The inner sheath material shall be of polyvinyl chloride (PVC) compound

conforming to the requirements of type ST 2 compound of IS: 5831 with latest

amendments.

The inner sheath shall be so applied that if fits closely on the laid up cores and it

should be possible to remove it without damage to the insulation. No tolerance on

the negative side shall be acceptable.

7. ARMOURING

The armoring shall be of galvanized steel wires for multi core cables. The

galvanized steel wires shall comply with the requirements of IS: 3975 with latest

amendments. No tolerance on the negative side shall be acceptable.

8. OUTER SHEATH

The outer sheath material shall be of polyvinyl chloride (PVC) compound

conforming to the requirements of type ST2 compound of IS: 5831 with latest

amendments shall be provided over the armoring to offer a high degree of

mechanical protection against abrasion.

The outer sheath shall be applied by extrusion process. No tolerance on the

negative side shall be acceptable.

9. CORE IDENTIFICATION

Individual core of multi-core cables shall be color coded and/or numbered for

proper identification in accordance with relevant IS / manufacturer’s standard,

subject to specific approval of purchaser.

10. REELS /DRUMS

Cables shall be supplied in the drums made from eco-friendly material in the

specified length. The Drums shall be strong, weatherproof and non-returnable. The

ends of the cable shall be sealed by means of non-hygroscopic sealing material.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 231

11. GENERAL

All cables shall be suitable for installation in air, conduits, ducts, and open concrete

trenches or for direct burial in either wet or dry locations for normal operating

conditions.

All cables shall be flexible and easy to bend, pull, handle and install.

12. TESTS & INSPECTION

Cables shall be subjected to routine & acceptance tests in accordance with the IS

7098 (Part – I, in addition to physical, ageing and electrical tests at the

Manufacturer’s plant in accordance with applicable standards and will be approved

by 3rd party agency.

12.1 Type Test

The successful bidder shall submit the following type test reports conducted on

similar equipments for approval of owner.

a) Annealing test (for copper)

b) Tensile Test (for aluminum)

c) Conductor resistance test

d) Test for Armour wires

e) Test for thickness of insulation check

f) Physical test for insulation

g) Physical test for PVC sheath

i. Fire resistance.

ii. Cold-impact

iii. Bleeding and blooming

h) Partial discharge test

i) Bending Test

j) Dielectric power factor tests

k) Heating cycle test

l) Impulse withstand test

m) High voltage test (water immersion test)

All the following routine / acceptance tests specified in relevant standards shall be

witnessed by the owner / consultant.

12.2 Acceptance Test

a) Conductor resistance test

b) Test for thickness of insulation and sheath

c) Partial discharge test (for screened cables only)

d) High voltage test (water immersion test)

e) Annealing test (for copper)

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 232

f) Tensile test (for aluminum)

g) Wrapping test (for aluminum)

h) Insulation resistance test

12.3 Routine tests

a) Conductor resistance Test

b) Partial discharge test (for screened cable only)

c) High voltage test.

12.4 Test Certificates

Five (5) copies of routine / acceptance test certificates shall be produced with the

endorsement of the inspecting authority to the purchaser before effecting

dispatch.

11. TECHNICAL SPECIFICATION OF 11KV & 33KV OIL IMMERSED CT:PT (METERING) UNITS

1. This specification cover the design, manufacture testing, inspection of out door pole

mounting type 11KV and 33KV oil immersed combined CT:PT (Metering) units.

2. The metering units shall have 3 nos. CT’s to suit the requirement of 3 phase 4 wire

metering.

3. 11KV and 33KV metering units shall comprise of 3 nos. CT’s conforming to IS-

2705:1992 and 1 No. Three phase PT’s conforming to IS-3156:1992 with latest

amendments and upgraded.

4. The important guaranteed particulars of CT’s and PT’s of the combined CT:PT

(Metering) units and to be offered by the tenderer.

5. The ME shall be supplied complete with first filling of EHV grade transformer oil. Only

best quality of new EHV Grade transformer oil should be used with minimum BDV of

70 KV. The BDV of oil shall be recorded in the test certificate. The oil shall comply in all

respect with the provision of latest version of IS-335 or IEC publication No.296 (as

amended up to date) and type test certificates of oil shall be produced at the time of

inspection.

6. No fuses either on HT or LT side of PT shall be provided.

7. The metering equipments shall be contained in a weather proof out door pole

mounting type M.S. tank with 6 Nos. of 11KV/33KV weather proof bushings with Brass

stud as per rating of CT:PT (Metering) units. 3 Nos. bushing on incoming and 3 nos.

bushing on outgoing terminals for all three phase R, Y & B with M and L marking

embossed/engraved on the top cover of MS tank to identity incoming and outgoing

terminals of the metering unit respectively.

8. The tank should be given three coats of rust preventing paint and finished with light

grey No. 631-IS-5 on all external surfaces. The internal surface of the tank shall be

painted with two coats of a suitable oil-insoluble paint.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 233

9. A suitable air release valve at the top of the tank cover shall be provided. After

processing and hermetically scaling of ME, the air release value should be permanently

sealed before dispatch of metering equipment.

10. (a) The PT’s shall be 3 phase star connected with HV neutral floating. The primary

winding has to be designed for unearthed neutral i.e. for the highest system voltage

i.e. 36 KV for 33 KV and 12 KV for 11 KV P.T. winding should have uniform insulation

through the binding from terminal to neutral end, not graded insulation. This should

clearly be confirmed in the offer.

(b) The 11KV metering unit should be suitably designed for single phasing operation.

11. The CT secondary winding will be epoxy cast and the leads brought out through an

epoxy cast terminals.

12. The connection between the CT and PT inside the tank will have adequately reinforced

insulation to avoid infringement of clearance in air, or to the tank side insides the

units. Adequate electrostatic & electromagnetic shielding should be provided to

eliminate the effects of electromagnetic insulation/electrostatic charge on the CT:PT

secondary windings.

13. The ME shall be fitted on HV side with outdoor type porcelain bushings of appropriate

voltage & current. These bushings shall conform to IS: 2099. Further sealing

arrangement be such that oil should not leak out from the bushing/ ME tank. For

gasketted joints, whenever used nitric butyl rubber gaskets, neoprene or any other

improved material shall be used. The gasket shall be fitted in properly machined

groove with adequate space for accommodating the gasket under compression. The

tenderer have to submit complete details and justify that the quality of Gaskets which

will be used between the joints and also for mounting of oil level indicator will be of

best quality to avoid leakage of oil. The quality of gasket should be selected keeping in

mind that the ambient temperature 50 degree centigrade.

14. The end turns insulation of PT HV winding towards bushing side should be reinforced.

15. The dimensions and electrical characteristics of the bushing shall be in accordance

with relevant ISS and its subsequent amendments if any.

16. The minimum electrical clearance between phases and phase to earth as specified in

ISS/IE rules shall be maintained.

17. The conductor in the secondary winding of the CT shall not be less than 14 SWG. It

should not less than 3.24 Sqmm.

18. Normal current density shall not be more than 1.5 Amps/ Sqmm in primary winding of

the CT.

19. The primary winding shall be of adequate cross section to carry continuously the rated

current plus 20% over load continuously.

20. The insulating materials for winding between HV & LV between interlayer of the

winding and for end turn shall be as per relevant ISS. However, end turns have to be

provided with reinforced insulation and lead connecting the bushing shall be provided

extra insulation of fiber glass sleeve.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 234

21. The metering equipment shall have a built is secondary terminal box. Entry of the

cable in to the box on the unit shall be through one no. gland and check nuts, Metallic

cable gland to suit 12 core 2.5 Sqmm armoured cu-cable shall be supplied with

Metering Equipment.

22. Top cover of metering unit should be provided with sealing arrangement at all four

corners.

23. Secondary terminals box cover should have 8 no. nuts & bolts with hole for sealing

arrangement. For these, 8 nos. holes should be provided on the cover & flange of

secondary terminals box at the corner & middle of each faces for fixing nut bolts. In

addition to above 4 number holes (2 nos. on upper side & 2 nos. on lower side) may

also be provided in the flange & top cover.

24. (a) The location of the secondary terminal box would be on the top of the metering

unit.

25. The top of the tank will have slope to drain the rain water and avoid collecting pockets.

26. The metering unit shall be provided with non-detachable anodised aluminum plate

showing position on the terminals, their marking, connecting diagram furnishing the

information as specified in IS:2705 and IS:3156 i.e. type, voltage ratio, CT ratio, rated

burden, class of accuracy. Sr. no. order no. & date, month and year of dispatch etc. of

metering unit.

Further MS plate size 125x125 mm be got welded on width side of metering unit. On

this plate name of firm, order no. and date Sr. no. of the unit and month and year of

dispatch should be engraved/embossed.

27. The ME shall be hermetically sealed. The ME shall be provided with conservator of

adequate Capacity to facilitate expansion and contraction of oil due to change in

temperature. The conservator shall be provided with oil level gauge, non-return type

oil filling valve with metal cap, pressure release device but without silica gel breather.

The oil level in the conservator before sealing of ME shall be made up to the required

level in the conservator while the ME filled with oil is maintained at a temperature of

45 degree centigrade. The volume above the oil level in the conservator tank shall be

filled with nitrogen confirming to commercial grade of IS 1747:72. Nitrogen shall be

filled from the cylinder.

Further an explosion diaphragm shall be provided opposite side of ME secondary

terminals box which should operate at a pressure 0.4Kg/Sqcm before the pressure

inside the tank reaches the tank pressure. Thus, pressure of nitrogen gas, pressure

relieving device & an explosion diaphragm shall be properly Coordinated and shall be

described in the bid.

The oil in the ME shall be filled under vacuum & after processing and thereafter sealed

with nitrogen gas to eliminate breathing and to prevent air and moisture from

entering the tank. Oil drain valve or sampling cock, if provided to facilitate factory

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 235

processing and non-return type oil filling valve should be permanently sealed before

dispatching the ME. The method adopted for hermetic sealing shall be described in the

bid.

28. The gaskets used should be best quality having a thickness of 3 mm of more. The

information about the gaskets material used on the metering unit should be

mentioned in the offer.

29. The tank shall be of robust contraction having thickness of sheet enclosure minimum 5

mm. The welded joints of the metering unit shall be strengthened by providing

25x25x3mm angle all along the length and welded properly inside the tank. All joints

of the tank and fitting shall be oil tight and no building shall occure during service.

30. The tank shall be reinforced by welded angle of size 25x25x3mm on all the outside wall

on the edge of tank to form two equal compartment. One face of reinforcement angle

should be continuous welded with the tank surface such that other side of the angle

forms inverted “L”.

31. The mounting of the bushing on the metering equipment should be in oblique plane

particularly in case of single ratio metering unit.

32. The metering unit shall be provided with a non-discharge aluminum plate showing

position of the terminals and their marking furnishing the information’s as specified in

IS: 2705:3156.

33. All the welded joints in the metering equipment tank should be leak proof and

pressure-tested as per relevant IS.

34. On secondary side of PT four terminals shall be marked as R.Y.B. and N.

35. The metering unit shall have the following: -

i. Revetted Rating and Diagram plate.

ii. 2 Nos. welded lifting lugs of MS plate 4 mm thick.

iii. 2 Nos. base mounting channels size 75x40 mm across length of metering unit.

iv. 2 Nos. Earthing terminals with lugs.

v. Provision of 6 Nos. Bi-metallic clamps suitable for ACSR Dog-Conductor. The

terminal connector shall conform to the latest version of IS: 5561 of equivalent

International standard. The details of current take off as required by us should be

detailed out in drawing and should be submitted alongwith the bid. In respect of

terminal connector following should be ensured.

a. The terminal connector should be made of A6 Aluminum alloy and by

gravity diacaustic only. Sand casted terminal connectors are not acceptable.

b. All castings shall be free from blow holes, surface blisters, cracks and

cavities. All sharp edges should be rounded off.

c. No Cary of clamps shall be less than 12mm thick.

d. The bimetallic strips/sleeve shall be 2mm thick.

e. All Nut/Bolts/washers shall be of stainless steel only.

f. The conductor should be tightened by min. 4 bolts Conductor hold must

not be less than 50mm.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 236

36. Type tests & Routine Tests: -

(i) The tendered design of metering unit are type tested for short time current rating

test, temperature rise test, lighting impulse test, accuracy test, high voltage power

frequency voltage withstand test, as per ISS-2705/1992 and IS-3156/1992 with latest

amendments from any NABL accredited laboratory. The test certificates should not

be more than five years old.

(ii) Before dispatch each of completely assembled metering unit shall be subjected at the

manufacturers work to the following routine tests in accordance with the details

specified in IS: 2705 and IS: 3156:-

a. Verification of terminals marking and polarity test of CT and PT of metering unit.

b. Power frequency dry withstand test on primary winding of CT and PT of metering

unit.

c. Power frequency dry withstand test on secondary winding of CT and PT of

metering unit.

d. Over voltage inter turn test on CT of metering unit.

e. Determination of errors of other characteristics according to requirements and

class of accuracy of CT and PT of ME.

f. Induced voltage test on PT of metering unit.

g. Break down voltage test of transformer oil.

h. Pressure test on tank of metering unit at 0.8 Kg/Sq. cm.

i. Ratio & phase angle error test of CT’s of metering unit for zero burden i.e. by

shorting the secondary terminals directly and on PT keeping the secondary

terminals open.

SCHEDULE - II – B

GUARANTEED TECHNICAL PARTICULARS FOR OUTDOOR OIL IMMERSED 11 KV & 33

KV CT:PT (METERING) UNITS.

(TO BE KEPT IN THE ENVELOPE PART II "COMMERCIAL TECHNICAL BID")

S.N

o. PERTICULARS

REQUIREMENT OFFERED

11KV 33KV 11KV 33KV

1 Nominal System Voltage. 11KV 33KV

2 Highest System Voltage. 12KV 36KV

3 Frequency. 50HZ 50HZ

4 Specification of CT & PT of

Metering unit.

(a) Current Transformer

I Type To be Indicated

Ii

CT ratio 200/5 A 150/5 A

100/5 A 100/5 A

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 237

Iii Accuracy Class 0.5 0.5

Iv Rated output. 15VA 15VA

V

Insulation level 28 KVrsm 70KV

rms

75KV pk 170KV pk

Vi a) Short time thermal current

rating for One second.

18.4 KA 25 KA

b) Short time thermal current

rating for two seconds. (for dual

ratio metering unit.)

18.4 KA 25 KA

c) Rated dynamic current As per

IS: 2705

To be indecated

Vii Saturation factor To be indecated

(B) Potential Transformer

I Type To be indecated

Ii P.T. Ratio 11KV/ √3 33KV/ √3

110V/ √3 110V/ √3

Iii Rated output VA/ Phase 50 50

Iv Class of accuracy 0.5 0.5

V

Insulation level 28 KVrsm 70

KVrms

75KV pk 170 KVpk

Vi Winding connection Star/Star Star/Star

Vii

Rated Voltage factor & duration 1.2 times

continuously & 1.5

times for 30 seconds.

5 Dimention of MS tank :

A Height mm To be Indicated

B Breadth mm To be Indicated

C Length mm To be Indicated

6 Weight of core and winding

A Current Transformer

I Core To be Indicated 8kg

Ii Primary Winding To be Indicated 10kg

Iii Secondary winding To be Indicated 1kg

B Potential Transformer

I Core To be Indicated 23kg

Ii Primary Winding To be Indicated 3kg

Iii Secondary winding To be Indicated 1kg

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 238

7 Weight of oil To be Indicated 30kg

8 Total weight of complete metering

unit including ass accessories. To be Indicated 130kg

9 Resistance of primary/secondary

winding at 75o C per phase. To be Indicated

A CT Winding Primary To be Indicated 0.05 Ω

CT Winding Secondary To be Indicated 0.5 Ω

B PT Winding Primary To be Indicated 2.5 kΩ

PT Winding Secondary To be Indicated 0.7 Ω

10

Maximum winding temp.

(Ambient air temperature shall be

taken as 45o C

50o C 50o C 50o C

11

a) Minimum phase to phase

distance

255 mm 430 mm 255

mm

Min.

b) Shortest distance between

metal part & earth

190 mm 380 mm 190mm

Min.

12

a) Make & type of HT bushing To be Indicated Taijal

b) Creepage distance of HV

bushing

300 mm

(min)

900 mm

(min)

300

mm

13 Gauge of the MS tank Min.

5mm

Min.

5mm

5mm

14

Bi- metalic terminal connector

with a nut, plain washer spring

washer & check nut suitable for

DOG ACSR Conductor (Dia - 14

mm) (Approx.)

6Nos. to be

provided. yes

15 Type of core material To be Indicated CRGD

16 Size & capasity of conservator

tank To be Indicated

sufficie

nt size

17 Make & size of silica gel breather Not required N.A.

18 Type and thickness of gasket used

on:

A Top cover and tank To be Indicated 5 mm

B Secondary terminal box To be Indicated 3 mm

C HV and LV bushing To be Indicated 5 mm

19 Type of thickness of explosion

vent diaphagram To be Indicated

sufficie

nt size

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 239

20. (A) 1 : KV CT (To be indicated by the tenderer)

S.

N

o.

Particulars Requir

ement ---- ----

200

/5A

150

/5A

100

/5A ---- ---- ---- ----

A Cross

section area

of each turn

of CT

winding (in

sqmm.)

i) Primary

winding

73sqm

m

ii) Secondary

winding

3.24sq

mm

B Nos. of

turns

i) Primary

winding 24

ii) Secondary

winding 36

C Winding

Material

i) Primary

winding Copper

ii) Secondary

winding Copper

(B) 33KV CT (To be indicated by the tenderer)

S.

N

o.

Particulars ---- ---- 200

/5A

150

/5A

100

/5A ---- ---- ---- ----

A Cross

section area

of each turn

of CT

winding (in

sqmm.)

i) Primary

winding

ii) Secondary

winding

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 240

B Nos. of

turns

i) Primary

winding

ii) Secondary

winding

C Winding

Material

i) Primary

winding

ii) Secondary

winding

(C) 11KV PT & 33KV PT (To be indicated by the tenderer)

S.

N

o.

Particulars 11KV CT:PT Units 33KV CT:PT Units

A

Cross section area of each

turn of PT winding (in

sqmm.)

i) Primary winding 0.029 sqmm

ii) Secondary winding 1.1 sqmm

B Nos. of turns

i) Primary winding 10440

ii) Secondary winding 105

C Winding Material

i) Primary winding Copper

ii) Secondary winding Copper

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 241

21. Method of Identification of

i. Primary terminals To be Indicated AM –BM-CM

AL –BL-CL

ii. Secondary terminals To be Indicated

a. CT’s To be Indicated as1 –bs1 –cs1

as2 –bs2 –cs2

b. PT’s To be Indicated a –b –c 4n.

22. Size and material of

i. Primary Studs To be Indicated 20mm Brass

ii. Secondary Studs To be Indicated 6mm Brass

23. Method of jumpering /connection of:

i. Primary winding of CT/PT with To be Indicated

primary terminals

ii. Secondary winding if CT/PT with To be Indicated

Secondary terminals

PLACE: INDORE

SIGNATURE OF

TENDERER

DATE:

NAME IN FULL

STATUS

COMPANY SEAL

TEST CERTIFICATE FOR 11KV CT:PT UNIT

COSTOMER NAME

ORDER REF.

S.NO

. TYPE

FRE

Q I.L.

SYSTEM

VOLTAGE/H.S.VOLTAGE

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 242

CURRENT TRANSFORMER

NOMINAL RATIO NOMINAL RATIO 11KV/110V

CLASS 0.5 CLASS 0.5

BURDEN 15 VA BURDEN 50 VA

PRY, TH CURRENT 120 %OF Ip OVF/TIME 1.2 CON/1.5 FOR 30 SEC

STC RATING 13.5 KA FOR 1 SEC CONNECTION STAR/STAR

NO OF CT PER UNIT 3 ..

NO OF PT PER

UNIT 1 NO THREE PHASE PT

REF. STANDARD IS : 2705 (1992) REF. STANDARD IS : 3156 (1992)

CURRENT TRANSFORMERS ON THIS UNIT

WITHSTOOD FOLLOWING TEST SATISFACTORILY.

POTENTIAL TRANSFORMERS ON THIS UNIT

WITHSTOOD FOLLOWING TEST

SATISFACTORILY.

1. VERIFICATION OF TERMINAL MANKING &

POLARITY.

1. VERIFICATION OF TERMINAL MANKING &

POLARITY.

2. HV P.F. TEST ON PRIMARY WINDING AT 28 KV

FOR ONE MINUTE. WITH STOOD

2. HV P.F. TEST INDUCED VOLTAGE TEST) ON

PRY WDG. AT 28KV FOR ONE MINUTE.

WITHSTOOD

3. HV P.F. TEST ON SECONDARY WINDING AT 3 KV

FOR ONE MINUTE. WITH STOOD

3. HV P.F. TEST ON SECONDARY WINDING AT 3

KV FOR ONE MINUTE. WITH STOOD

4. OVER VOLTAGE INTER TURN TEST AT EXTENDED

RANG SECONDARY CURRENT 6 AMPS FOR ONE

MINUTE. WITH STOOD

4. HV P.F. TESTON PRIMARY WDG. A 129 KV

FOR ONE MINUTE.(SEPARATE SOURCE TEST)

WITHSTOOD

5. ACCURACY TEST. (RESULT ARE GIVEN BELOW) 5. ACCURACY TEST. (RESULT ARE GIVEN

BELOW)

SL.NO.OF UNIT THE RETIO AND PHASE ERROR FOR CURRENT

TRANSFORMER

% O

F P

RY

CU

RR

ENT

CLASS 0.5 BURDEN 15 VA TEST PF 0.8 LAG AT 100% VA/UPF AT 25%

CT OF PHASE A CT OF PHASE B CT OF PHASE C

25% BURDEN 100%

BURDEN 25% BURDEN

100%

BURDEN 25% BURDEN

100%

BURDEN

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

12

0 2

20 6

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 243

SL.N

O.O

F U

NIT

THE RETIO AND PHASE ERROR FOR POTENTIAL TRANSFORMER

% O

F P

RY

CU

RR

ENT

CLASS 0.5 BURDEN 50 VA TEST PF 0.8 LAG.

PHASE AS PHASE AC PHASE BC

25% BURDEN 100%

BURDEN 25% BURDEN

100%

BURDEN 25% BURDEN

100%

BURDEN

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

R.Err

or %

Ph.Err

or

(Min.)

10

0 12

TESTED BY : WITNESSED BY :

12. TECHNICAL SPECIFICATIONS OF EARTHING

(AS PER IS 3043-1987)

Earthing shall generally be carried out in accordance with the requirements of Indian

Electricity Rules 1956 amended from time to time and relevant regulations under Electricity

Supply Authority concerned.

In case of high and extra high voltages, the neutral points shall be earthed by not less than

two separate distinct connections with earth, each having its own electrodes sub-station and

will be earthed at any other point provided no interference is caused by such earthing. If

necessary, the neutral may be earthed through suitable impedance.

As far as possible, all earth connections should be visible for inspection. Each earthing system

shall be so designed, that, the testing of individual earth electrodes is possible. It is

recommended that the value of any earth system resistance shall be such as to conform to

the degree of shock protection desired.

It is recommended, that a drawing showing the main earth connections and earth electrodes

be prepared for each installation and submitted to STM Division of MPPKVVCL in all three

circles.

No addition to the current carrying system, either temporary or permanent, shall be made

which will increase the maximum available fault current on its duration until it has been

ascertained that the existing arrangement of earth electrodes, earth bus-bar etc., are capable

of carrying the new value of earth fault current which may be obtained by this addition.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 244

All materials, fittings etc., used in earthing shall conform to Indian Standard Specifications,

wherever they exist.

GENERAL REQUIREMENTS AND PROCEDURES FOR EARTHING AT SUB-STATIONS.

The ground resistance for sub-stations should not exceed a value 2(two) ohms. The

joints/connections in the earthling, system shall be welded only, except the connections,

which require opening for testing/maintenance. Such connections should be bolted tightly,

using spring and ring washers for proper contact pressure. The G.S. flats to be provided for

the horizontally laid earth grid should have overlap welded joints, with length of welding at

least twice the width of the flat, e.g., 100 MM for 50x6 MM G.S. flats. There should not be any

dirt, grease, oil, enamel, paint or any such non-conductive coatings on the surfaces being

joined/ connected. Only the finished joints/connections above ground may be provided with

red-oxide or any other protective coating. Underground earth electrodes and earth grid

elements, when laid, should have a clean metallic surface, free from paint, enamel, grease or

any such non-conductive coatings.

As far as possible, all earth connections should be accessible for visual inspection. No cut-outs,

links or switches, other than linked switches arranged to operate simultaneously on the

earthed or earthed neutral conductor and the live wire shall be inserted in the supply system.

Earth electrodes or mate should not be installed in close proximity to metal fence to avoid

possibility of fence becoming live. Separate earth electrodes, isolated from the earth grid, are

to be provided for grounding the fence wires.

Pipes or rods used as electrodes should be in one piece, as far as possible, with a minimum

allowable length of 4.5 mtrs. Except where rock or hard stratum is encountered, the pipe/rod

electrodes should be driven into the ground to a minimum depth of 4.5 mtrs. The strip

electrodes, forming the horizontal gild, should be buried underground to a minimum depth of

0.5 mtrs. The path of earth wire should be out of normal reach of any person, as far as

possible.

For high resistivity soils, above 100 Ohm-Mtrs., attempts should be made to bring the soil

resistivity in the range of 50 to 60 Ohm-mtrs. By digging and treating the soil mass around the

earth grid/electrodes with a mixture of salt and charcoal.

In case of rocky top soil and sub-stratum, having very high resistivity, with no scope of

improvement by other means, the procedure given below should be followed:

1. At least two bores of diameter little less than 40 mm, with a minimum distance of 10

mtrs. between them, should be made in the ground at suitable locations inside the S/S

yard. The boring should be done until soil sub-stratum rich in moisture and low in

resistivity is encountered. G.I. pipes of 40 MM dia. should be descended in each bore,

such that, the soil mass around the pipes grips them tightly, Back – filling of bores, if

required, with wet soil/clay may be done to ensure this condition. The G.I. pipes in these

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 245

deep bores should be interconnected with the main earthing grid of the S/S through

50x6 mm G.S. flat, with all the joints/connections and terminations being either fully

welded, or clamped/bolted and welded simultaneously. The G.I. pipes in the bores

should also be interconnected with each other. In extreme cases, the bores may have to

be made at remote locations i.e. outside the S/S yard, with inter-connections, through

50x6 MM flats, as explained before.

2. The procedures to be observed stringently for making connections and joints between

various elements of the earthing system are as follows:

a. G.S. flat to Structure/flat - The G.S. flat should be welded to the metallic portion (leg)

of the structure after thoroughly cleaning the surfaces to be welded. The length of

the welding should be at least twice the width of the G.S. flat, e.g.-minimum 100 mm

for 50x6 mm G.S. flat. Exactly similar procedure is to be adopted for joints between

two G.S. flats.

b. G.I. wire to structure. The G.I. wire should be bolted to the structure after making an

eye formation and kept tight with the help of spring and ring washer. Then, the

entire arrangement should be welded.

c. G.I. wire to G.S. flat- The G.I. wire should be bolted and then welded to G.S. flat, as

explained above.

d. G.I. rod to G.S. flat- The G.I. rod should be securely clamped to the G.S. flat with the

help of bolts and washers and the entire arrangement should then be welded.

e. G.I. wire to G.I. pipe – GI wire should be bolted to the G.I. pipe and then welded,

keeping in view the relevant precautions, mentioned before.

f. G.I. flat to G.I pipe – The GI flat should be bolted tightly to the G.I. pipe and then the

connection should be welded.

Before making connections and joints, it should be ensured that, the elements to be joined

have a clean metallic contact surface without any non-conductive coating.

Earth Grid System

Grid system of interconnected conductors forming a closed loop mesh is to be installed using

50x6 mm GS flat for peripheral and branch conductors. Interconnections are made by welding

them. This earth grid will be laid at a depth of about 0.5 mtr. bonded to general mass of the

earth by 4.5 mtrs. long earth electrode of solid GI rod (or pipe) of dia 25mm. The G.I. pipe 40

mm. dia 4.5 mtrs. long in the earthing pits, driven vertically.

It is to this earth grid that the transformer neutral, apparatus, frame work and other non-

current carrying metal work associated like transformer tank, switchgear frame etc. are to be

connected. All these connections should be made in such a way that reliable and good

electrical connection is ensured. Aluminum/ other paint, enamel, grease and scale should be

removed from the point of contact before connections are made. No part of the ground

connection leads should be embedded in concrete.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 246

Arrangement of connection of earth connection shall be as follow:

1. Structures: Structures including frames, metal supports within the substation grid at

least two legs, preferably diagonally opposite (where more than two legs are provided)

on each metal structure shall be connected to earth grid with GI wire of 4mm dia or 6

mm dia.

2. Isolators/ switches: The operating handle shall be connected to earth grid independent

of the structure earthing or through the steel mounting structure, through 4 mm dia G.I.

wire.

3. Lightning Arrestor: The bases of lightning arrestors shall be directly connected to the

earth electrodes (nods) by 4 or 6 SWG G.I. wires as short and as straight as practicable,

to ensure minimum impedance. Separate earth leads should be used for L.A. in each

phase. In addition there shall be as direct connections as practicable from the earthed

side of the lightning arrestors to the frame of the apparatus being protected. Surge

counters, could also be inserted in the circuit where lightning incidences are high, but in

such cases, the lightning arrestor should be mounted on insulated base. Invariably, earth

connections for lightning arrestors should be separate, and in no case should they be

joined looped or meshed with other conductors. For lightning arrestors mounted near

transformers, earthing connections shall be done with the earthing pits and earthing

leads shall be laid clear of the tank and collars in order to avoid possible oil leakage

caused by arcing. The earth connection should not pass through iron pipes, as it would

increase the reactive impedance of the connection.

4. Power Transformer:

The tank of the transformer shall be directly connected to the main earth grid. In

addition there shall be a separate and as direct a connection as practicable from

the tank to the earth side of protecting LA using 4 or 6 SWG GI wire.

The earthing of the neutral shall be by two separate, distinct and direct

connections of 50x6 mm GS flat to earth pits, which form a part of the earth grid,

and shall be run clear of the tank and collars.

The transformer track rails shall be connected to earth

5. Out door VCB:

At least two legs, preferably diagonally opposite of the supporting structure frame work

of each circuit breaker unit shall be connected to the earth grid, through 50x6 mm G.S.

flats.

6. Fencing:

All metal fencing wire-mesh and fencing poles (if metallic) where provided shall be

separately earthed through earth rods isolated from the main earth grid.

Gates shall have each support post (if metallic) earthed by means of through earth rods

isolated from the main earth grid.

7. Current transformers / potential transformers:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 247

The bases of the current transformers should be directly connected to the earth grid

through 4 or 6 SWG G.I. wires. The base (neutral side) of the P.Ts. should be directly

connected to the earth grid through 4 or 6 SWG G.I. wires. Separate earth leads should be

used for P.Ts. in each phase. The termination of leads on the P.T. neutral should be

bolted/clamped and not welded, to facilitate opening of the earth connection for testing

purposes. In addition, all bolted cover plates to which bushings are attached, should be

connected to the earth grid, both in case of C.Ts. and P.Ts.

8. Cables and Supports:

9. Armoring of armored metal-sheathed cables within the station grid area shall be

connected to the earth grid.

10. Substation L.T. Supply Transformer: Same as above except that the neutral earthing

conductor used shall be 4 or 6 SWG G.I. wire.

11. Capacitor Banks: Same as before.

Note for drawing of earthing systems for 33/11 kV Substations:

1. The earth rods (19 nos.) shall be 3 mtrs. long 25 mm dia solid GI rods driven into the

ground (not to be painted, enameled, greases etc)

2. The earthing pits (3 nos.) shall consist of 4.5 mtrs. long 40 mm GI pipes buried vertically

inside the ground (not to be painted enameled grease etc.)

3. All joints in the earthing grid shall be welded only. The GS flats in the earth mat should be

joined by overlap welded joints, with welding length at least twice the width (i.e. 100 mm)

4. The fencing/ gates are to be kept isolated from the main earthing grid and metallic

portions of the fences gates (if having metallic support posts) are to be earthed

separately. Separate earth pipe as per scope of work to be provided for fence Earthing.

Earthing pipe should be made of 40 mm diameter ISI marked B class GI Pipe. 12 mm dia

suitable holes on its circumference shall be made as per approved drawing. The pipe should

be in one piece. No joints or welding would be allowed on its length. Clamps made of 50x6mm

GI flat duly drilled with 12 mm size holes should be welded at the top end for connection of

earth conductor. The Earthing pipe should not contain any joints in length.

Pipe used shall be 40mm NB diameter, ISI marked Galvanized Mild Steel Tubes continuously

welded Electric Resistance Welded ERW/High Frequency Induction welded (HFIW)/Hot

finished welded (HFW) type, conforming to IS-554-1985 with latest amendment of MEDIUM

quality (Class B).

MANUFACTURE: GI earth pipe (40 mm diameter & 4.5metre long) shall be made of tubes

which shall be made from tested quality steel manufactured by any approved process as

follows:

a) Electric Resistance Welded (ERW).

b) High Frequency Induction Welded (HFIW) and

c) Hot finished Welded (HFW).

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 248

Tubes made by manual welding are not acceptable.

DIMENSIONS: The dimensions and weights of tubes shall be in accordance with Table-I and

Table-II of IS: 1239 (Part-I)/1990 with latest amendments, subject to tolerance permitted

therein. Necessary 12 mm diameter holes across the circumference shall be provided as per

approved drawing. Drawings shall be approved by the owner before start of the

manufacturing work. The tube, earthing pipe shall be provided with 50x6mm GS clamps on

one end, one clamp is to be welded with the pipe and another is removable to enable

measurement of earth resistance of the pit. Other end of the earth pipe should be cut half in

slop to make it a sharp.

GALVANIZING: Tubes shall be galvanized in accordance with IS-4736-1986 with latest

amendment for not dip zinc coating of Mild Steel Tubes. The minimum mass of zinc coating on

the tubes shall be in accordance with clause 5.1 of IS-4736-1986 (specification for hot dip zinc)

and when determined on a 100mm long test piece in accordance with IS: 6745:1972 shall be

400 g/m2. The zinc coating shall be uniform adherent reasonably smooth and free from such

imperfections as flux, ash and dross inclusions, bare patches, black spots, pimples, lumpiness,

rust, stains, bulky white deposits and blisters.

HYDRAULIC TEST: (Before applying holes) Each tube shall withstand a test pressure of 5 M Pa

maintained for at least 3 seconds without showing defects of any kind. The pressure shall be

applied by approved means and maintained sufficiently long for proof and inspection. The

testing apparatus shall be fitted with an accurate pressure indicator.

TEST ON FINISHED TUBES AND SOCKETS: The following tests shall be conducted by the

manufacturer of finished tubes and sockets.

1. The tensile strength of length of strip cut from selected tubes when tested in accordance

with IS-1894-1972, (Method for tensile testing of steel tubes), shall be at least 320N/mm2.

2. The elongation percentage on a gauge length of 5.65/so (where so is the original cross-

sectional area of test specimen) shall not be less than 20%.

3. When tested in accordance with IS-2329-1985 (Method for Bend test on Metallic tubes)

the finished tube shall be capable of with standing the bend test without showing any sign

of fracture or failure. Welded tubes shall be bent with the weld at 90 degree to the plane

of bending. The tubes shall not be filled for this test.

4. Galvanized tubes shall be capable of being bent cold without cracking of the steel, through

90 degree round a former having a radius at the bottom of the groove equal to 8 times the

outside diameter of tube.

5. Flattening Test on Tubes above 50 mm Nominal Bore: Rings not less than 40 mm in length

cut from the ends of selected tubes shall be flattered between parallel plates with the

weld, if any, at 90 degree (point of maximum bending) in accordance with IS-2328-1983.

No opening should occur by fracture in the weld unless the distance between the plate is

less than 75 percent of the original outside diameter of the pipe and no cracks or breaks in

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 249

the metal elsewhere than in the weld shall occur, unless the distance between the plates

is less than 60% of the original outside diameter. The test rings may have the inner and

outer edges rounded.

6. GALVANISHING TEST:

Weight of zinc Coating: For tubes thickness upto 6 mm the minimum weight of zinc

coating, when determined on a 100 mm long test piece in accordance with IS-

4736-1986 shall be 400 grm/m2.

The weight of the coating expressed in gram/m2 shall be calculated by dividing the

total weight of the zinc (inside plus outside) by the total area (inside plus outside)

of the coated surface.

Test specimen for this test shall be cut approximately 100 mm in length from

opposite ends of the length of tubes selected for testing. Before cutting the test

specimen, 50 mm from both ends of the samples shall be discarded.

7. Free Bore Test: A rod 230mm long and of appropriate diameter shall be passed through

relevant nominal bore of the sample tubes to ensure a free bore.

8. Uniformity of Galvanized Coating: The galvanized coating when determined on a 100 mm

long test piece [see V (a) (iii)] in accordance with IS-2633-1986 (Method for testing

uniformity of coating on zinc coated articles) shall with stand 4 one minute dips.

WORKMANSHIP: The tubes shall be cleanly finished and reasonably free from injurious

defects. They shall be reasonably straight, free from cracks, surface flaws, laminations, and

other defects, both internally and externally. The screw tubes and sockets shall be clean and

well-cut. The ends shall be cut cleanly and square with the axis of tube.

MARKING

The medium class of tubes shall be distinguished by Blue colour bands which shall be applied

before the tubes leaves the manufacturers’ works. Tubes shall be marked with the standard

mark.

13. TECHNICAL SPECIFICATIONS OF 11 KV / 33 KV ISOLATORS

SCOPE

This specification provides for design, manufacture, testing at manufactures works, delivery of

outdoor station type 11KV and 33KV (Local) manual operating mechanism isolating without/

with earthing blades and complete in all respect with bi-metallic connectors. Operating

mechanism, fixing details etc. shall be as described herein.

PARTICULARS OF THE SYSTEM

The isolators to be provided under this specification are intended to be used on 3 phase A.C.

50 cycles, effectively grounded system. The nominal system voltages are 11 kV & 33 kV

respectively.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 250

STANDARD

The Isolator shall comply in all respects with IS: 9921 or IEC Publication No.: 129. Equipment

meeting any other authoritative standard which ensures an equal or better quality than the

standard mentioned above will also be accepted.

TYPE & RATING

Isolators shall have three posts per phase, triple pole single throw, gang operated out-door

type silver plated contacts with horizontal operating blade and isolators posts arranged

vertically. The isolators will be double break type. Rotating blade feature with pressure

relieving contacts is necessary i.e. the isolator shall be described in detail along-with the offer.

However, the design of turn & twist arrangement shall be subject to owner’s approval.

(Banging type feature is not acceptable). All isolators shall operate through 90 degree from

their fully closed position to fully open position, so that the break is distinct and clearly visible

from the ground level.

The equipment offered by the tenderer shall be designed for a normal current rating of 600 A

for 11 KV & 800 A for 33 KV suitable for continuous service at the system voltage specified

herein. The isolators are not required to operate under load but they must be called upon to

handle magnetization currents of the power transformers and capacitive currents of bushings,

bus-bars connections, very short lengths of cables and current of voltage transformers.

The rated insulation strength of the equipment shall not be lower than the levels specified in

IS 9921 JEC publication No. 129, which are reproduced below

Standard

declared

voltage

kv/rms

Rated

voltage of

the Isolator

Standard

withstand

positive kV

(peak)

Impulse

Voltage

polarity

One minute power

frequency withstand voltage

KV (RMS)

Across the

isolating

distance

To earth and

between

poles

Across the

isolating

distance

To earth and

between

poles

11 KV 12 85 75 45 35

33 KV 36 195 170 100 75

The 11 KV and 33 KV isolators are required with post insulators but with mounting structures.

The isolators should be suitable for mounting on the Boards standard structures. The isolators

shall be supplied with base channels along with fixing nuts, bolts and washers for mounting on

the structured.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 251

TEMPRATURE RISE

The maximum temperature attained by any part of the equipment when in service at site

under continues full load conditions and exposed to the direct rays of Sun shall not exceed 45

degree centigrade above ambient temperature.

ISOLATOR INSULATION

Isolation to ground, insulation between open contacts and the insulation between phases of

the completely assembled isolating switches shall be capable of withstanding the dielectric

test voltage specified above.

MAIN CONTACTS

All isolators shall have heavy duty self-aligning and high pressure line type fixed contacts of

modern design and made of hard drawn electrolytic copper. The fixed contact should be of

reverse loop type. The various parts shall be accordingly finished to ensure inter-

changeability of similar components.

The fingers of fixed contacts shall be preferably in two pieces and each shall form the reverse

loops to hold fixed contacts. The fixed contacts would be placed in ‘c’ clamp. The thickness of

‘C’ clamp shall be adequate. This channel shall be placed on a channel of adequate thickness.

This channel shall be welded on an insulator mounting plate of 8mm thickness. The spring of

fixed contact shall have housing to hold in place. This spring shall be made of stainless steel

with adequate thickness. The pad for connection of terminal connector shall be of aluminum

with thickness not less than 12 mm.

The switch blades forming the moving contacts shall be made from tubular section of hard

drawn electrolytic copper having outer dia not less than 38 mm and thickness 3 mm. These

contacts shall be liberally dimensioned so as to withstand safely the highest short circuit and

over voltage that may be encountered during service. The surfaces of the contacts shall be

rendered smooth and silver plated. The thickness of silver plating shall not be less than 15

microns for 11 KV and 25 microns for 33 KV. In nut shell, the male and female contact

assemblies shall be of robust construction and design of these assemblies shall ensure the

same.

Electro-dynamic withstands ability during short circuit without any risk of repulsion of

contacts.

The current density in the copper parts shall not be less than 2 Amp/sq.mm and aluminium

parts shall be less than 1 Amp/sq.mm.

Thermal withstand ability during short circuit.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 252

Constant contact pressure even when the live parts of the insulator stacks are subjected to

tensile stresses due to linear expansion of connected bus bar of flexible conductors either

because of temperature verification or strong winds.

Wiping action during closing and opening.

Self-alignment assuring closing of the switch without minute adjustment.

The earthing switch should be provided with three sets of suitable type of fixed contacts

below the fixed contacts assemblies of the main switch on the incoming supply side and the

sets of moving contacts having ganged operation. These contacts shall be fabricated out of

electrolytic copper for 33 KV isolators with earth switch and designed to withstand current on

the line.

Arcing contacts / Horn: Arcing contacts are not required.

Auxiliary switches : Auxiliary switches are not required.

CONNECTORS

The connectors for 11KV isolator shall be made of Aluminium alloy LM-9 or LM-25 and shall be

suitable for Squirrel, Weasel and Rabbit ACSR Conductors for 11KV and Raccoon/Dog

conductors for 33 KV with horizontal and vertical take-off arrangement. The details in regard

to dimensions, the number of bolts to be provided, material and manufacture shall be

furnished by the bidder for owner approval before manufacturing. The groove provided in the

connection should be able to accommodate conductor size mentioned above smoothly.

The design of clamps shall be to MPPKVVCL approval. The clamps to be offered should be

manufactured by gravity die-casting method only and not by sand casting process. It is

necessary that suitable clamps are offered along with the isolator and also it is obligatory to

give complete technical particular of clamps along with the drawing, as per details given

above and also as per following detail.

The terminal connector shall be manufactured and tested as per IS: 5561.

All castings shall be free from blow holes, surface blistors, cracks and cavities.

All the sharp edges shall be blurred and rounded off.

No part of the clamp shall be less than 12 mm thick.

All current carrying parts shall be designed and manufactured to have minimum contact

resistance.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 253

Connectors shall be designed to be corona free in accordance with the requirement of IS:

5561.

All nuts and bolts shall be made of stainless steel only. Bimetallic sleeve/liner shall be 2 mm

thick

Wherever necessary, bi-metallic strip of standard quality and adequate dimension shall be

used.

POST INSULATOR

11KV / 33KV insulators shall be of reputed make subject to owner approval. The post

insulators for the above 11 KV isolators shall comprise of three numbers 11 KV insulators per

stack and 9 such stack shall be supplied with each isolator. Similarly, for 33 KV isolators, two

numbers 33 KV insulators per stack and 9 stacks shall be supplied with each isolator. The

insulator stack shall conform to the latest applicable Indian or IEC standard and in particulars

to the IS; 2544 specification for porcelain post insulators. The porcelain used for manufactures

of insulators shall be homogeneous, free from flaws or imperfections that might affect the

mechanical or dielectric quality, and they shall be thoroughly vitrified, tough and impervious

to moisture. The glazing of the porcelain shall be uniform brown colour, free from glisters,

burns and other similar defects. Insulators of the same rating and type shall be

interchangeable.

The porcelain and metal parts should be assembled in such a manner that any thermal

expansion differential between the metal and the porcelain parts throughout the range of

temperature variation shall not loosen the parts or create undue internal stresses which may

affect the electrical or mechanical strength and rigidity. Each cap and base shall be of high-

grade cast steel or malleable steel casting and they shall be machine faced and smoothly

galvanised. The cap and base of the insulators shall be interchangeable with each other.

The tenders shall in variably enclose with the offer, the type test certificate and other relevant

technical guaranteed particulars of insulators offered by them. Please note that isolators

without type test certificates will not be accepted.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 254

Each 11KV / 33KV Post Insulators used in the isolators should have technical particulars as

detailed below:-

11KV 33KV

1. Nominal system voltage KV (rms)

11 33

2. Highest system voltage KV (rms)

12 36

3. Dry P.F. One minute with stand KV (rms)

35 75

4. Wet PF one minute withstand KV (rms)

35 75

5. P.F. Puncture withstands test voltage KV

1.3 time the actual dry flash over voltage of

the unit.

6. Impulse voltage withstand test KV (peak)

75 170

7. Visible discharge test KV voltage

9 27

8. Creepage distance mm (min)

320 580

9. Tensile strength in KN

10KN 16KN

For 33 KV Isolators: In place of 33 KV Post Insulator the composition of 2 units of 22KV Post

Insulators per stack complying the following parameters are acceptable:-

1. Nominal system voltage

: 33 KV

2. Highest system voltage

: 36 KV

3. Impulse voltage withstand

: 170 KV

4. Power frequency wet withstand voltage

: 75 KV

5. Height of stack

: 500 mm

6. Creepage distance (Minimum)

: 840 mm

7. Tensile Strength : 30KN

8. Bending strength

: 4.5KN

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 255

Operating Mechanism for 11KV / 33KV Isolators:-

All Isolators and earthing switches shall have separate dependent manual operation. The

Isolator should be provided with padlocking arrangements for locking in both end position to

avoid unintentional operation. For this purpose Godrej make 5 lever brass padlocks having

high neck with three keys shall be provided. The isolating distances should be visible for

isolators.

The Isolators and Isolators with earth switch inclusive of their operating mechanism should be

such that they cannot come out of their open or close position by gravity wind pressure,

vibrations reasonable shocks or accidental touching of connecting rods of the operating

mechanism. Isolators should be capable of resisting in closed position, the dynamic and

thermal effects of maximum possible short circuit current at the installation point. They shall

be so constructed that they do not open under the influence of the short circuit current. The

operating mechanism should be of robust construction and easy to operate by a single person

and conveniently located for local operation in the switchyard. Provision for earthing of

operating handle by means of 8 SWG GS wire must be made.

PIPES

Tandem pipes operating handle shall be class B ISI marked type having atleast 24mm internal

diameter for 11KV/33KV isolator. The operating pipe shall also be class B ISI marked with

internal diameter of atleast 32 mm and 38 mm for 11 KV and 33KV isolators respectively.

The pipe shall be terminated in to suitable universal type joints between the insulator bottom

bearing and operating mechanism.

BASE CHANNEL

The Isolator shall be mounted on base fabricated from steel channel section of adequate size

not less than 75x40x6 mm for 11KV and 100x50x6 mm for 33KV

To withstand total weight of isolator and insulator and also all the forces that may encounter

by the isolator during services, suitable holes shall be provided on this base channel to

facilitates it’s mounting on our standard structures. The steel channel in each phase shall be

mounted in vertical position and over it two mounting plates atleast 8mm thick with suitable

nuts and bolts shall be provided for minor adjustment at site.

CLEARANCES

We have adopted the following minimum clearance for isolators in our system .The bidder

should therefore keep the same in view while submitting their offers: -

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 256

Description Center distance between Poles

(Center to Center) i.e. Phase to

Phase clearance

Distance between center lines

of outer posts on same pole

11 KV Isolator 75 Cm 60 Cm

33 KV Isolator 120 Cm 96 Cm

14. TECHNICAL SPECIFICATIONS OF 11 KV & 33 KV AIR BREAK SWITCHES

SCOPE

This specification provides for manufacture, testing at works and supply of 11KV & 33KV AB

switches. The 11KV and 33 KV AB switches shall conform to IS: 9920 (Part-I to IV)

AB SWITCHES

The 11KV & 33KV Air Break Switches are required with two poles in each phase. The AB

Switches shall be supplied complete with phase coupling shaft, operating rod and operating

handle. It shall be manually gang operated and vertically break and horizontal mounting type.

The equipment offered by the bidder shall be designed for a normal current rating of 400

Amps and for continuous service at the system voltage specified as under:

i) 11 KV AB Switch : 11KV + 10% continuous 50 C/s

solidly grounded

earthed neutral system

ii) 33KV AB Switch : 33 kV + 10% -do-

The length of break in the air shall not be less than 400 mm for 11KV AB Switches and 500

mm for 33 KV AB Switches.

The 11KV & 33KV AB Switches are required with post insulators. The AB switches should be

suitable for mounting on the structure. The mounting structure will be arranged by the

bidder. However, the AB Switches shall be supplied with base channel for mounting on the

structure which will be provided by the owner. The phase to phase spacing shall be 750mm in

case of 11KV AB Switches & 1200mm in case of 33KV AB Switches.

POST INSULATORS

The complete set of three phase AB Switches shall have stacks of post insulators.

11KV AB Switches : 3 No. 11KV Post Insulator per stack

33KV AB Switches : 3 No. 33KV Post Insulator per stack

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 257

The post insulators should conform to the latest applicable Indian standards IS: 2544

Specification for Porcelain Post insulator of compact solid core or long rod insulators are also

acceptable. Creepage distance should be adequate for highly polluted outdoor atmosphere in

open atmosphere. The porcelain used for manufacture of AB Switches should be

homogeneous free from flaws or imperfections that might affect the mechanical dielectric

quality. They shall be thoroughly vitrified, tough and impervious to moisture. The glazing of

the porcelain shall be of uniform brown in colour, free from blisters, burns and other similar

defects. Insulators of the same rating and type shall be interchangeable.

The porcelain and metal parts shall be assembled in such a manner that any thermal

expansion differential between the metal and porcelain parts through the range of

temperature variation shall not lose the parts or create undue internal stresses which may

affect the electrical or mechanical strength. Cap and base of the insulators shall be

interchangeable with each other. The cap and base shall be properly cemented with insulators

to give perfect grip. Excess cementing must be avoided.

Each 11KV & 33KV Post Insulators should have technical particulars as detailed below:

Sr. No Description 11 kV 33 kV

I Nominal system voltage kV (rms) 11 33

ii Highest system voltage kV (rms.) 12 36

iii Dry Power Frequency one kV minute withstand

voltage (rms) in KV

35 75

iv Wet Power frequency one minute withstand voltage

(rms) in KV

35 75

V Power Frequency puncture kV (rms) voltage 1.3 times the actual dry

flashover voltage

vi Impulse withstand voltage kV (Peak) 75 170

vii Visible discharge voltage kV (rms) 9 27

viii Creepage distance in mm (minimum) 320 580

The rated insulation level of the AB Switches shall not be lower than the values specified

below:-

Sl.

No

Standard

declared

voltage

KV/RMS

Rated

Voltage of

the AB

Switches

Standard impulse with

stand voltage (positive

& negative polarity kV

(Peak)

One Minute power frequency

withstand voltage kV (rms)

Across the

Isolating

distance

To earth &

between

poles

Across the

Isolating

distance

To earth &

between

poles

I 11KV 12KV 85KV 75KV 32KV 28KV

ii 33KV 36KV 195KV 170KV 80KV 70KV

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 258

TEMPERATURE RISE

The maximum temperature attained by any part of the equipment when in service at site

under continuous full load conditions and exposed to the direct rays of Sun shall not exceed

45 degree above ambient.

MAIN CONTACTS

AB Switches shall have heavy duty self-aligning type contacts made of hard drawn electrolytic

copper/brass. The various parts should be accordingly finished to ensure interchangeability of

similar components. The moving contacts of the switch shall be made from hard drawn

electrolytic copper brass. This contact shall have dimensions as per drawing attached so as to

withstand safely the highest short-circuit currents and over voltage that may be encountered

during service. The surface of the contact shall be rounded smooth and silver-plated. In nut

shell the male and female contact assemblies shall ensure.

1. Electro-dynamic withstands ability during short circuits without any risk of repulsion of

contacts.

2. Thermal withstands ability during short circuits.

3. Constant contact pressure even when the lower parts of the insulator stacks are

subjected to tensile stresses due to linear expansion of connected bus bar of flexible

conductors either because of temperature variations or strong winds.

4. Wiping action during closing and opening.

5. Fault alignment assuring closing of the switch without minute adjustments.

CONNECTORS

The connectors shall be made of hard drawn electrolytic copper or brass suitable for

Raccoon/Dog ACSR conductor for both 11KV & 33KV AB Switches. The connector should be 4 -

bolt type.

OPERATING MECHANISM

All AB Switches shall have separate independent manual operation. They should be provided

with ON/OFF indicators and padlocking arrangements for locking in both the end positions to

avoid unintentional operation. The isolating distances should also be visible for the AB

Switches.

The AB Switch will be supplied with following accessories:

Sl

No

Item Size of 11KV AB Switch Size of 33KV AB

Switch

i Operating Rod (GI dia) ISI

mark

Length 5.50 meter

25MM

Length 5.50 mtrs dia:

40MM

ii Phase coupling square rod

(GI) ISI mark

Length 1800 mm Size

25x25 mm

Length 2700 mm Size

40 x 40 mm

iii Hot dip galvanized Operating

handle (GI)

1 No. 1 No.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 259

The AB Switches shall be capable to resist any chance of opening out when in closed position.

The operating Mechanism should be of robust constructions, easy to operate by single person

and to be located conveniently for local operation in the switchyard. The GI pipe shall

conform to ISS: 1239-68 and ISI marked by embossing. The vertical down rod should be

provided with adequate joint in the mid-section to avoid bending or buckling. Additional

leverage should be provided to maintain mechanical force with minimum efforts.

All iron parts should be hot dip galvanized. All brass parts should be silver plated and all nuts

and bolts should be hot dip galvanized.

ARCING HORNS

It shall be simple and replaceable type. They should be capable of interrupting line-charging

current. They shall be of first make and after break type.

BUSH

The design and construction of bush shall embody all the features required to withstand

climatic conditions specified so as to ensure dependable and effective operations specified

even after long periods of inaction of these Air Break Switches. They shall be made from

highly polished Bronze metal with adequate provision for periodic lubrication through nipples

and vent.

DESIGN, MATERIALS AND WORKMANSHIP

All materials used in the construction of the equipment shall be of the appropriate class, well

finished and of approved design and material. All similar parts should be accurately finished

and interchangeable.

Special attention shall be paid to tropical treatment to all the equipment, as it will be

subjected during service to extremely severe exposure to atmospheric moisture and to long

period of high ambient temperature. All current carrying parts shall be of non-ferrous metal

or alloys and shall be designed to limit sharp points/edges and similar sharp faces.

The firm should have the following type test certificate. The type test should be from CPRI or

equivalent lab:-

1. Test to prove capability of rated peak short circuit current and the rated short time

current. The rated short time current should correspond to minimum of 10K Amp and

the peak short circuit current should correspond to minimum of 25K Amps.

2. Lightning impulse voltage test with positive & negative polarity.

3. Power Frequency voltage dry test and wet test

4. Temperature rise test

5. Mill volt drop tests

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 260

The above tests should be performed on the AB Switches, manufactured as per owner

approved drawing with the specification. Along with the type test certificate, the certified

copy of the drawing (from the testing lab) should also be kept for inspection of our officer.

Also the test certificates should not be older than 5 years from the date of opening of tender.

Dimension of 11 & 33KV AB Switches in (Max.) Tolerance 5%.

Sl. Particulars 11KV AB Switch 33KV AB Switch

I MS Channel 450x75x40 675x100x50

ii Creepage distance

of Post Insulator

320mm (Min) 580mm (Min)

iii Highest of Port

shell

254 mm 368 mm

iv Fixed contact assembly

i) Base 165x36x8 165x36x8

Ii) Contact 70x30x6 70x30x6

Iii) GI cover 110x44 140x44

v) Spring 6 Nos. 6 Nos.

Moving Contact Assembly

i Base Assembly 135x25x8 170x40x8

ii Moving 180x25x9 290x25x14

iii Bush Bronze Metal Bronze Metal

iv Thickness of Grooves 7 11

Connectors

I Connector 60x50x8 (Moving & fix

both)

60x50x8 (Moving & fix both)

The bidder should provide AB Switches with terminal connectors, set of insulators, mechanical

inter works and arcing horns sets. The base channel for the mounting of AB Switches shall also

be included in the scope of AB Switches. The operating mechanisms together with down pipe

operating handle etc. are also included in the scope of supply.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 261

15. TECHNICAL SPECIFICATION FOR 11KV ISOLATORS WITH EARTH SWITCH

(1) This specification provides for design, manufacture, testing at manufacturers

works, delivery at destinations of 11KV, 630 Amp, triple pole manually gang

operated, air-break, off-load, central post rotating type, double break with

separate manual operating mechanism for main switch and earthing switch

Isolator shall be suitable for outdoor horizontal mounting and confirming to

IS:9921 with latest revision/amendments if any.

(2) The Isolators shall be three phase, gas operated horizontal double break off load

type with turn & twist moving blades and with gang operated vertical blades.

Vertical and cross-sectional area main switch moving contacts shall be suitable to

carry continuously 130% rated current of the capacitor bank and shall have short

circuit with stand capacity 18.4 KA. The Isolator shall be provided with galvanized

mounting structure.

(3) The Isolator with earthing switch shall complete with all accessories and all

respect. The Isolator shall have three stacks per phase and each stack shall consist

of two nos. post insulator with creep age distance of 320 Amps each. 11KV

Insulator shall be of reputed make subject to purchasers’ approval.

(4) The Insulators shall be made of homogenous and vitreous porcelain of high

mechanical & dielectric strength. It shall have sufficient mechanical strength to

sustain electrical and mechanical loading on account of wind load, short circuit.

The porcelain and metal parts shall be assembled in such a manner and with such

material that any thermal differential expansion between the metal and porcelain

through the range of temperature specified in this specification shall not loosen

the parts or create undue internal stresses, which may affect the mechanical or

electrical strength or rigidity. Cap to be supplied to top of the Insulator shall be

high-grade cast iron-malleable steel casting or aluminium alloy. It should be

machine faced & hot dip galvanized.

(5) The Insulator shall be provided with a completely galvanized steel base for

mounting on support. The base and mounting arrangement shall be such that the

insulator shall be rigid and self-supporting and no guying on cross bracing between

phases shall be necessary. Each Isolator shall be provided with name plate fitted on

base channel indicating details of Isolators.

(6) The operating mechanism shall provide simple operation. The operating

mechanism shall be suitable to hold the main switch or earth switch in closed or

opened position to prevent operating of gravity, wind, short circuit, vibration etc.

All Isolators shall operate through 90 degree from there, fully closed position to

fully Open position, so that the break is distinct and clearly visible from the ground

level.

(7) Mechanical inter-locking device between main switch and earth switch shall be

provided i.e. inter-lock shall provide either the main switch or earth switch to be

ON position or both of them to be on OFF position. Suitable manual gang operated

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 262

operating mechanism shall be provided for main switch and for each switch. The

Isolator and earthing switch shall be provided with pad locking device to permit

locking of the Isolator and earthing switch in both fully open and fully closed

positions.

(8) Flexible copper connections shall be provided between rotating earth blades and

the frame and shall be tinned or suitably treated against corrosion. The frame of

each Isolator and earthing switch shall be provided with two reliable earthing

terminals for connection to the purchaser’s earthing conductor/flat so also

clamping screw suitable for carrying specified short time current. Flexible copper

connections shall be provided will be operating handle for isolator and earth

blades both, which shall be connected to main frame and by tined for suitably

treated against corrosion.

(9) The structures shall be designed properly to provide the phase to phase and phase

to ground clearances for the Isolators.

(10) Suitable 6 Nos. Bimetallic terminals connectors shall also be provided with each

isolators to receive Raccoon ACSR Conductor. The technical particulars of the

isolators shall be as under :-

i Rated voltage 12 KV

ii Rated continuous current 630 Amps

iii Number of Phase (Poles) 3 Nos.

iv Rated frequency 50 Hz.

v Type Off load/Double break

vi Reference standard IS:9921

vii Operating mechanism Mannual

Viii Basic Insulation level

a Impulse withstand voltage (KV Peak)

- to earth and between poles

- across the isolating distance

75 KV

85 KV

b Power frequency withstand voltage (KV rms)

- to earth and between poles

- across the isolating distance

35 KV

45 KV

ix Each Isolator shall be subjected to following routine tests in accordance

with IS:9921 with its latest version/amendments, if any at manufacturer

works and shall be submitted to this office in duplicate giving results of

all tests for our approval. Also same shall e witnessed by our authorized

representative at manufacturer works during inspection, if desired so.

1. High voltage power frequency dry withstand test

2. Temperature rise test

3. Measurement of resistance of the main circuit

4. iv) Mechanical Operating test

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 263

x Following type test reports of offered Isolator as per IS:9921 with latest

version/amendments, if any shall be submitted by you while submitting

drawings of isolator for our approval.

i) Rated peak withstand current & rated short time withstand current

test on main switch & earth switch

ii) High Voltage Power frequency, dry and wet voltage withstand test

and Impulse voltage test.

iii) Temperature rise rest

iv) Operation and Mechanical endurance test

16. TECHNICAL SPECIFICATIONS OF 11 KV DO FUSE UNITS

SCOPE

This specification provides for manufacture, testing at works before dispatch and delivery of

11 KV DO Fuse units. This covers outdoor open, drop-out expulsion type fuses suitable for

installation in 50Hz 11KV distribution system.

APPLICATION

The D.O. Fuses are intended for use on Distribution transformers for protection/isolation of

the same during overload or fault conditions.

APPLICABLE STANDARD

Unless otherwise modified in this specification, the drop out fuse shall conform to IS: 9385

(Part-I) to III) as amended from time to time.

DROP OUT FUSES

The drop-out fuses shall be expulsion type. This shall be ‘D’ type and out-door lift off type

suitable for manual operation by an operating rod from the ground level. The drop out

operation will be angular in vertical plane.

The equipment offered, shall be suitable for 11KV three phase 50 C/S solidly grounded

earthed neutral systems. It shall be designed for a normal current rating of 200 Amps.

The drops out fuses are required with Post Insulators. These shall be suitable for mounting on

the structure. The bracket/channel hardware for DO Fuses shall be provided with adequate

sizes of nuts, bolts and washer for mounting on the structures.

POST INSULATORS

Each 11KV DO Fuse shall have two Nos 11 KV Post Insulators. The insulator shall conform to IS:

2544 of 1973 with latest amendment. The porcelain used for manufacture of DO Fuse units

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 264

shall be homogeneous, free from flaws or imperfections that might affect the mechanical or

dielectric strength. They shall be thoroughly vitrified tough and impervious to moisture. The

glazing of the porcelain shall be of uniform brown colour free from blisters, burns and other

similar defects. Insulators of the same rating and type shall be interchangeable.

The porcelains and metal parts shall be assembled in such a manner that any thermal

expansion differential between the metal and porcelain parts through range of temperature

variation shall not loosen parts or create undue internal stresses which may affect the

electrical or mechanical strength and rigidity. Each cap and base pin shall be made of high-

grade cast steel or malleable steel casting and they shall be machine faced and smoothly

galvanized. The cap and base shall be properly cemented with insulators to give perfect grip.

Excess use of cement shall be avoided.

The agency shall invariably enclose with the offer, the type test certificate of MPPKVVCL

design DO Fuse along with certified copy of the drawing and other relevant technical

guaranteed particulars. Please note that offers without the type test reports / certificates will

not be entertained and may be rejected.

Each 11KV Post Insulators should have technical parameters as detailed below:-

S.No. Particulars

I Nominal system voltage KV (rms) 11

ii Highest system voltage KV (rms) 12

iii Dry Power Frequency with stand voltage KV (rms) 35

iv Power Frequency puncture voltage KV (rms) 1.3 times the actual

dry flashover

voltage

v Impulse withstand voltage KV (rms) 75

vi Visible discharge voltage KV (rms) 9

vii Creepage distance in mm (minimum) 320

viii Cantilever strength (KN) 6.60

As stated above unless otherwise modified in this specification the drop out shall conform to

IS: 9385 (Part-I to III) and as amended from time to time.

RATED VOLTAGE

The rated voltage shall be 11KV for 11KV DO Fuses respectively.

RATED CURRENT

The rated current shall be 200 Amp. For 11KV DO Fuses

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 265

RATED LIGHTNING IMPULSE WITHSTAND VOLTAGE VALUES FOR THE FUSE BASE

The rated lightning impulse withstands voltage both for positive and negative polarities shall

be as given below:-

a To earth and between poles 75KV Peak

b Across the isolating distance of fuse base 85KV Peak

RATED ONE MINUTE POWER FREQUENCY WITHSTAND VOLTAGE (DRY AND WET) VALUES FOR

THE FUSE BASE

a) To earth and between poles 28KV Peak

b) Across the isolating distance of 32KV Peak

fuse base

RATED BREAKING CAPACITY

The rated breaking capacity shall be 8KA (A symmetrical). Submission of type test certificate

of rated breaking capacity in case of 11KV DO FUSE Unit is essential.

MAIN CONTACTS

The main contacts of the D.O. Fuse shall be suitable for heavy duty, properly aligned and

made from Brass material. These shall have good finish and smooth surface and shall be

silver-plated. All the sharp edges shall be rounded off. These contacts shall be so designed to

withstand highest short circuit breaking current that may be encountered during service. In

nutshell the contact assembly shall ensure.

1. Electrodynamics withstands ability during short circuit without any risk of repulsion of

contact.

2. Thermal withstands ability during short circuits.

3. Constant contact pressure even when the lower parts of the insulator stacks are

subjected to tensile stresses due to linear expansion of connected bus bar or flexible

conductors either because of temperature variation or strong winds.

4. Proper alignment to ensure smooth operation of D.O. Fuse without adjustment.

CONNECTORS

The connectors shall be made from Brass suitable for ACSR Squirrel, Weasel, Rabbit and

Raccoon. The connectors should be bolted type having 4 bolts & groove to hold the

conductor. All brass parts should be silver plated for corrosion resistance and efficient current

flow. All ferrous parts should be hot dip galvanized as per the latest version of IS: 2633. Nuts

and bolts shall conform to IS: 1364 and should be hot dip galvanized. Spring washer should be

Electro galvanized.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 266

FLY NUTS

These shall be provided at both the ends of SRBP tube for tightening the fuse elements. The

nut shall be provided with one flat washer of 25mm dia. The arrangement shall be made to

ensure that the fuse wire runs centrally inside the SRBP tube after tightening.

SPRING STRIPS

The spring strips shall be of phosphone bronze multiline brush type having a high pressure

contacts and should retain its tension under minimum continuous service current of 200

Amps at 90 degree C.

OPERATING HOOKS

The brass operating hook shall be fixed over the SRBP tube in such a way that the barrel can

be removed for replacing the fuse element by operating rod from the ground level.

The drop out fuse units shall operate efficiently; speed of operation shall not depend on the

inclination of the fuse. However, the inclination of the fuse barrel shall be adjusted in such a

way that the barrel does not drop by gravitational force.

D.O. BARRELS

The D.O. Fuse Barrels shall be made from SRBP and shall conform to BSS: 1314. The agency

shall furnish the test certificate for the fuse barrels offered for use in the drop out fuses along

with each lot offered for inspection to the inspecting officer. The test certificates of SRBP

barrel should indicate the following test results:-

i. Dimension

a) External dia :

b) Wall thickness :

c) Internal dia :

ii. Max. wrapping in 12” length of the tube :

iii. Axial electric strength (Proof test in oil : The barrel should with stand this test

at 90 degree C at 25KV rms 50 C/s) satisfactorily for one

minute

iv. Radial electric strength (Proof test in oil : -do-

at 90 degree C at 19KV rms 50 C/s.)

v. Surface electric strength (Proof test in air : -do-

at room temp.(32 degree C) at 14KV

rms at 50 C/s.

vi. Water absorption in 14 hours :

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 267

vii. Resistance to Hot Oil :

viii. Cohesion between layers :

ix. Machine ability :

The agency should indicate the name of manufacturers of SRBP roles from where they will

purchase the barrels to make available the test certificate. The barrels should have the

properly to resist fire whenever the fuse is blown off. It should not catch fire easily during

blowing off of fuse element inside the barrel which causes short time high temperature.

DESIGN, MATERIALS AND WORKMANSHIP

All materials used in the construction of the equipment shall be of the appropriate class, well

finished and of approved design and material. All similar parts should be accurately finished

and interchangeable. The connecting of cap and pin with insulator should be perfect to avoid

any kind of loosening. After cementing the insulator should be cured adequately in water to

attain good gripping.

TESTS

Each D.O. Fuse units shall strictly comply with requirement of all the type tests and shall be

subjected to all routine tests stipulated in the relevant standard. All tests shall be made prior

to despatch in the presence of the representative of the owner. No material should be

despatched without prior approval of the tests certificate by the owner.

Along with the inspection report of D.O. Fuse Units, the agency should invariably furnish

Routine Test Certificate of DO Fuse barrels & Post insulator from their respective

manufacturers.

Each DO Fuse shall be provided with name plate of size 2” x 1” on steel strip in case of 11KV

and size 4” x 2” on steel channel in case of 33KV and shall be either riveted bolted or pasted.

The following shall be indicated on the plate:-

1. Name of manufacturer

2. Sl. No. of the equipment

3. Rating……………………. Amps………………….Volts

Please note paper should not be used for name plate. Aluminium sheet of atleast 2 mm thick

embossed with above marking should be provided on the equipment for identification. The

material should be packed in Wooden cartoons.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 268

DIMENSION

S.No. Particulars Dimension of D.O. Fuse Unit

in mm

11KV

1 Drawing No.

2 G.S. Flat 245 x 25 x 6

3 G.S. Channel -

4 Fuse Barrels 330x25x14

5 Lower Contact Hinge of Barrel

I Connectors 60x60x6

Ii Hinge Contact Length 95

iii -do- Width 85

iv Thickness of Hinge

Outer 5

Inner 4

6 Barrel take out hook

I Width 25

Ii Thickness 4

iii Length 30

iv Inner dia meter 25

V Thickness between inner outer dia 3 mm

7 Operating Hook

I Width 18

Ii Thickness 3

iii Inner Radius 19

iv Outer Radius 22.5

8 Female contact

i Main contact width 65

ii Strip thickness 1.5

iii Strip Length 100

iv Width 20

v Female contact height 75

9 Female contact Holder

i Length 74

ii Upper width 34

iii Lower width 40

10 Creepage of insulator 320

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 269

17. TECHNICAL SPECIFICATIONS OF HARD DRAWN STRANDED ALUMINUM AND STEEL-

CORED ALUMINUM CONDUCTOR FOR OVERHEAD POWER LINES

SCOPE: This specification provides for the Manufacture, Testing before dispatch, supply and

delivery of ISI marked Aluminum Conductors Galvanized Steel Reinforced (ACSR) and All

Aluminum Alloy (AAA) conductors.

STANDARD: The conductor shall strictly comply with the Indian Standard Specification IS: 398

(Part-I & II)/1976 & (Part-IV)/1994 with the latest amendments unless otherwise stipulated in

this specification, or any other International Standards which ensure equal or better quality

material and workmanship.

MATERIAL: The conductors shall be of best quality and workmanship. The steel reinforced

aluminum conductors shall be manufactured of hard drawn EC grade aluminum wires and

high tensile galvanized steel wires of the sizes as specified in Table-I and with mechanical and

electrical properties as specified in Table-II. The coating on the galvanized steel wires may be

applied by the hot process or electrolytic process in accordance with IS: 4826-1968

(specifications for galvanized coating on round steel wires). AAA Conductor shall however be

constructed of heat-treated aluminum magnesium silicon alloy wire.

The wires shall be smooth and free from all imperfections such as spills and splits and rolling

and wire drawing defects etc. resulting in reduction in cross-sectional area over the entire

length.

TOLERANCE: The following tolerance shall be permitted:

i) Tolerance on Nominal diameter wires plus/minus 1%.

ii) Tolerance on Nominal diameter of High Tensile Galvanized Steel Wires plus/minus 2%.

MODULUS OF ELASTICITY AND CO-EFFICIENT OF LINEAR EXPANSION

The values of the final modulus of elasticity and co-efficient of linear expansion of ACSR/AAA

Conductor shall be as given hereunder:

Item No. of

Wires

Final modulus of

Elasticity

GN/mm2

(Practical)

Co-efficient

linear expansion

per O° C

Density at temp. of 20°C

ACSR 6/1

(Al./Steel)

79 19.1×10-6 for

ACSR Conductor

7.8 gm/cm3 (Steel) 2.703

gm/cm3 (Aluminum)

ACSR 6/7

(Al./Steel)

76 19.8×10-6 for

ACSR Conductor

7.8 gm/cm3 (Steel) 2.703

gm/cm3 (Aluminum)

AAAC 7 0.6324×10-6

kg/cm2

23.0x10-6 Alu.

Alloy

2.7 kg/cm3 (Al. Alloy)

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 270

The wires of Aluminum Alloy Conductor shall be of heat treated aluminum, magnesium,

silicon alloy having composition appropriate to the technical and electrical properties as

specified in Table-I of IS:398 (Pt-IV)/1994.

JOINTS IN WIRES:

a) No two joints shall be permitted in the aluminum stranded closer than 15 metres.

b) No joints shall be permitted in galvanized steel wires.

c) In AAA Conductors there shall be no joint in any wire/stranded conductor containing wires

except those made in the base rod or wire before final drawing.

STRANDING

The wires used in the manufacture of a stranded conductor before stranding satisfy all

requirement of IS: 398 (Part-II & IV)/1976 & 1994 with its latest amendments. The lay ratio of

the layer shall be within the limit given above.

In all construction, the successive layers shall have opposite directions of lay. The outer most

layer being right handed. The wires in each layer shall be evenly and closely stranded.

LAY RATIO: The lay ratio (ratio of the axial length of a complete turn of the helix formed by an

individual wire in a stranded conductor to the external diameter of the helix) shall be within

the limit given above.

PACKING AND MARKING: The conductor shall be wound in non-returnable reels or drums

conforming to IS: 1778-1961 (Specifications for reels and drums for bare wire) or the latest

version thereof. The drums shall be marked with the following details:-

a) Manufacturer’s Name

b) Trade mark, if any

c) Drum No. & Identification Number

d) Size of Conductor

e) Number & lengths of pieces of Conductor on each Drum

f) Gross Mass of the Packing

Item No. of Wires Ratio of Alu. wire dia to

steel wire dia

Lay ratio for

aluminum wire

Aluminum Steel Total Max. Min.

ACSR

Conductor

6 7 14 10

ACSR

Conductor

6 13 3 14 10

AAA

Conductor

6 1 7 N.A. 14 10

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 271

g) Net Mass of Conductor

h) ISI or relevant International Standard specification mark, if any

i) Name and address of the Consignees

PACKING CONDITION

The reels/drums shall be of such constructions as to assure delivery of conductors free from

displacement and damage and should be able to withstand all stresses due to handling and

the stringing operation so that the conductor surface is not dented, scratched or damaged in

any way during manufacture, transport and erection. The conductor shall be properly lagged

on the Drums.

The conductor drum should be suitable for wheel mounting. Before reeling, cardboard or

other suitable material shall be secured to the drum and inside flanges of the drums. After

reeling the conductor, the exposed surface should be wrapped with suitable soft material e.g.

polythene sheet etc. across the flanges to protect the conductor from dirt, grit and damage

during transportation and handling and also prevent ingress of rain water during

storage/transport.

All wooden components shall be manufactured out of seasoned wood of good quality free

from defect that may materially weaken the component parts of the Drums. Preservative

treatment for anti-termite/anti-fungus shall be applied to the entire drum with preservatives

of a quality which is not harmful to the conductor.

STANDARD LENGTH AND GROSS WEIGHT OF CONDUCTOR: The gross weight of each package

shall not exceed to the following limits subject to a tolerance of + 10%.

i) For Steel Reinforced Aluminum Conductor of 50 mm2 and 80 mm2

size (& equivalent sizes of 55 mm2 & 80 mm2 of AAA Conductor)

(Code word Rabbit & Raccoon respectively)

1500 Kg

“The standard wire length for ACSR/AAA shall be 2 Kms. Except for 80 mm2 of ACSR &

equivalent size of AAA Conductor (code word “Raccoon”) and 50 mm2 of ACSR & equivalent

size of AAA Conductor (code word “Rabbit”), for which it shall be 1.2 Kms. and 1.5 Kms.

respectively. Longer lengths shall be acceptable. Short lengths of not less than 50% of the

standard lengths, as indicated above, shall be acceptable to the max. extent of 10% of the

quantity ordered for each size.”

TESTS

Samples of individual aluminum, aluminum alloy and steel wires for tests shall be taken

before stranding from not less than 10% of the spools/coils. If samples are taken after

stranding they shall be obtained by cutting 1.2 metres from the outer end of the finished

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 272

conductor from not more than 10% of the reels. The mechanical tests shall be carried out on

single wires only and not on complete conductor. The following tests shall be carried out on

Aluminum Wires as per detailed procedure given in IS: 398 (Part-II)/1976 and on Aluminum

Alloy Wires as per detailed procedure given in IS: 398 (Part-IV)/1994:-

a) Breaking Load Test (in both i.e. ACSR/AAA Conductors)

b) Elongation Test (in case of AAA Conductors only)

c) Wrapping Test (in case of ACSR Conductors only)

d) Resistance Test (in both i.e. ACSR/AAA Conductors)

The following tests shall be carried out on galvanized steel wires as per detailed procedure

given in IS: 398 (Part-II) 1976:-

a) Breaking Load Test

b) Ductility Test (by either of the procedures viz. Torsion Test or Elongation Test)

c) Wrapping Test

d) Galvanizing Test (the uniformity of Galvanizing and the weight of coating shall be in

accordance with IS: 4826-1968).

The rejection and re-test procedure shall be followed as stipulated in IS: 398 (Part-II)/1976

and IS: 398

(Part-IV)/1994.

CHECKING AND VERIFICATION OF LENGTH OF CONDUCTORS

The supplier/manufacturer of conductor should arrange for the inspection by the

representative of the owner specially authorized for this purpose. At least 5% of the total

number of Drums of conductors taken at random should be checked to ascertain the lengths

of conductor adopting either of the following two methods:-

a) The drum along with the conductor should be weighed and six empty drums along with

protective laggings & studs etc. normally used for winding the conductor should also be

weighed. Net weight of the conductor should be calculated by subtracting the average

weight of the six empty drums from the gross weight of the conductor and drums. Having

known the weight of the conductor, the length of the conductor can be computed.

In case of empty conductor drums, a check weighment of every one in ten empty drums

shall also be done before the conductors are wound on the drums.

b) Arrangements should be made available in the works of the manufacturer for transferring

the conductor from one reel to another at the same time measuring the length of the

conductor so transferred by means of a meter. Percentage shortage if any in the length

thus obtained and as declared by the agency in the packing list shall be applied to all the

drums.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 273

CHECK MEASUREMENT

Where length of conductor is verified by weighment basis the determining factor will be

length/weight ratio of the sample drums verified at the firm’s premises of the lot of which the

drum under measurement at the consignee’s end forms a part.

Wherever at the end of the consignee, length measurement machines are available,

conductors shall be accepted by verification of lengths only and where the length

measurement machines are not available, conductor shall be accepted on weighment basis.

In case, where the recorded weight on the drum tallies with the measured weight at

consignee end, then the conductor length shall be accepted as recorded on the drum. In other

cases, the determining factor will be weight/length ratio of the sample(s) inspected at the

firm’s premises of the lot of which the drum under measurement at the consignee’s end,

forms a part. The factors of weight/length ratio shall however be made available to the

consignees in the dispatch instructions itself. If such factors are not available due to some

reasons, actual measurement of diameter shall be made and weight/length ratio shall be

obtained for the purpose of computing length.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 274

TABLE-I

SIZE AND PROPERTIES OF ACSR/AAA CONDUCTORS

i) For ACSR Conductors (As per IS:398 (Pt-II)/1976)

Code

Word

Nomin

al

Alumi-

num

Area

Stranding

and Wire

Area

Sectio

nal

Area

of

Alumi

num

Total

Secti

o-nal

Area

App.

Over all

Diamet

er

App.

Mass

Calcul

ated

resista

-nce at

20°C

App.

Calculate

d

Breaking

load

mm2 Mm mm mm2 mm2 mm2 Kg/k

m

Ohm/k

m

KN

Rabbit 50 6/3.3

5

1/3.3

5

52.88 61.70 10.05 214 0.5560 18.25

Racco

on

80 6/4.0

9

1/4.0

9

78.83 91.97 12.27 319 0.3736 26.91

Dog 100 6/4.7

2

7/1.5

7

105.0

0

118.5

0

14.15 394 0.2810 32.41

ii) For AAA Conductors (As per IS:398 (Pt-IV)/1994)

Sr.

No.

Actual

Area

Stranding &

Wire Dia

App.

overall Dia

App. Mass Calculated

Maximum

resistance at

20°C

App.

Calculated

breaking

load

mm2 Mm mm Kg/km Ohm/km KN

1 22 mm 7/2.0 6.0 60.16 1.5410 6.45

2 34 mm 7/2.5 7.5 94.00 0.9900 10.11

3 55 mm 7/3.15 9.45 149.20 0.6210 16.03

4 80 mm 7/3.81 11.43 218.26 0.4250 23.41

5 100 mm 7/4.26 12.78 272.86 0.3390 29.26

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 275

TABLE – II

A) PROPERTIES OF ALUMINUM / STEEL WIRES USED IN THE CONSTRUCTION OF ACSR

CONDUCTORS

i) For Aluminum Wires

Size Diameter Gross

Sectional

Area of

Nominal

Dia. Wire

Mass Resistance

20°C

Breaking Load Min.

Nominal Min. Max. Before

standing

After

standing

1 2 3 4 5 6 7 8 9

mm mm mm mm2 Kg/Km Ohm/Km KN KN

Rabbit 3.35 3.32 3.38 8.8140 23.82 3.286 1.43 1.36

Raccoon 4.09 4.05 4.13 13.140 35.51 2.208 2.08 1.98

Dog 4.72 4.67 4.77 17.50 47.30 1.661 2.78 2.64

ii) For Steel Wires

Size Diameter Gross

Sectional

Area of

nominal

dia. wire

Mass Breaking Load Min.

Nominal Min. Max. Before

Stranding

After

Stranding

1 2 3 4 5 6 7 8

mm Mm mm mm2 Kg/Km KN KN

Rabbit 3.35 3.28 3.42 8.814 68.75 11.58 11.00

Raccoon 4.09 4.01 4.17 13.140 102.48 17.27 16.41

Dog 1.57 1.54 1.60 1.936 15.10 2.70 2.57

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 276

B) PROPERTIES OF ALUMINUM ALLOY WIRES USED IN THE CONSTRUCTION OF AAA

CONDUCTORS

Size

(Code-

word)

Diameter Gross

Sectiona

l Area of

Nominal

Dia.

wire

Mass Resistanc

e 20°C

Breaking Load

(Min.)

Nomina

l

Min. Max

.

Before

Strandin

g

After

Strandin

g

1 2 3 4 5 6 7 8 9

mm2 (mm) (mm

)

(mm

)

(mm2) (Kg/Km

)

Ohm/Km KN KN

55

(Rabbit)

3.15 3.12 3.18 7.793 21.04 4.290 2.41 2.29

80

(Raccoon

)

3.81 3.77 3.85 11.400 30.78 2.938 3.52 3.34

100

(Dog)

4.26 4.22 4.30 14.250 38.48 2.345 4.40 4.18

18. TECHNICAL SPECIFICATION FOR THREE PHASE 33/11 KV STEP DOWN POWER

TRANSFORMER OF 5 MVA RATINGS

1. SCOPE:

The specification covers the design, manufacture testing and inspection before dispatch

and delivery at places anywhere in M.P. as per list of consignee area stores.

The specification covers oil immersed, naturally air cooled (type ON), outdoors type, three

phase, 50 Hz, 33/11 KV step down power transformers of 5 MVA capacities.

2. APPLICABLE STANDARDS:

(A) Unless otherwise modified in the specification, the transformers shall comply with the

requirement of ISS: 2026 (latest issue) or any equivalent International Standards and

REC specification 2/1973 and ISS: 2099 (latest issue) or any equivalent International

Standards. The bushings used shall conform to ISS: 2099 (latest issue) or any

equivalent International Standards except as modified herein.

(B) Type: The transformers shall be double wound, three phase oil immersed, oil natural

cooled (type ‘ON’), core type suitable for outdoor installation in tropical climate and

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 277

shall be insulated with minimum DPC insulation on HV & LV windings. Insulation

should be of temperature class as per the temperature rise stipulated in this

specification.

Climatic Conditions

i) Peak outdoor temperature: 50oC

ii) Maximum oil temperature: (50oC + 45oC)

Attainable 95oC under max temperature

& max. Load condition

iii) Maximum relative humidity: 95% (sometime approaches saturation

point)

iv) Minimum relative humidity: 10%

v) Average No. Of thunderstorm 40 days

vi) Average number of rainy days per annum 90 days

vii) Number of months of tropical 3 months

Monsoon conditions

viii) Average annual rainfall 125 cm

ix) Wind pressure 100 Kg/m2

x) Altitudes not exceeding 1000 meters.

(C) Design and standardization:

a. The transformers and accessories shall be designed to facilitate operation,

inspection, maintenance and repairs. All apparatus shall also be designed to ensure

satisfactory operation under such sudden variations of load and voltage as may be met

with under working conditions on the system, including those due to short circuits.

b. The design shall incorporate every reasonable precaution and provision for the safety

of all those concerned in the operation and maintenance of the equipment keeping in

view the requirement of Indian Electricity Rules.

c. All material including bought out items like bushings, oil radiators, conductor and

insulating materials used shall be of the best quality and of the class most suitable for

working under the conditions specified and shall withstand the variation of

temperature and atmospheric conditions arising under working conditions without

undue distortion or deterioration or setting up of undue stresses in any part and also

without affecting the strength and suitability of the various parts for the work which

they have to perform.

d. Corresponding parts liable to replacement shall be interchangeable.

e. Cast iron shall not be used for chambers of oil filled apparatus or for any part of the

equipment, which is in tension or subject to impact, stresses or where corrosion due

to acidity or sludging is likely to occur. This clause is not intended to prohibit the use

of suitable grades of cast iron for parts where service experience has shown it to be

satisfactory e.g. large valve bodies.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 278

f. All outdoor apparatus, including bushing insulators with their mounting shall be

designed so as to avoid external pockets in which water can collect and internally air

could trap.

g. All taper pins used in any mechanism shall be of the split type complying with IS: 2593

or any equivalent International Standards for these items.

h. All connections and contacts shall be of ample section and surface for carrying

continuously the specified currents without heating and fixed connection shall be

secured by bolts or set screw of common size adequately locked against vibration.

Lock nuts shall be used on stud connections carrying current.

i. All apparatus shall be designed to minimize the risk of accidental short circuit caused

by animals, birds or vermin.

3. STANDARD RATINGS:

The standard ratings shall be 5000 KVA with off load taps.

4. CONTINUOUS MAXIMUM RATING:

The transformers shall have a continuous maximum rating at the specified normal ratio,

frequency and temperature rises.

a. All transformers shall be capable of operation continuously in accordance with IS

loading guide at their continuous maximum rating and at any ratio without

exceeding temperature rise.

b. Transformers with tapping ranges extending more than 9% below normal voltage

shall meet the temperature rise limits specified in IS: 2026 or any equivalent

International Standards. On other tapings, they shall operate continuously

without injurious heating. The loading of the transformers is to be in accordance

with IS: 6600 - guide for loading of oil immersed transformers natural cooled units

or any equivalent International Standards.

c. The transformers shall be capable of operation without danger at other than rated

voltage and frequency in accordance with clause 4.3 and 4.4 of IS: 2026 (Part I)

1977 or any equivalent International Standards.

5. MAXIMUM TEMPERATURE RISE:

The maximum temperature rise in each transformer tested at its continuous maximum

rating shall not exceed the following limit with reference to ambient air temperature.

i) Temperature of oil by thermometer : 45oC

ii) Temperature of winding by test resistance : 50oC

6. NO LOAD VOLTAGE RATIO:

The no load voltage ratio corresponding to the principal tapping shall be 33,000/11,000

volts.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 279

7. MAXIMUM CURRENT DENSITY: -

The current density for HV and LV winding should not exceed 2.5 Amps/mm2.

8. FLUX DENSITY: OVER FLUXING: -

1. Flux density should not be more than 1.55 Tesla at the rated voltage and

frequency.

2. Over fluxing - Requirement in this regard shall be governed by the provision

contained in clause 3.1.7 of manual on transformer Section ‘A’ (Revised 1987) of

CBIP. According to this, over fluxing the transformer continuously for over

3. Fluxing factor up to 1.1. In addition to this requirement, operation of power

transformer without any danger/damage up to 60 Sec. for over fluxing factor of 1.25.

9. MAXIMUM GUARANTEED NO LOAD AND LOAD LOSSES:

The losses shall not exceed the value given below:

Rating in MVA No Load losses Load losses at 75oC

(In KW) (In KW)

5.0MVA 5.0 33.0

The losses specified above are maximum permissible value and no plus tolerance would

be allowed. One unit will be required to undergo for loss measurement by independent

agency like ERDA Baroda etc. before commencement of supply.

9.1 Guarantee and penalty for losses of power transformers, Capitalization of

transformer losses

a. The no load losses in Kilo watts at rated voltage and rated frequency and the

total losses in Kilo watts at rated full load current and rated frequency at 75o C

shall be guaranteed under penalty for each transformer. For the purpose of

penalty computations, the figures of the no load and the load losses will be

compared with corresponding guaranteed figures.

b. The penalties shall be separately evaluated from:

1. The excess of the test figures of the no load loss in KW over the corresponding

guaranteed value and

2. The excess of the test figures of the load loss in KW over the corresponding

guaranteed value.

c. No tolerance shall be permitted over the guaranteed figures for computation

of penalty.

d. The penalties shall be calculated at the rate of Rs.40, 000/- per KW for the

excess of no load loss and at the rate of Rs16, 000/- per KW for the excess of

load losses. For fraction of a KW, the penalties shall be applied on prorata

basis. If the test figures of the losses are less than the guaranteed values, no

bonus will be allowed.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 280

e. The tenderer must clearly specify whether the losses quoted are FIRM or

subject to IS tolerance. In case of any ambiguity, loading as per IS tolerance

shall be considered for price comparison purpose.

f. The power transformers in each rating with lowest losses would be given

preference:

g. While the tenderers may offer their own design, it may be noted that the

transformer losses at 75o C should not exceed the prescribed limit indicated

above in para-9.

h. As mentioned in (e) the power transformers in each rating with the lowest

losses would be given preference. For fair comparison of different offers, it is

essential that the tenderer should quote Firm losses. No load and load losses

quoted by the firm shall be capitalized for comparison of prices.

10. OIL:

Transformer oil to be used for first filling shall comply with the specification indicated

hereunder. Generally as per IS: 335-1993 (4th revision) or any equivalent International

Standards & REC specification No.39/1985 except in so far as values indicated separately

as per Board’s specification for EHV Grade Oil.

New oil: Insulating oil for Transformers & Switchgears shall be as per ISS-335-1993 (4th

revision) or any equivalent International Standards incorporating up to date amendment

and additional characteristics as incorporated below. It will be pure hydrocarbon

mineral oil, clean and sufficiently free from moisture and of other foreign matter likely

to impair its properties.

The test results for the characteristics of the oil when tested in accordance with ISS

335-1993 (4th revision) or any equivalent International Standards incorporating up to

date amendment and additional characteristic required by us shall be as hereunder:

Sr

No.

Schedule of Characteristics

(Clause 5.1 & 9.1 of ISS)

Requirement of

Transformer Oil

Reference to Test methods

as per ISS-335-1993 read

with latest amendment or

any equivalent International

standard

1 Appearance

Oil shall be clear

And transparent

Free from

suspended Matter

or sediments.

A representative & sample of

oil shall be examined In 100

mm thick Layer at 27ºC

2 Density at 29.5ºC (Max.) 0.89 g/cm3 IS: 1448-1977

3 Kinematics Viscosity (Max.) at 27 cst IS: 1448-1976

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 281

Sr

No.

Schedule of Characteristics

(Clause 5.1 & 9.1 of ISS)

Requirement of

Transformer Oil

Reference to Test methods

as per ISS-335-1993 read

with latest amendment or

any equivalent International

standard

27ºC

4 Interfacial tension at 27ºC

(Min.) 0.04 N/m IS: 6104-1971

5 Pour Point (Max.) (-) 6ºC IS: 1448-1970

6 Water Content (Max.) 50 ppm IS: 13567-1992

7 Flash Point Pensky Marten

(Closed)(Min.) 140ºC IS: 1448-1970

8 Neutralization value

a] Total acidity (Max.) 0.03 mg KOH/GM IS: 1448-1967

b] Inorganic acidity/Alkalinity NIL IS: 1448-1967

9 Corrosive Sulpher Non-corrosive Annexure-B

10 Electric Strength (Break down

voltage) IS-6972-1972

a] New unfiltered oil (Min.) 30 KV (rms)

b] New oil after fitration (Min.) 60 KV (rms)

11 Dielectric dissipation factor

(Tan delta) at 90ºC 0.002 IS-6262-1971

12 Specific resistance (resistivity) IS:6103-1971

a] At 90ºC (Min) 35x1012 Ohm-cm

b] At 27ºC (Min) 1500x1012 Ohm-cm

13 Oxidation stability

a] Neutralization value after

oxidation (Max.) 0.40 mg KOH/gm. Annexure-C of IS-335-1993

b] Total sludge after Oxidation

(Max.) 0.10% by Weight

14 S.K. Value under

consideration Annexure-C of IS-335-1993

15

AGEING CHARACTERISTICS

Ageing characteristics after

accelerated ageing (open

breaker method with copper

catalyst)

IS-12177-1987

(Method-A)

a] Specific Resistance

(resistivity)

i) At 27ºC (Min.) 2.5x1012 Ohm-cm IS: 6103-1971

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 282

Sr

No.

Schedule of Characteristics

(Clause 5.1 & 9.1 of ISS)

Requirement of

Transformer Oil

Reference to Test methods

as per ISS-335-1993 read

with latest amendment or

any equivalent International

standard

ii) At 90ºC (Min.) 0.2x1012 Ohm-cm

b] Dielectric dissipation factor

(Tan Delta) at 90ºC (Max.) 0.2 IS: 6262-1971

c] Total Acidity (Max.) 0.05 mg.KOH/gm. IS: 1448-1967

d] Total sludge value (Max.) 0.05% by Weight Annexure-A of IS: 12177

16 Presence of oxidation Inhibitor

The oil shall

contain anti

oxidant additives

IS: 13631:1992

Characteristics of Oil in the Transformer

(i) The important characteristics of the transformer oil after it is filled in the

Transformer (within 3 months of filling) shall be as follows:-

No. Characteristics Specification

1 Electric Strength (Breakdown voltage) 40 KV (Min.)

2 Dielectric dissipation factor (Tan Delta at 90ºC) 0.01 (Max.)

3 Specific Resistance (Resistivity) at 27ºC 10x1012 Ohm.cm

4 Flash Point, PM (Closed) 140ºC (Min.)

5 Interfacial Tension at 27ºC 0.03 N/m (Min.)

6 Neutralization value (total acidity) 0.05 mg KOH/g (Max)

7 Water content PPM 35 (Max.)

11. TAPS

11.1 Off-load tap transformer shall have taps ranging from +3% to -9% in steps of 3.0%

each on HV winding for HV variation, to give normal 11 KV on LV side.

11.2 The tap changing switch shall be located in a convenient position so that it can be

operated from ground level. The switch handle will be provided with a locking

arrangement alongwith tap position, indication and direction for operation, thus

enabling the switch to be operated and locked in position. Tap operation shall

result in simultaneous positive change on all three phase, with spring loaded snap

action and ensure positive pressure contact.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 283

12. WINDING CONNECTIONS & VECTORS:

12.1 The primary winding shall be connected delta and secondary winding star as per

vector symbol Dyn11 (IS: 2026) or any equivalent International Standards so as to

produce positive displacement of 30o from the primary to the secondary vector of

the same phase (vector rotation assumed counter-clock wise).

12.2 The neutral point of the secondary (LV winding) is intended for solidly earthed

system and should be brought out to a separate insulated terminal, enabling

external insertion of a current transformer in the earth lead to be connected

wherever required.

12.3 All windings of transformers shall have uniform insulation when tested in

accordance with ISS: 2026/1977 or any equivalent International Standards. The

minimum basic impulse withstands level of windings for 1.2/50 micro sec. Full

wave shall be as given below: -

i) 11 KV - 75 KV Peak

ii) 33 KV - 170 KV Peak

13. PERCENTAGE IMPEDANCE AND TOLERANCE (OTHER THAN NO LOAD AND LOAD

LOSSES) SHALL BE AS UNDER:

a) Percentage impedances - Percentages impedance value for power transformers at

75oC on principal tap shall be as follows:

Rating Percentage impedance value at 75oC

5000 KVA 7.15

b) Tolerance

ITEM TOLERANCE

Voltage ratio at no load the lower of the following values:

On principal tapping a) ( + / - ) 0.5% of the declared ratio

b) A percentage of the declared ratio

equal to 1/10 of actual percentage

impedance voltage at rated current

Impedance voltage at Requirement in this regard shall be governed

by Rated current the provision indicated in IS: 2026 (Part-IV) –

1977

(Principal tapping) Para 3.1.4.1 for principal tapping and as per

Provisions contained in and Para 3.1.4.2

for other tapping or any equivalent

International Standards.

No load current (+) 30% of the declared no load current

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 284

14. TRANSFORMER TANK

The main tank of the transformer shall be made of good quality steel sheet of adequate

thickness to provide sturdy and robust construction to withstand extreme pressure

conditions. The internal and external surfaces including oil filled chambers and

structural steel work to be painted shall be shot or sand blasted to remove all rust and

scale of foreign adhering matter or grease. All steel surfaces in contact with insulating

oil shall be painted with two coats of heat resistant, oil insoluble, insulating varnish.

Steel surfaces exposed to weather shall be given a primary coat of zinc chromate,

second coat of oil and weather resistant varnish of color distinct from primary and final

two coats of glossy oil and weather resisting paint in accordance with the color shade as

specified. All paints shall be carefully selected to withstand extremes of weather. The

paint shall not scale off or crinkle or be removed by abrasion due to normal handling.

The minimum thickness of outside painting of tank shall be 20 microns and the total

thickness shall be minimum 80 microns. The main tank exclusive of all accessories but

with radiators shall be suitable to withstand application of vacuum up to 760 mm of

HG for 1 day with drop in vacuum as per IS. Adequate reinforcement shall be provided

for this purpose and to withstand vibration.

14.1 Pressure Test

One transformer tank shall be subjected to a pressure corresponding to twice the

normal head of oil or to the normal pressure plus 35 KN/m2 (5lb/sq.in) whichever

is lower, measured at the base of the tank and will be maintained for one hour

during stage inspection. The permanent deflection of flat plates, after the excess

pressure has been released shall not exceed the figure specified below:

Horizontal length of flat Permanent deflection

Plate (in mm) (in mm.)

Up to and including 750 5

751 to 1250 6.5

1251 to 1750 8

1751 to 2000 9.5

2001 to 2250 11

2251 to 2500 12.5

2501 to 3000 16

Above 3000 19

14.2 Conservator:

A conservator complete with sump and drain valve shall be provided in such a

position so as not to obstruct the electrical connections of the transformer having

a capacity between highest and lowest visible levels to meet the requirement of

expansion of the total oil volume in the transformer and cooling equipment from

the minimum ambient temperature of (-) 5oC to 95oC.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 285

The minimum indicated oil level shall be with the feed pipe from the tank covered

with not less than 15 mm depth of oil and the indicated range of oil level shall be

minimum to maximum.

If the sump is formed by extending the feed pipe inside the conservator, this

extension shall be for at least 25 mm.

One oil gauge magnetic type with provision for low levels alarm shall be mounted

on conservator to indicate the minimum normal and maximum level as given

below:

Minimum (-) 5oC

Normal 30oC

Maximum 100oC

One prismatic type oil indicator should also be provided on the conservator.

One end flange of the conservator shall be bolted into position so that it can be

removed for cleaning purpose.

The oil connection from transformer tank to the conservator vessel shall be

arranged at a rising angle of 3 to 9o to the horizontal up to gas and oil actuated

relay.

Each conservator vessel shall be fitted with a aluminum dial cast breather in

which Silica gel (at least three Kg.) is the dehydrating agent and designed so that:-

(a) The passage of air is through silica gel.

(b) The external atmosphere is continuously in contact with silica gel.

(c) The moisture absorption indicated by a change in colour of the tinted crystals

can be observed from distance.

Breathers shall be mounted at approximately 1400 mm. Above ground level.

14.3 RADIATORS:

Arrangement for good quality sufficient number of radiators should be made to

meet out the requirement of temperature rise. Following should also be given

due consideration:

(i) Belting of radiators to avoid vibration

(ii) The gasket should be square in shape with holes for fixing radiators. Round

shape gasket may be avoided.

(iii) Radiator valve must indicate open and close direction clearly.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 286

(iv) Radiators must be supplied in separate packing with serial number of

transformer clearly indicated on packing with paint

(v) Air release valve provided on radiator should not be of PVC material. It must be

of cast iron duly cut in with thread for easy release of air.

14.4 GALVANISING:

a. Galvanizing where specified should be applied by the hot dipped process or by

electro-galvanizing process, for all the parts other than steel, which shall

consist of a thickness of 610 Gms. zinc per square meter of surface. The zinc

coating shall be smooth, clean and of uniform thickness and free from defects

or sharp edge. The preparation of galvanizing and the galvanizing itself shall

not adversely affect the mechanical properties of the coated material. The

quality will be established by tests as per IS: 2633 or any equivalent

International Standards. Alternative to galvanizing, aluminizing shall also be

considered

b. All drilling, punching, cutting and bending and welding of parts shall be

completed and all burrs shall be removed before the galvanizing process is

applied.

c. Surface, which is in contact with oil, shall not be galvanized or Cadmium plated.

15. FINISH:

a. Before painting or filling with oil, all ungalvanised parts shall be completely clean

and free from rust, scale and grease and all external surface cavities on castings

shall be filled by metal deposition.

b. The interior of all transformer tanks and other oil filled chambers and internal

structural steel works shall be cleaned and all scale and rust by shot blasting or

other approved methods. This should be read alongwith clause 14 regarding

requirement of painting of transformer tank.

c. Except for nuts, bolts and washers, which may have to be removed for

maintenance purposes, all external surfaces shall receive a minimum of three coats

of paint.

d. The primary coat shall be applied immediately after cleaning. The second coat

shall be of oil, heat and weather resisting nature and preferable of a shade or color

easily distinguishable from the primary and final coats shall be applied after the

primary coat has been touched up where necessary. The final coat shall be of a

glossy oil, heat and weather resisting non-fading, BATTLE SHIP GREY paint of shade

No.631 of IS: 5. Primer paint shall be red oxide zinc chrome as per IS: 104,

intermediate and final coats of grey paint shall be as per IS: 2032 or any equivalent

International Standards.

e. Nuts, bolts and washers, which may have to be removed for maintenance

purposes, shall receive minimum of one coat of paint after erection.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 287

f. The spacing of the bolt centers on the tank and its cover should be so designed

that the gaskets when pressed after bolting leave no room for either ingress of

moisture or leakage of oil during transportation or normal service or full load and

guaranteed temperature rise conditions.

16. CORE:

The core shall be constructed from high grade, non-ageing, low loss cold rolled super

grain oriented silicon steel lamination of HI-B grade steel or better.

All stipulations under clause-8 be considered while selecting material of core.

(I) Magnetic circuit

a. The design of the magnetic circuit shall be such as to avoid static discharges,

development of short circuit paths within itself or of the earth clamping

structure and the production of flux components at right angles to the plane of

the laminations, which may cause local heating.

b. Every care shall be exercised in selection, treatment and handling of core steel

to ensure that so far as is practicable from distortion, burrs or sharp edge.

c. Although the oxide/silicate coating given on the core steel is generally

adequate, laminations can be insulated by the manufacturers if considered

necessary.

d. All ducts shall be provided wherever necessary to ensure adequate cooling and

efficient heat transfer. The winding structure and major insulation shall not

obstruct the free flow of oil through such ducts nor permit local hot spots.

Where the magnetic circuit is divided into pockets by cooling ducts parallel to

the planes of the lamination or by insulating material above 0.25 mm thick

tinned copper strip bridging pieces shall be inserted to maintain electrical

continuity conductivity between pockets.

e. The framework and clamping arrangement shall be earthed in accordance with

Clause-19 (II) of this Technical Specification.

(II) Construction of Cores

a. All parts of the cores shall be of robust design capable of withstanding any

shocks to which they may be subjected to during lifting, transport, installation

and service.

b. All steel sections used for supporting the core shall be thoroughly sand blasted

and shot blasted after cutting, drilling and welding.

c. Adequate provision shall be made to prevent movement of the core and

winding relative to the tank during transport and installation or while in

service.

d. The supporting framework of the cores shall be so designed as to avoid the

pressure of pockets, which would prevent complete emptying of the tank

through the drain valve or cause trappings of air during oil filling.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 288

17. TERMINAL ARRANGEMENT:

17.1 The transformers shall be fitted with shaded porcelain bushings of outdoor type

suitable for solder less connectors on HV as well as LV side. The HV/LV bushing

shall not be provided with arcing horns. Aluminum bushing stems and aluminum

metal parts will not be accepted.

17.2 The bushings shall be filled with transformer oil, EHV grade, which shall be of non-

oil communicating type with small aperture of 2 mm diameter.

The HV/LV bushings shall have the characteristics as per IS: 2099 (latest issue) or

any equivalent International Standards. LV neutral bushing requirement is

identical to LV line bushing in all respect.

The electrical characteristics of bushing insulators shall be in accordance with IS:

2099 as amended from time to time. All type and routine tests shall be carried out

in accordance with IS: 2099-1986 or any equivalent International Standards. The

test voltages for various tests as stipulated in ARE: 2099-1986 are reproduced

below:

---------------------------------------------------------------------------------------------------

Nominal Rated Visible One minute Lightning

System Voltage discharge wet & dry impulse

Voltage of the test withstand withstand test

Bushing

test (Impulse Voltage)

---------------------------------------------------------------------------------------------------

KV KV KV KV KV

---------------------------------------------------------------------------------------------------

11 12 9 28 75

33 36 27 70 170

17.3 Dimensions of the LV 12 KV bushings including the neutral (11 KV side) shall

conform to IS: 3347 (Part-III) or any equivalent International Standards and those

of the 36 KV bushing (33KV side) shall conform to IS: 3347 (Part-V) or any

equivalent International Standards. Requirement of creepage distance of

minimum 23 mm. Per KV of rated voltage of bushing as per provision contained in

Para 7 of IS: 2099-1993 or any equivalent International Standards.

17.4 Terminal connector shall be provided both for HV and LV terminal suitable for

holding Dog Conductor up to capacity of 5 MVA. It should be flat in shape. Its

current capacity should be 600 Amps.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 289

17.5 Bushing studs of 33 & 11KV should be of copper and conforming to IS: 3347 or any

equivalent International Standards.

18. VIBRATIONS AND NOISE:

Every care shall be taken to ensure that the design and manufacture of all transformers

and accessories shall be such as to reduce noise and vibration to the level obtained in

good modern practice.

The manufacturers will ensure that the noise level shall not be more than 3 Db above

the NEMA standard publication TR-1.

19. INTERNAL EARTHING ARRANGEMENT:

(I) General: - All metal parts of the transformer with the exception of the individual

core laminations, core bolts and associated individual clamping plates shall be

maintained at some fixed potential.

(II) Earthing of core clamping structure :- The top main core clamping structure shall

be connected to the tank body by a copper strip. The bottom clamping structure

shall be earthed y one or more of the following methods.

1. By connection through vertical tie rods to the top structures.

2. By direct metal-to-metal contact with the tank base maintained by the weight

of the core and the windings.

3. By a connection to the top structures on the same side of the core as the main

earth connection to the tank.

(III) Earthing of magnetic circuit: The magnetic circuit shall be earthed to the clamping

structure at one point only through a disconnect able link placed in an accessible

position beneath an inspection opening in the tank core. The connection to the

link shall be on the same side of that core and the main earth connection.

Magnetic circuits having an insulated sectional construction shall be provided

with separate link for each individual section. When oil ducts or insulating barriers

parallel to the plane of the laminations divide one magnetic circuit into two or

more electrically separate parts, the ducts on barriers shall be bridged in

accordance with Clause-16 (ii) and the magnetic circuit shall not be regarded as

being of sectional construction.

(IV) Size of earthing connections: All earthing connections with the exception of those

from the individual cell clamping rings shall have a cross sectional area of not less

than 0.8 sq.mm. Connections inserted between laminations of different section of

core as per above (III) B shall have a cross sectional area of not les than 0.2 Sq.mm.

(v) Leads from winding to bushing and intercake connection: The leads from winding

to bushing and intercake connection should be rigid enough to withstand normal

vibration and transportation shocks and short circuit stresses. They should be

spaced in such a way that necessary clearances are maintained not only in air but

also with oil medium at the lowest permissive electrical strength as per relevant ISS

over the period of normal service.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 290

20. ELECTRICAL CLEARANCE: -The clearance in air between live conductive parts and live

conductive part in earthed structure shall be as follows:

Voltage Medium Clearance phase Clearance phase

to phase to earth

11000 Air 280 mm 205 mm

33000 Air 350 mm 320 mm

21. PARALLEL OPERATION: The transformers of the same service voltage shall be suitable

for parallel operation, the load being shared in proportion to the capacities and

percentage impedance volts, which will be within that specified in the ISS.

22. OVER LOAD CAPACITY:

(A) Each transformer shall be capable of carrying sustained over loads as stated in

ISS: 6600 or any equivalent International Standards

(B) Type of load: - The transformer will supply a mixed power and lighting load with

varying power factor from 0.6 lag to 0.8 lead due to capacitors.

23. PERFORMANCE WARRANTY:-

The manufacturer shall among other things warranty the following: -

(i) Quality and strength of material used, both electrical and mechanical.

(ii) Satisfactory operation during the warranty period of 30 months from the date of

receipt at Stores or 24 months from the date of commissioning. This period will be

reckoned from the day all accessories are received enabling assembly testing,

commissioning and commercial operation of transformers.

(iii) Performance figures are to be supplied by tenderer in the schedule of guaranteed

particulars. In schedule of GUARANTEED TECHNICAL PARTICULARS, all details as

required in IS: 2026 shall be given.

24. TOLERANCE: -

The tolerance of guaranteed performance figures shall be as specified in the Clause 11.1

as per latest version of IS: 2026 or any equivalent International Standards, except for the

no load and load losses which is firm and shall not exceed guaranteed values.

25. WHEELS AND AXLES:

The transformers of 5000 KVA rating shall be provided with 4 Nos. flanged wheels

suitable for use on a 1435 mm gauge Rail track. These wheels shall be suitable for being

turned through an angle of 90o and locked in that position when the tank is jacked up.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 291

Other transformers shall be provided with 4 Nos. Bi-directional flat roller suitable for

use on a 1000 mm. Gauge Rail track.

26. FITTINGS & ACCESSORIES:

Unless otherwise specified in the order, the following standard fittings as detailed in

Schedule X attached shall be provided. The fittings shall be in accordance with the

details to the extent these are specified in IS: 2026.

a. Inspection cover is needed to inspect tapping connections of bushings, tapping

connections of tap changer and to inspect core-earthing connection.

b. Rating plate.

c. Diagram plate with tap position and relative HV/LV voltage.

d. Two earthing terminals.

e. Lifting lugs.

f. 4 jacking pads

g. Conservator with top filled cap and bottom drain valve.

h. Dehydrating breather of required sizes in Aluminum Die. Casting with

minimum three Kg. silica gel.

i. Connecting pipe with valve and Buchholz relay.

j. Radiator with top air release plug and connected valves and bottom for

connection to main tank. Air release valve should not be of PVC material. It

should be of cast iron duly cut in with thread for easy release of air.

k. HV - 3 bushings

l. LV - 4 bushings

m. Off circuit tap switch with lock and 2 keys.

n. Thermometer (dial type) with one contact for alarm pocket for sensor of

thermometer (dial type) with one contact for alarm complete with provision

for its mounting is needed.

o. Magnetic oil level gauge indicating three position of oil marked as follows:

p. Minimum - (-50 C)

q. Normal - ( 300C)

r. Maximum - (1000.C)

s. Oil filling hole and cap.

t. Air release device on tank top.

u. Pressure relief device through explosion vent diaphragm with fresh equalizer

pipe air release plug. Please see foot note indicated in Schedule X “Schedule of

Fittings”.

v. Gas and oil actuated relay.

w. 2 filter valves (top valve, lower valve to be used also as drain valve). Locking

arrangement should be provided on each valve to avoid theft of transformer oil

by welding ‘U’ shape flat over each valve.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 292

27. TESTS AND INSPECTION:

27.1 Type test: - The Purchaser intends to procure transformers whose design is

successfully type tested for short circuit, lightning impulse test, loss measurement

test and heat run test from an independent agency of national/international

repute like CPRI, Bhopal/Bangalore, National Test House, Ghaziabad, ERDA, Baroda

or to any recognized and reputed International Laboratory.

The tenderers are required to carry out type test. The expenses to be incurred

towards the following tests shall be borne by them. This may be kept in mind while

quoting the price.

Type test includes following tests:

i. Short circuit withstand test as per clause 16.11 Part-I IS: 2026 or any equivalent

International Standards. The requirement with regard to ability to withstand

short circuit shall be governed by clause-8 and demonstration of ability

to withstand short circuit shall be governed by clause-9 of IS: 2026(Part-I)

1977 or any equivalent International Standards. Accordingly, the symmetrical

short circuit current to be used for the design and tests shall be governed by

the Table-4 (IS-2026-Part-I 1977) or any equivalent International Standards

and shall be 1000 MVA for the subject power transformers (highest system

voltage 36 KV). The quantity preference would be given to those

manufacturers who have carried out thermal ability test of 2 sec. After the

dynamic withstand test of 9 shots of 0.5 seconds.

ii. Lightning impulse withstand test as per Clause-13 Part-III IS: 2026 or any

equivalent International Standards.

iii. Temperature rise test as per Clause-4 Part-II IS: 2026 or any equivalent

International Standards. One transformer of each rating shall be type tested at

some independent laboratory of National/International repute like CPRI, ERDA

etc. for temperature rise as per relevant ISS. However, the rise shall not be

more than 500C for winding and 450C for oil above the ambient temperature.

iv. Loss Measurement Test – With value of No Load and Load Losses obtained at

750C.

27.2 Stage inspection:

The purchaser intends to ensure the quality of raw material being used and

workmanship during course of manufacturing of power transformers. At time of

core coil assembly, two representatives of purchaser will be deputed to carry out

stage inspection. Only after clearance of stage inspection manufacturer will

proceed further (tanking of core coil etc.) And will be required to offer

transformer for pre-delivery final inspection.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 293

27.3 Routine Test:

The following tests in addition to those listed in IS: 2026 or any equivalent

International Standards shall be carried out for routine tests. These tests are

required to be carried out by the supplier at the supplier’s cost on each and every

unit manufactured by them and report shall be forwarded to O/o Addl CE (P)

MPPKVVCL Indore at the time of offering transformer for pre-delivery final

inspection.

i. Oil leakage test - All the tanks and oil filled compartments shall be tested for

oil tightness by being completely filled with air/oil of a viscosity not greater

than that of insulating oil conforming to IS: 335 or any equivalent International

Standards at an ambient temperature and subjected to a pressure equal to the

normal pressure plus 35 KN/m2 (5lb/sq.in) measured at the base of the tank.

This pressure shall be maintained for a period not less than 10 minutes during

which time no leakage shall occur,

Transformer tank shall be checked for loss of vacuum test as per IS.

ii. Di-electric test on transformer oil.

iii. Checking for pre-shrinkages - The transformer will be dried out for 16 hours at

temperature between 80 to 1000C. The active parts shall be tightened and

height of assembled unit shall be measured. The difference between two

measurements shall not be less than two percent as compared to height

measured at normal temperature.

iv. Measurement of magnetizing current at low voltage i.e. 440V.

27.4 Acceptance Test: - the Purchaser/Representative at the firm’s works shall witness

the following tests:

1. All the routine tests as mentioned in 27.3 on each and every offered

transformer.

2. Further, the Purchaser’s Inspector reserves the right to carry out any other

test for acceptance of offered transformers as per relevant specifications.

27.5 Inspection: -

All tests and inspection shall be carried out at the place of manufacture unless

otherwise specifically agreed upon by the manufacturer and Purchaser at the time

of purchase. The manufacturer shall offer the Inspector representing the

Purchaser all reasonable facilities without charges to satisfy him that the material is

being supplied in accordance with this specification. This will include Stage

Inspection during manufacturing stage as well as Active Part Inspection during

acceptance tests.

The Purchaser has all the rights to conduct the test including type tests at his own

cost by an independent agency whenever there is dispute regarding the quality of

supply or interpretation of test results. In the event of failure of transformers in

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 294

such tests, the expenses incurred in testing and cost of transformer etc. shall be to

the Supplier’s account.

28. TEST REPORTS ON THE ANALYSIS OF RAW MATERIALS: -

The tenderer shall indicate the source(s) of aw materials(s) called for in Schedule-VI

and enclose test certificates and report on the analysis of electrolytic copper used for

the winding and the steel used for core insulation material as also bought out items

from sub-suppliers.

The quality of material used in prototype transformer, which has passed the type tests,

shall be the same in all the ordered transformers. In case it is found that inferior quality

of material is used, the transformer shall not be accepted.

19. TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMER

1. SCOPE

This specification covers the technical requirements of design, manufacture, testing at

works, supply of 11 KV/433 volts, 50 HZ, 315, 200 KVA outdoor type distribution

transformers complete with all accessories for efficient and trouble-free operation.

2. STANDARDS

The equipment covered by this specification shall, unless otherwise stated, be

designed, constructed and tested in accordance with latest revisions of relevant Indian

Standards and shall confirm to the Regulations of local Statutory Authorities.

IS: 2026 - Power transformers

IS: 10028 - Code of practice for selection, installation and maintenance of

transformers.

IS: 2099 - Bushings for alternating voltage above 1000V.

IS: 3637 - Gas operated relays.

IS: 4257 - Dimensions for clamping arrangements for porcelain transformer

bushings.

IS: 335 - New insulating oils

IS: 6600 - Guide for loading of oil immersed transformer.

IS: 3639 - Fittings & accessories for power transformer

The transformer supplied shall satisfy all the requirements of Local Statutory

authorities and modifications if any required at site shall be carried out by the supplier

at his own cost.

3. GENERAL REQUIREMENTS

The transformer shall be of core type, 2 winding, 3 phase oil immersed having a rating

by natural air cooling and shall be suitable for outdoor installation. The transformer

and all its accessories shall be capable of withstanding for 3 seconds without damage

in case of any external short circuit.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 295

3.1 Voltage and Frequency Variations

Transformer shall operate without injurious heating on any Tap under the

following conditions provided increase in voltage is not accompanied by reduction

in frequency.

At rated KVA at any voltage within ± 10% of the rated voltage

At rated current at a voltage equal to 105% of the rated voltage.

A frequency variation of ± 3%.

3.2 Overloads

It shall be possible to operate the transformer satisfactorily upto overloads of

150% of the rated value in confirmation with the loading guide specified in IS:

6600. There shall be no limitation imposed by bushings, tap changers, auxiliary

equipments to meet this requirement.

3.3 Rated Power and Temperature Rise

The transformer shall be capable of operating at rated power specified in the

technical schedule on a continuous basis and with the cooling classification given

at the most onerous simultaneous climatic conditions specified.

The temperature rises guaranteed shall not be exceeded when the transformer is

operated continuously at the rated power.

3.4 Rated Voltage and Tapping

The principal tapping rated voltage shall be as specified. The tapings shall provide a

variation in the transformation ratio without producing phase displacement. All

tapings shall be full power tapings.

The transformer shall be provided with OFF Load externally hand operated switch

with OFF load Tap sets for + 5% to -7.5 % in steps of 2.5% on HV side so as to give

constant voltage on LV side

3.5 Impedance Voltage And Short Circuit Impedance

The impedance voltage at principal tapings shall be 4%

3.6 Short Circuit Withstand Capability

The transformer shall be designed, and constructed to withstand short circuit fault

level of 50KA for 1 Sec without damaging the thermal and dynamic effects of

external short circuits between phases or between phase and ground.

3.7 Insulation Levels

The insulation shall withstand the rated lightning impulse voltage and power

frequency withstand voltages.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 296

3.8 Winding Insulation

The insulation class of winding shall be as per class F with temperature rise

restricted to class B insulation.

4. CONSTRUCTIONAL FEATURES

4.1 General

a) Screw, studs, nuts and bolts shall be hot dip galvanized. Exposed parts shall be

designed so that water cannot collect at any point.

b) Materials in contact with oil shall be such as not to contribute to the formation

of acid in oil.

c) All similar parts particularly the removable ones shall be interchangeable.

Porcelain shall not engage directly with hard interposed between the porcelain and

fittings. All porcelain clamping surface in contact with gaskets shall be accurately

grounded and free from glaze.

4.2 Core

a) The core shall be built up, interleaved with high grade, non-ageing, low loss,

high permeability, cold rolled grain oriented, silicon steel laminations properly

treated for core material.

b) The final core assembly shall be rigidly clamped to ensure adequate mechanical

strength and to prevent vibrations during operation.

c) The frame, clamps and core bolts shall be electrically insulated from the core.

Such insulation shall be capable of withstanding maximum temperature existing

in the core. For this purpose, class B or better insulation shall be used. Core

clamps shall be electrically connected to the tank.

d) The core and windings shall be suitably braced to prevent displacement or

distortion during transportation or abnormal electrical conditions in service.

e) The core shall be provided with lugs suitable for lifting the complete core and

coil assembly.

f) All metal parts of the transformer core assembly except individual core

laminations, core bolts and side-clamping plates shall be earthed. The magnetic

circuit shall be earthed to the clamping structure through one removable core

insulation test link only, placed in an accessible position beneath an inspection

opening provided in the main tank cover.

4.3 Windings

a) The coils shall be of high conductivity electrolytic aluminium conductor,

properly insulated and stacked.

b) Coil assembly shall be suitably supported between adjacent sections by

insulating spacers and barriers which shall be permanently secured in place.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 297

c) Windings shall not contain sharp bends which might damage the insulation or

produce high dielectric stresses.

d) Coils shall be so insulated that the effect of impulse and power frequency

voltage stresses are minimum.

e) The transformer windings shall be connected in group of vector symbols

specified. All terminal and tap markings shall be in accordance with IS: 2026.

4.4 Bushings

All bushings shall conform to the requirements of the latest revision of IS: 2099. The

bushing ratings, impulse withstand levels and creepage distance shall be in

accordance with the technical requirements attached.

All bushings shall be of porcelain and shall be sound, free from defects and

thoroughly vitrified. The glaze shall not depend upon insulation, shall be smooth,

hard, of a uniform shade of brown and shall cover completely all exposed parts of

the insulator.

5. CONSTRUCTIONAL FEATURES FOR OIL FILLED TRANSFORMERS

5.1 Tank

a) Tanks shall be of arc welded construction and fabricated from good commercial

grade low carbon steel of adequate thickness. All seams shall be properly

welded.

b) The tanks shall have sufficient strength to withstand the following without any

deformation.

I. The tank together with core and oil can be lifted and transported without

damage or loss of oil .

II. Mechanical shock during transportation.

c) The tank cover shall be bolted into the tank with weatherproof hot oil

resistant, resilient gasket in between for complete oil tightness. Bushings,

turrets, holes and other devices, shall be designed to prevent any leakage of

water into the tank or oil from the tank.

d) Tank cover shall not distort when lifted. Each tank shall be fitted with

inspection covers of ample size to give easy access to internal connections of

the bushings, current transformers, winding connections and earth link for

testing.

e) The design shall be such that the cover does not support the weight of the core

and windings.

f) Tank cover shall be fitted with pockets for oil temperature indicator which shall

be located in the position of maximum oil temperature at maximum

continuous rating.

g) The under-carriage of the transformer shall be provided with channels to

mount on existing double pole structure

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 298

h) Each tank shall be provided with following handling facilities capable of lifting

and / or moving the transformer complete and filled with oil.

i. Lifting lugs of adequate capacity shall be provided on tank to lift

completely assembled transformer filled with oil.

ii. Jacking pads in accessible position shall be provided to enable the

transformer to be raised or lowered.

iii. Suitable haulage holes shall be provided to the complete transformer.

Lifting handle shall be provided on the tank inspection covers.

I) Two numbers body earthing terminals capable of carrying maximum system

earth fault current for a duration of at least equal to the period for which the

main windings are designed shall be provided close to the base of the tank at

diagonally opposite positions.

j) Tank, tank cover, Cable Box, Marshalling Box and other associated components

on the transformers shall have electrical continuity for earthing with suitable

earthing clamp.

5.2 Explosion Vent

The explosion vent shall be of double diaphragm type. An explosion vent of

sufficient size shall be mounted on the tank to protect the tank from damage and to

control the explosion of oil during an internal fault. The explosion vent shall be

mounted such that pressure relief is not invalidated by the operation of valves and

it shall direct the oil downwards and away from tanks and bushings. It shall be

capable of maintaining the oil tightness of the equipment under all conditions of

normal service.

5.3 Conservator Tank

A conservator tank shall be mounted on the top above the highest point of the oil

circulating system of the transformer. It shall be of ample capacity to accommodate

the expansion and contraction of oil in the whole system over the extreme possible

temperature range.

The conservator oil outlet pipe shall be fixed above the base of the conservator to

form a sump to trap condensation and sludge. One end of the conservator shall be

fixed by bolts to enable the tank to be cleaned. Each conservator shall be fitted

with:

I. At least one oil level indicator of direct reading prismatic glass type visible

from ground level. The oil level indicator shall be marked to indicate the

correct oil level.

II. Oil filling hole with cover.

III. The conservator tank shall be vented to atmosphere through a weather

proof-dehydrating breather with activated silica gel as dehydrating agent.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 299

5.4 Cooling Units

a) The cooling unit shall consist of detachable type of radiators made of

pressed sheet steel of thickness not less than 1.0mm.

b) Radiators shall be designed so that all painted surfaces can be thoroughly

cleaned by hand and subsequently painted inside by suitable brushes. They

shall be also so designed to avoid pockets in which moisture, dust or sand

may collect.

c) Radiators shall withstand the pressure tests appropriate to the main tank.

They shall be also capable of withstanding without damage the full vacuum

associated with oil treatment.

d) The radiators shall be provided with the following accessories.

I. Bolted gasketed flanges connection at each point of connection to

the main tank.

II. Air release plug on top.

III. Oil drain plug at bottom at convenient level.

5.5 Transformer Oil

Insulating oil shall conform to IS: 335 and shall be suitable in all respects for operating

the transformer at the ratings and under conditions laid down in the specification. The

transformer shall be supplied with oil for first filling. An extra 10% of the total oil

requirement shall be provided in non-returnable containers suitable for outdoor

storage.

5.6 Oil Temperature Indicator

a) Thermometer pocket and sensing element with dial type thermometer

calibrated in degree Celsius, with a hard reset pointer to register the highest

temperature attained, shall be provided for indicating temperature of the top

layer oil in tank.

b) The cover shall be equipped with a viewing aperture of adequate size fitted

with clear glass.

5.7 Breathers

a) Each conservator of the transformers shall be provided with a silica gel

breather complete with oil seal and oil level indication window.

b) Visual indication of the extent to which the silica gel has absorbed moisture

shall be provided. The unit must allow simple cleaning and replacement of the

dessicant and sealing oil without the use of tools, by using wing nuts or similar

forms of corrosion-resistant hand-tightening devices.

c) The breather shall be mounted at approximately 1000mm from bottom level

and connecting pipe to the main tank by means of brackets.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 300

5.8 Valves

Each transformer shall be fitted with the following valves:

I. One valve at the top and one valve at the bottom of the tank mounted

diagonally opposite to each other for connection to oil circulating and filtering

equipments. The lower valve shall also function as drain valve. These valves

shall be fitted with blank flanges.

II. Oil sampling valves at top and bottom of the tank with flange.

III. 1 No. Air Release plug.

5.9 MARSHALLING BOX

a) The box shall be mounted either on the transformer tank or on a separate

mounting frame with brackets and shall conform to IP:55 degree of protection

for the enclosure.

b) This box shall contain all auxiliary devices except those mounted on the

transformer. The control terminals and connectors shall have suitable current

carrying conductors. A removable bottom gland plate shall be furnished for

cable entry. Cable glands and lugs shall also be provided. 2 Nos. brass stud

brass to be provided on either side of the box for body earthing. Stud type

terminals shall be provided for terminating control wires.

5.10 Cable Box

The LV cable box shall be of outdoor type sheet steel construction, self-supporting,

with all standard facilities including the body earth terminal. Cable box shall be

provided on LV side of the transformer and shall be suitable for PVC aluminium

conductor cables. It shall be air-insulated unit. HV side of the transformer shall be

suitable for porcelain bushings. Suitable stud bolt with three no nuts shall be provided

inside the cable brass box for cable armour with necessary pad for connecting to the

main earth bus.

6. TAP CHANGER

6.1 Off Circuit Tap Changing Gear

a) The off- load tap changing gear shall be provided on the H.V. windings for a

variation of no load voltage as specified.

b) It shall be operated by an external three-phase gang operated switch. The

operating shaft shall be brought out of the tank and provided with a hand

wheel so that it can be operated at a standing height from ground level. In case

of linear type tap changer switch, the operating handle should conveniently be

located on the tank body for ease of operation. The tap switch should have

locking facility.

c) A visual tap changing indicator for the tapping shall be provided and provision

shall be made to padlock the handle in each tap position. The arrangement

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 301

shall be such that the padlock cannot be inserted unless contacts are correctly

engaged and suitable pad locking arrangement shall also be provided.

d) All contacts of the tapping shall be silver plated and held in position under

strong contact pressure so as to avoid constant pitting of any type whatsoever.

The tapping switches shall be provided with mechanical end stops, which

prevent movement beyond an end position.

7. ACCESSORIES

The following accessories in addition to specified earlier shall be provided as per IS:

2026.

- Rating plate

- Terminal marking plate

- Lifting lugs

- Earthing terminals with lugs

- Thermometer pocket

- Jacking pads

- Undercarriage fitted with ISMC-100 for mounting 0n Four pole str.

-

8. NOISE AND VIBRATION

Care shall be taken to ensure the design and manufacture so as to reduce noise and

vibration to the level of that obtained in good modern practice.

9. PAINTING

All accessories and transformer tank shall be sand blasted and grounded to produce a

smooth, clean surface, free from scale, grease and rust.

After cleaning, the surfaces shall be given a phosphate coating followed by a coat of high

quality red oxide or yellow chromate primer.

The transformer shall be finished with two coats of synthetic enamel paint of shade 631

of IS 5. The colour will be furnished later by the purchaser.

10. TESTS

10.1 Factory Tests

a) Complete tests shall be made at the manufacturer's plant to determine the

performance and operating characteristics of the assembled transformers, and

their respective accessories to determine whether or not the guarantees have

been met. Unless otherwise specified, all tests shall be carried out in

accordance with IS: 2026, and shall include the following.

10.2 Routine Tests

a) Resistance measurement of all windings on the rated voltage connection and

on all taps.

b) Ratio tests on the rated voltage connection and on taps.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 302

c) Polarity and phase relation tests.

d) Impedance and load loss at rated current on the rated voltage connection

(principal tap) and on all the taps.

e) No-load loss and current at rated voltage.

f) Dielectric test.

g) Power frequency withstand test.

h) Insulation resistance tests on winding, auxiliary devices, core and tank

I Test on tap changer

II Mechanical Operation Test

III Insulation test on auxiliary circuits

10.3 Type Tests

The Bidder shall furnish copies of type test certificates along with the Bid for similar

rating of transformer already conducted.

a) Temperature rise test

b) Zero phase sequence test at all taps.

c) Audible sound level test.

d) Impulse voltage withstand test.

However the bidder to furnish the separate rate for above type test individually as a

unit rate.

Bidder shall furnish the calculations for current density, flux density, losses etc in

support of the design for the purchasers review.

10.4 Other Tests - Acceptance test

a) Pressure tests on the tank and cooling system.

b) Operational tests to show the correct functioning of all devices associated with

the transformer.

All routine and acceptance tests shall be witnessed by the Purchaser's Engineer.

Purchaser is free to carry out stage inspection of the material / equipment at any stage

during fabrication/manufacture of the material to ascertain the quality and design of

the equipment. Copies of routine / acceptance test certification shall be produced with

the endorsement of inspecting authority to the purchaser before effecting dispatch.

10.5 Drawings and Manual

The following drawings and manual shall be submitted for the Engineer's approval

after award of contract in quadruplicate.

a) General arrangement of transformer showing

i. Details of bushing including electrical and mechanical characteristics.

ii. Conservator with its supports.

iii. Explosion vent.

iv. Radiator with valves, air release and oil drain plugs.

v. Marshalling box.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 303

vi. Disconnection chamber and cable box connection arrangement.

vii. Marshalling box wiring diagram.

viii. Rating & Diagram plate drawing.

ix. Buchholz relay drawing

x. Indicating meter & Gas & oil operated relay catalogue and test details.

xi. Indicating meter & cast oil operated relay.

b) Manufacturing schedule and test schedule.

c) Installation, operating and maintenance manual.

10.6 Transformer Losses

The Transformer shall be designed with no load & load losses to be restricted to the

values of losses as prescribed & accepted by MPPKVVCL. Transformers with higher

losses than MPPKVVCL recommended losses shall not be accepted.

10.7 Installation

The transformer shall be installed as per the manufactures instruction manual &

shall conform to the requirements of IS 10028:1981 transformer & all other

accessories shall be handled carefully in its upright position as indicated on the

packing case.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 304

20. TECHNICAL SPECIFICATION FOR 415 V OUT DOOR TYPE LT PANEL BOARD

1.0 SCOPE

This section covers the detailed requirements for design, supply, installation, testing and

commissioning of 415 Volts, 3 phase, 50 Hz 4 wire system for control of outgoing LT cable

circuits from 200 KVA Distribution Transformer

2.0 TYPE OF BOARD

The medium voltage panel shall be double door type for outdoor installation comprise of

the type of switchgears as specified. The panel shall be capable of fault withstand capacity

of 35 KA for duration of one second up to 350 Amp rating.

The Panel shall be metal enclosed, outdoor type having incoming and outgoing

switchgears as specified. The design shall be cubicle type. The degree of protection for

enclosure shall be IP 55.

3.0 GENERAL CONSTRUCTION

The Panel shall be suitable for plinth mounting and extensible type. The switchboard

shall be dust & vermin proof with lockable arrangement with degree of protection IP55 as

per IS 2147 and shall be suitable for the climate conditions as specified. The design shall

include all provisions for safety of operating and maintenance personnel. The general

construction shall conform to IS: 8623 for factory assembled switchboard/ Panel.

3.1 CUBICLE TYPE PANEL

Outdoor type double door panel shall be fabricated out of CRCA sheet steel 2.5 mm

thick with double door arrangement out of 2 mm thk. Sheet and canopy on all four

sides. Wherever necessary, such sheet steel member shall be stiffened by angle iron

framework. The general arrangement shall be got approved before fabrication.

Cable entries for various feeders shall be from the bottom. All cable entries shall be

through gland plates of 3 mm thick. There shall be separate gland plate for each

cable entry so that there will not be dislocation of already wired circuit when new

feeders are added. Cable entry plates shall therefore be sectionalized.

3.2 INDICATOR LAMPS

On the incomer of L.T Panel, ON phase indicator LED type lamps shall be provided

suitable for operation on AC 230 Volts supply. Necessary filter R/Y/B shall be

provided depending upon the function. All lamps shall be protected by proper HRC

fuses.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 305

3.3 BUS BAR & BUS BAR CHAMBERS

3.3.1 BUS BAR AND CONNECTIONS

The bus bar shall be high conductivity Aluminium of IEC 228 grade and of

adequate section having current density not less than 0.8 Amp. / Sq. mm. Set

of aluminium bus bar shall be completed shrouded with acrylic sheet to avoid

accidental touch. All connections to individual circuits from the bus bar shall

be with solid connections in case current exceeds 63 Amp. All bus bars and

connections shall be suitably sleeved with PVC or suitably insulated in an

approved manner. The bus bar temperature should not exceed 85 degree C

i.e. 35 degree C temperature rise over 50 degree C ambient. Bus bar sizes

should be furnished along with shop drawing for approval.

3.3.2 BUS BAR SUPPORTS AND ATTACHMENTS

Supports

Bus bar shall be firmly fixed on supports constructed from SMC (glass fiber

reinforced thermosetting plastic). The supports shall be sufficiently robust to

effectively withstand electro-mechanical stresses produced in the event of

short circuit.

Connections to Bus Bars

The bolts and nuts used for connections to bus bars shall be of tinned forged

brass or galvanized iron. Suitable precaution shall be taken against heating

due to bi-metallic contact.

Further for tapping off connections from bus bars, VIR/PVC insulated wire

may be used up to current capacities up to 63 amps and for higher current

capacities solid conductors/ strips suitably be insulated with PVC sleeves /

tape as per requirement.

Clearances

The minimum clearances to be maintained for open and closed indoor air

insulated bus bars/ electrically non-exposed and working at system voltages

up to 600 volts shall be as follows:

Between ……………………………………………. Minimum Clearances

Phase to Earth………………………………………. 22 mm

Phase to Phase …………………………………… 32 mm

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 306

Bus Bar Markings

The colours and letters (or symbols) for bus bars: -

Main bus bar connections and auxiliary wiring etc. shall conform to relevant Indian Standard.

A brief from IS 375-1963 (revised) is given below: -

For AC bus bars and Main connections

S.No. Bus Bar & Colour Letter/ Symbol

Main Connection

1. Three Phase Red, R, Y, B

Yellow,

Blue

2. Single Phase Red R

3. Neutral Connection White N

4. Connection to earth Green G

PHASE SEQUENCE AND POLARITY

Bus bars and main connections, when marked shall be marked in accordance with the

following table to indicate the order in which the voltage in phases reach their maximum

values.

System As indicated by Phase sequence

Colour or letters as indicated

Vectorially

Three Phase Red, Yellow, Blue R, Y, B

Single Phase Red, Black R, B

4.0 ARRANGEMENT OF BUS BAR & MAIN CONNECTIONS:

Bus bars and main connections, which are substantially in one plane, shall be arranged in

order given as follows: -

4.1 A.C SYSTEM

The order of phase connections shall be Red, Yellow and Blue.

When the run of the conductors is horizontal, the red shall be on the top or on the

left or farthest away as viewed from the front.

When the run of the conductor is vertical, the red shall be on the left or farthest

away as viewed from the front.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 307

When the system has a neutral connection in the same plane as the phase

connections, the neutral shall occupy an outer position.

Unless the neutral connections can be readily distinguished from the phase

connections, the order shall be red, yellow, blue and black.

4.2 TERMINATIONS

Bolted type terminal connectors to be provided for incoming and outgoing circuits.

4.3 TPN SERVICE CUTOUT

Service cutouts shall be provided for all outgoing circuits so that maintenance work

can be done without disconnection of supply to other plots.

4.4 EARTHING

All components, frame etc shall be properly earthed.

GI earth bars of 25 x 5 mm shall be provided for the LT panel for the full length of

the panel and connected to the framework. Provisions shall be made for connection

from this earth bar to the main earthing bar on both sides of LT panel.

The panel shall also have provision for mounting static/electronic KWH meter for

energy audit.

Brief detail of material requirement to be provided is as under: -

3.5 LT outdoor type Control Panel shall be equipped with the following: -

Sr.

no.

Description Quantity

1 350 Amps. TPN PVC heat shrink Aluminum Bus Bar with 0.80 A

current density

1 set

2 63 Amps TPN. Service cutout On outgoings

3 RYB indicating LED lamps with fuses 1 Set

4 240V AC, power socket with control switch make reputed 1 no.

5 240V AC, 60W bulkhead light with switch make Reputed 1 no.

6 Bolted Type Terminal connectors On I/C & O/Gs

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 308

4.6 PAINTING

All sheet steel shall undergo a process of degreasing, pickling in acid, cold rinsing,

phosphating, passivating and then sprayed with a high corrosive resistant primer.

The primer shall be baked in an oven. The finishing treatment shall be by

application of two coats of epoxy paint of approved colour and stoved.

5.0 TESTS AT MANUFACTURERS WORK

All routine tests specified in IS: 8623:1977 shall be carried out and test certificates

produced to the Engineer-in-charge. Typical type test certificate shall be furnished.

6.0 INSTALLATIONS AND COMMISIONING OF L. T PANEL

The installation work shall cover assembly of various sections of the panels, lining up,

grounding the units etc. In the case of multiple panel switchboards after connecting up the

bus bars etc. all joints shall be protected with necessary insulated shrouding. A common earth

bar as per IS specifications shall be run at the back of switch board connecting all the sections

for connection to frame earth system. All protections and other small wirings for indication

etc. shall be completed before calibration and commissioning checks are commended. All

equipments, meters etc. shall be mounted and connected with appropriate wiring.

The cable end boxes shall be sealed to prevent entry of moisture.

7.0 TESTING AND COMMISSIONING

Commissioning checks and tests shall include all wiring checks and checking up of

connections. Primary/ Secondary injection tests for the relay adjustment/ setting shall be

done before commissioning in addition to routine meggar test. Checks and tests shall include

the following:

Operation checks and lubrication of all moving parts.

Interlock function checks.

Continuity checks of wiring, fuses etc. as required.

Insulation test: when measured with 500 V megger the insulation resistance shall not be less

than 100 mega ohms.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 309

21. TECHNICAL SPECIFICATION FOR 415 V OUT DOOR TYPE SWITCHGEAR STREET/ROAD

LIGHT CONTROL PANEL

1 SCOPE

This section covers the detailed requirements for design, supply, installation, testing and

commissioning of 415 Volts, 3 phase, 50 Hz 4 wire system, street/ road light feeder panel for

road lights to switching ON/ OFF function.

2 TYPE OF BOARD

The medium voltage panel shall comprise of the following type of switchgears as specified.

The panel shall be capable of fault withstand capacity of 35 KA for duration of one second up

to 150 Amp rating.

The Panel shall be metal enclosed, outdoor type having incoming, sectionalisation and

outgoing switchgears as specified. The design shall be cubicle type. The degree of protection

for enclosure shall be IP 55.

3 GENERAL CONSTRUCTION

The Panel shall be floor/ foundation mounted freestanding totally enclosed and non-

extensible type. The switchboard shall be dust & vermin proof with lockable arrangement

with degree of protection IP55 as per IS 2147 and shall be suitable for the climate conditions

as specified. The design shall include all provisions for safety of operating and maintenance

personnel. The general construction shall conform to IS: 8623 for factory assembled

switchboard.

The panel shall be equipped with space heater with thermostat.

3.1 CUBICLE TYPE PANEL

Outdoor type panel shall be fabricated out of CRCA sheet steel 2.5 mm thick with double door

arrangement out of 2 mm thk. Sheet and canopy on all four sides. Wherever necessary, such

sheet steel member shall be stiffened by angle iron framework. The general arrangement shall

be got approved before fabrication. Cable entries for various feeders shall be from the

bottom. All cable entries shall be through gland plates of 3 mm thick. There shall be separate

gland plate for each cable entry so that there will not be dislocation of already wired circuit

when new feeders are added. Cable entry plates shall therefore be sectionalized.

3.2 INDICATOR LAMPS

On the incomer of L.T Panel, ON phase indicator LED type lamps shall be provided suitable for

operation on AC 230 Volts supply. Necessary filter G/Y/R/A shall be provided depending upon

the function. All lamps shall be protected by proper HRC fuses

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 310

3.3 SMALL WIRING

All small wiring controls, indication etc. shall be with suitable stranded copper conductor

cables PVC insulated conforming to IS: 1554 Part 1. Wiring shall be suitably protected within

the switchboard. Runs of wires shall be neatly bunched and suitably supported and clamped.

Means shall be provided for easy identification of the wires. Where wires are drawn through

PVC conduits, the works shall conform to IS 732. Identification ferrules shall be used at both

ends of the wires. All control wiring meant for external connection is to be brought out on

terminal block. All wiring shall be minimum 1.5 sq. mm and for CT circuits it shall be 4.00 sq.

mm. Brass/ copper thimbles, insulation tape etc. shall be provided at joints and terminations

as required.

3.4 BUS BAR & BUS BAR CHAMBERS

3.4.1 BUS BAR AND CONNECTIONS

The bus bar shall be high conductivity Aluminium of IEC 228 grade and of adequate section

having current density not less than 0.8 Amp. / Sq. mm. Set of aluminium bus bar shall be

completed shrouded with acrylic sheet to avoid accidental touch. All connections to individual

circuits from the bus bar shall be with solid connections in case current exceeds 63 Amp. All

bus bars and connections shall be suitably sleeved with PVC or suitably insulated in an

approved manner. The bus bar temperature should not exceed 85 degree C i.e. 35 degree C

temperature rise over 50 degree C ambient. The bus bar sizies should be furnished along with

shop drawing for approval.

3.4.2 BUS BAR SUPPORTS AND ATTACHMENTS

Supports

Bus bar shall be firmly fixed on supports constructed from SMC (glass fiber reinforced

thermosetting plastic). The supports shall be sufficiently robust to effectively withstand

electro-mechanical stresses produced in the event of short circuit.

Connections to Bus Bars

The bolts and nuts used for connections to bus bars shall be of tinned forged brass or

galvanized iron. Suitable precaution shall be taken against heating due to bi-metallic contact.

Further for tapping off connections from bus bars, VIR/PVC insulated wire may be used up to

current capacities up to 63 amps and for higher current capacities solid conductors/ strips

suitably be insulated with PVC sleeves / tape as per requirement.

Clearances

The minimum clearances to be maintained for open and closed indoor air insulated bus bars/

electrically non-exposed and working at system voltages up to 600 volts shall be as follows:

Between ……………………………………………. Minimum Clearances

Phase to Earth………………………………………. 22 mm

Phase to Phase ……………………………………… 32 mm

Bus Bar Markings

The colours and letters (or symbols) for bus bars: -

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 311

Main bus bar connections and auxiliary wiring etc. shall conform to relevant Indian Standard.

A brief from IS 375-1963 (revised) is given below: -

For AC bus bars and Main connections

S.No. Bus Bar & Colour Letter/ Symbol

Main Connection

1. Three Phase Red, R, Y, B

Yellow,

Blue

2. Single Phase Red R

3. Neutral Connection White N

4. Connection to earth Green G

PHASE SEQUENCE AND POLARITY

Bus bars and main connections, when marked shall be marked in accordance with the

following table to indicate the order in which the voltage in phases reach their maximum

values.

System As indicated by Phase sequence

Colour or letters as indicated

Vectorially

Three Phase Red, Yellow, Blue R, Y, B

Single Phase Red, Black R, B

4 ARRANGEMENT OF BUS BAR & MAIN CONNECTIONS:

Bus bars and main connections, which are substantially in one plane, shall be arranged in

order given as follows: -

4.1 A.C SYSTEM

The order of phase connections shall be Red, Yellow and Blue.

When the run of the conductors is horizontal, the red shall be on the top or on the left or

farthest away as viewed from the front.

When the run of the conductor is vertical, the red shall be on the left or farthest away as

viewed from the front.

When the system has a neutral connection in the same plane as the phase connections, the

neutral shall occupy an outer position.

Unless the neutral connections can be readily distinguished from the phase connections, the

order shall be red, yellow, blue and black.

4.2 TERMINATIONS

Incomer terminals shall be suitable for receiving cables.

4.3 MOULDED CASE CIRCUIT BREAKERS

Moulded case circuit breakers shall comply with IEC 60947.2 & 13947 part 2. They shall have

the voltage and current ratings of 440 Volt & 200 Amp. respectively whereas short circuit

breaking capacity and rated short – time withstand current should be as indicated below.

The breaking capacity performance certificates shall be available for category A to the above

mentioned standards. The test shall be carried out under the breaking performance during

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 312

the ultimate breaking capacity (Icu), Ics rating=100% Icu. Certificate for all the sequences

(Sequence 1 mandatory) should be available.’

MCCB’s shall be of the independent manual closing air-break type, rated for an uninterrupted

duty.

Auxiliary facilities, including power closing and under voltage releases, shall be provided as

indicated.

Each MCCB shall have a facility for padlocking in the “ OFF” position.

Necessary set of cast resin type CT’s together with an ammeter and selector switch as

specified.

Necessary inter-connections to bus bars.

Necessary isolating plugs and sockets for front operated switches to enable withdrawing the

entire unit and replacing with another unit disconnecting the cable for maintenance

operation.

Each MCCB shall provide with a rotary operating mechanism.

4.4 CONTACTOR

3 Pole contactor of 60 Amp. Rating type AC-1 should conform to IEC 60947-4-1,IS 13947

Various parameters shall be as under: -

Insulation voltage—690 V

Impulse withstand voltage (Uimp)—8 KV

Shock resistance 10/5 gn

Shock pick up @85—110% of control voltage

Should drop @30—60% of control voltage

Operating time—15 to 35 ms

4.5 CURRENT TRANSFORMERS

Cast Resin current transformer shall be provided for main distribution boards carrying current

in excess of 60 amps wherever shown in drawing. All phases shall be provided with current

transformers of accuracy class 0.5 and suitable VA burden to operate associated metering.

Current transformers shall be in accordance with IS 2705.

4.6 EARTHING

All components, frame etc shall be properly earthed.

GI earth bars of 25 x 5 mm shall be provided for the LT panel for the full length of the panel

and connected to the framework. Provisions shall be made for connection from this earth bar

to the main earthing bar on both sides of LT panel.

The Streetlight Control System will be auto controlled with a solar based real time clock

/Timer with the following features.

Switching of continuous load consisting of HPSV Lamps.

The system should have a provision for remote and local operation with a three-way selector

switch.

Brief detail of material requirement to be provided is as under: -

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 313

4.7 PAINTING

All sheet steel shall undergo a process of degreasing, pickling in acid, cold rinsing,

phosphating, passivating and then sprayed with a high corrosive resistant primer. The primer

shall be baked in an oven. The finishing treatment shall be by application of two coats of

epoxy paint of approved colour and stoved.

5 TESTS AT MANUFACTURERS WORK

All routine tests specified in IS: 8623:1977 shall be carried out and test certificates produced

to the Engineer-in-charge. Typical type test certificate shall be furnished.

6 INSTALLATIONS AND COMMISIONING OF S L. PANEL

6.1 The installation work shall cover assembly of various sections of the panels, lining up,

grounding the units etc. In the case of multiple panel switchboards after connecting up the

bus bars etc. all joints shall be protected with necessary insulated shrouding. A common earth

bar as per IS specifications shall be run at the back of switch board connecting all the sections

for connection to frame earth system. All protections and other small wirings for indication

etc. shall be completed before calibration and commissioning checks are commended. All

equipments, meters etc. shall be mounted and connected with appropriate wiring.

7 Testing and Commissioning

Commissioning checks and tests shall include all wiring checks and checking up of

connections. Primary/ Secondary injection tests for the relay adjustment/ setting shall be

done before commissioning in addition to routine meggar test. Checks and tests shall include

the following:

Operation checks and lubrication of all moving parts.

Interlock function checks.

Continuity checks of wiring, fuses etc. as required.

Insulation test: when measured with 500 V megger the insulation resistance shall not be less

than 100 mega ohms.

Trip test and protection gear test.

22. TECHNICAL SPECIFICATIONS OF SWAGED POLES

1.0 SCOPE

a) This specification covers the technical requirement of design, manufacture, testing

at manufacturer’s works transportation delivery at site, erection, testing and

commissioning of swaged steel tubular poles along with all accessories for efficient

trouble free operation of street lighting.

b) The item offered under this specification shall of proven design by way of

commercial operation for a period of 5 years (min.).

c) The pole & accessories shall be complete in all respect and any device not included

in the specification but essential for satisfactory proper statutory authority. Safety

point of view shall be deemed to have been included and within the scope of the

specifications and data street or not.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 314

2.0 STANDARDS

The item covered by this specification shall unless otherwise stated, be designed,

constructed and tested in accordance with the latest revision of relevant Indian Standard

and shall comply to the regulation of local statutory Authority.

The pole shall comply with the following:

IS – 2713 - Tabular steel poles for overhead power lines.

Part I – Part III

IS – 1387 - General requirement for the supply of

metallurgical material.

IS – 228 - Method of chemical analysis of steel.

Part – III

3.0 GENERAL REQUIREMENT:

3.1 The swaged poles shall be made up of ERW tubes of suitable lengths swaged by Die

Swaging process and joined together. The upper edge of each joint shall be chamfered off

an angle of about 45 degree or circumferential weld shall be deposited at the upper end of

the joint at a slope of 45 degree.

3.2 The final shape of pole is telescopic. The length and dia of sections on swaged poles are as

follow:

Designat

ion

Overal

l

Lengt

h

Planti

ng

Depth

Length of sections

Outside diameter and

thickness of sections

Appro

x

weigh

t of

pole

Botto

m

Middl

e Top Bottom Middle Top

410 SP-

44 10 1.8 5.2 2.4 2.4

165.1x4.

85

139.7x4.

5

114.3x3.

65 168

410 SP-

29 9 1.5 5 2 2

139.7x4.

85

114.3x4.

5

88.9x3.2

5 125

3.3 Pipes:

The overall length has been specified in BOQ. However the total lengths shall be

segregated in three sections of various length and diameter with different thickness.

First section from bottom - not less than 50% of total length

2ns section - 25% of total length

3rd section (top) - 25% of total length

3.4 JUNCTION BOX

Dust / vermin proof Junction box of suitable width and length would be provided at a

distance of 600mm from the ground level i e. 600 mm plus planting depth from bottom.

The door shall flush with the exterior surface and shall have locking arrangement to avoid

theft from vandal. 2 Nos. earthing studs arrangement is required in the Junction Box for

duct earthing with two separate and distinct earth wires.

The junction box with enamel painted finish shall be provided with the following

accessories.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 315

1) Single Pole MCB of 6 Amps Rating - 1 No. for single arm

pole and for 2 nos. for

double arm pole

2) Neutral Link - 1No.

3) Bus Bar type Connector of 100 Amp rating - 4 Nos.

Shrouded with Nylon / Insulation

Mounted on D-Rail

Connector should be completely shrouded so that live part is not exposed and should be

tightened properly with 25mm flat lugs for rigid interconnection as Loop In & Loop Out

arrangement.

The pole shaft, in the cut out portion, need to be properly / adequately strengthened to

compensate for loss in section.

4.0 Tolerances

Unless otherwise specified in details below, remaining tolerance shall be followed as per

perspective Indian standard specification with latest revisions.

4.1 Outside Diameter:

Each pipe outside diameter shall be as circular as possible and shall be within the range of

+ 1% (one percent).

4.2 Thickness:

The tolerance of thickness of ERW pipe shall not vary + 10% from its specified thickness.

4.3 Length:

Overall length = + 25mm

Individual Section = + 40mm

Of pole

4.4 Weight:

The mean weight for bulk supply shall not be less than 5%.

And single pole weight shall not below 7.5% of calculated weight.

4.5 Straightness:

1/600 of individual length.

4.6 Tests:

The following tests shall be carried out for verifying the strength and quality of poles.

Selection of test piece:

LOT quantity Nos. of piece

For deflection & Drop Test For Tensile Test

Up to 500 5 Nos. 1 No.

501 to 1000 8 Nos. 2 Nos.

1001 to 2000 13 Nos. 3 Nos.

2001 to 3000 18 Nos. 4 Nos.

3001 & above 20 Nos. 5 Nos.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 316

5.1 Tensile and chemical composition:

For each test of pipes & tube mills test certificate to be furnished to Owner/Engineer. If

owner demands, a sample piece cut from any one of the poles shall be sent for to conduct

above test in laboratory to verify the test certificate results.

5.2 Deflection Test & Permanent Set Test:

The temporary measure deflection shall not exceed 157.5mm after application of proper

loads the permanent set measured from zero position after the release of load at the

point of application shall not exceeds 13mm.

5.3 Drop Test

By dropping pole vertically with butt end downward three (3) times in succession from a

height of 2 meter on to the hard wood laid on a concrete foundations. The pole should not

show any sign of loosening the joints.

5.4 Finish

The pole shall be given 2 coats enamel paint of shade approved by owner over two coats

of primer (Red Oxide) after through cleaning of the surface.

6.0 LUMINAIRES

Luminaires complete with control gear including Ballast, Igniter, Capacitor and Lamp

should confirm to IES – 60598 and meet the following standards: -

i) Luminaire housing should be made out of Die Cast Aluminium alloy (corrosion

resistance) under high pressure.

ii) Should be of Aerodynamic shape with adequate strength to withstand maximum

wind speed.

iii) Luminaire cover made out of same aluminium alloy should be suitable for top

opening and fixed with 2 nos. clamps.

iv) Provided with heat resistant curved toughened heat resistant glass properly sealed

with gasket.

v) Luminaire should be suitable for IP 66 degree of protection for optical

compartment and IP 55 degree of protection for control gear compartment.

vi) Provided with precision optical system for lamp with lamp position adjustable from

back and should be suitable for adjustment of through of length.

vii) Reflector should be made from high purity aluminium sheet electrometrically

brightened and anodized.

viii) Luminaires should be achromatized and coated with pure polyester to 45-micron

thickness. Color / shade of luminaire shall be as per IS-5 matching with Galvanized

pole.

7.0 BALLAST & IGNITER

i) All accessories as per IS Standard

ii) Ballast should vacuum impregnated open construction type.

iii) Low loss and with maximum will loss to be specified.

iv) Power delivery to Lamp should be more than 95%.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 317

v) PF should be greater than 0.85

vi) State of Art Igniter would be preferred.

vii) Temperature rise should not be more than 75 degree C.

8.0 LAMPS

High Pressure Sodium Vapor Lamp

i) Should have luminous efficiency of at least 110 – 130 lumens / watt with inbuilt

integrated antenna.

ii) Should be of robust internal construction with excellent reliability.

iii) Shall have fast reignition time of less than 180 second.

iv) Should have lower output efficiency of 95% at the end of 15000 hours.

v) Should have life at 50% mortality more than 30000 burning hours.

9.0 General Notes

The bidder shall quite Type tested luminaries, control gear, lamp etc. and type test

certificate from NPL, Central Research Institute and National Test House failing which the

offer should not be accepted.

The bidder shall also supply following data.

i) Technical Catalogue of Product.

ii) Lumen depreciation curve of lamp.

iii) Lumen – voltage curve

iv) Flow diagram of luminaries

v) Printout of computer aided calculations for all parameter.

vi) Lamp lumen maintenance, survival curves.

The owner can demand test certificate for laboratory test from NTH, CPRI, NPL of luminaries

in lieu of compliance of IP 66 test. However, this does not debar owner for pre-inspection of

luminaries with control gear, lamp etc. as per ISS 10322 including IP-66 test at manufacturer’s

premises.

10.0 SPECIFICATION OF HDPE PIPES

a) DWC high density Polyethylene pipe shall have corrugation on outer wall but inner wall

shall be plain conforming to IS – 14930 Part I and II amended from time to time.

b) HDPE pipe to be supplied shall be ‘ISI’ marked.

c) Accessories like HDPE snap fit coupler with neoprene ‘O’ rings shall be part of supply to

make the joints water / damp proof.

General Notes

1. Contractor shall to attach test report of anti rodent test, toxicity test of pipe from Govt.

approved test house along with bid.

2. The Contractor shall have to arrange inspection of pipe at manufacturer’s premises to

carry out test as per relevant ISS.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 318

23. Technical Specification for 11 KV AND 33 KV PIN INSULATORS

SCOPE:

This specification covers 11 KV and 33 KV Porcelain Pin insulators for use on 11 KV and 33 KV

overhead power lines and substations.

STANDARD:

Except where they conflict with specific requirement in the specification, the Pin Insulator

shall comply with the Indian Standard Specification IS 731/1971 and its amendment from time

to time.

The insulator conforming to any other internationally accepted standard which ensures equal

or better quality than the above standard would also be acceptable.

Where the material is offered according to the international standards, an English version of

the specifications shall be attached with the tender.

ATMOSPHERIC CONDITIONS:

The material offered shall be suitable for operating under the climatic conditions indicated in

General Terms and Conditions of this tender specification.

Tests for the purpose of this standard shall preferably be carried out under conditions of

temperature and humidity as specified in IS: 196 – 1966.

The thimble for 11 KV Pin Insulator should be suitable for use with Galvanized Steel Pins

conforming to reference S-165 of IS 2486 (Part II) of 1974 with shank length 150mm which is

provided with a small steelhead. Similarly, the thimble of 33 KV Pin Insulator should be

suitable for use with 33 KV Galvanized steel pins conforming to reference I-300-N- of fig. 6

with shank length of 150 mm and with large head of ISS-2486 (Part III) of 1974.

INSULATOR CHARACTERISTICS

The insulator shall have the electrical and mechanical characteristics, which are given below: -

No Particulars 11 KV Pin Insulator 33 KV Pin Insulator

1 Highest system voltage 12 KV (rms) 36 KV (rms)

2 Wet power frequency withstand voltage test for one minute

35 KV (rms) 75 KV (rms)

3 Visible discharge voltage 9 KV (rms) 27 KV (rms)

4 Power frequency puncture 105 KV (rms) 180 KV (rms)

5 Impulse withstand voltage 75 KV (peak) 170 KV (peak)

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 319

(In the above standards, power frequency voltage is expressed as peak values divided by 2

and impulse voltage is expressed as peak value).

The withstand and flashover voltage are referred to the reference atmospheric conditions.

Mechanical Loads Minimum Failing Loads

i. 11 KV Pin Insulator 5 KN

ii 33 KV Pin Insulator 10 KN

CREEPAGE DISTANCE

The insulators shall have the following minimum creepage distance for a moderately polluted

atmosphere: -

i. 11 KV Pin Insulator 230 mm

ii. 33 KV Pin Insulator 580 mm

TESTS

The insulators shall comply with the following tests as per IS-731-1971.

TYPE TESTS

The following constitute the type tests: -

1. Visual Examination 2. Verification of dimensions 3. Visible discharge tests 4. Impulse withstand voltage tests 5. Wet Power frequency withstand voltage test 6. Temperature cycle test 7. Mechanical failing load test 8. Puncture test 9. Porosity test Type test certificates from recognized Govt. Lab for the tests carried out on prototype of same

specifications shall be enclosed with the tender.

ROUTINE TESTS

The following shall be carried out as routine tests: -

1. Visual examination 2. Electrical routine tests 3. Mechanical routine tests

ACCEPTANCE TESTS:

The samples after withstood the routine tests shall be subjected to the following acceptance

tests in order indicated below:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 320

1. Verification of dimensions 2. Temperature cycle test 3. Mechanical failing load test 4. Puncture test 5. Porosity test

Tolerance in insulator dimensions shall be as per the relevant Indian Standards.

MARKING

Each insulator shall be legibly and indelibly marked to shows the following:

Name and trade mark of manufacturer

Month and Year of manufacture

Minimum failing load in Newton

Country of manufacture.

Marking on porcelain shall be printed/engraved and shall be applied before firing.

PACKING

All insulators shall be packed in wooden crates suitable for easy but rough handling and

acceptable for rail and road transport.

STANDARDISATION OF DIMENSIONS OF TOP AND NECK OF 11 KV PIN INSULATORS

Board is using preformed ties for binding conductor with the Pin Insulator instead of

conventional method of binding by aluminium, binding wire and tape. The design of the

preformed ties depends upon the dimensions of top and neck of 11 KV Pin Insulator.

Contractor must provide ties for binding purpose.

45 KN DISC INSULATOR

SCOPE

This specification covers Porcelain Disc Insulator for use on 11 KV and 33 KV overhead power

lines.

STANDARD

Except where they conflict with specific requirement in the specification, the Disc. Insulator

shall comply with the Indian Standard Specification IS 731/1971 and its amendment from time

to time.

The insulator conforming to any other internationally accepted standard which ensures equal

or better quality than the above standard would also be acceptable.

Where the material is offered according to the international standards, an English version of

the specification shall be attached with tender.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 321

GENERAL REQUIREMENTS

The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed.

Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover all the

porcelain parts of the Insulator except those areas, which serve as supports during firing or

are left unglazed for the purpose of assembly.

The design of insulator shall be such that stresses due to expansion and contraction in any

part of the insulator shall not lead to deterioration. The porcelain shall not engage directly

with hard metal.

Cement used in the construction of the insulator shall not cause fracture by expansion or

loosening by contraction and proper care shall be taken to locate the individual parts correctly

during cementing. The cement shall not give rise to chemical reaction with metal fittings and

its thickness shall be as uniform as possible.

TYPE OF INSULATOR

The insulator shall be of type “B” according to its construction, which is defined hereunder: -

Type “B”

An Insulator or an insulator unit in which the length of the shortest puncture path through solid insulating material is less than half the length of the shortest flashover path through air outside the insulator.

INSULATOR CHARACTERISTICS

The insulator shall have the electrical and mechanical characteristics which are given below:-

The test voltage of insulator shall be as under: -

No. Particulars Disc Insulator

1 Highest system voltage 12 KV (rms)

2 Wet power frequency/withstand voltage for one

minute

35 KV (rms)

3 Visible discharge voltage 9 KV (rms)

4 Power frequency puncture withstand voltage 105 KV (rms)

5 Impulse withstand voltage 75 KV (peak)

In this standard, power frequency voltage are expressed as peak values divided by 2 and

impulse voltage are expressed as peak values.

The withstand and flashover voltage are referred to the reference atmospheric conditions.

Minimum Failing Load: 45 KN

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 322

CREEPAGE DISTANCE

The insulator shall have minimum 230-mm Creepage distance for a moderately polluted

atmosphere.

TESTS

The insulators shall comply with the following tests as per IS 731-1971.

TYPE TESTS

The following constitute the type tests

1. Visual examination 2. Verification of dimensions 3. Visible discharge test 4. Impulse voltage withstand test 5. Wet power frequency withstand test 6. Temperature cycle test 7. Electro-Mechanical failing load test 8. Puncture test 9. Porosity test 10. Galvanizing test

The test certificates from recognized Govt. lab for the tests carried out on prototype of same

specifications shall be enclosed with the tender.

ROUTINE TESTS

1. Visual examination 2. Electrical Routine tests 3. Mechanical Routine tests

ACCEPTANCE TESTS

Acceptance of samples after having withstood the routine tests shall be subjected to the

following acceptance tests in the order indicated below: -

1. Verification of dimensions 2. Temperature cycle test 3. Electro Mechanical failing load test 4. Puncture test 5. Porosity test 6. Galvanizing test Tolerance in insulator dimensions shall be as per the relevant Indian Standard.

MARKING

Each insulator shall be legibly and indelibly marked to show the followings: -

Name and trade mark of manufacturer

Month and year of manufacture

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 323

Minimum failing load in Newton

Country of manufacture Marking of porcelain shall be printed / engraved and shall be applied before firing.

PACKING

All insulators shall be packed in wooden crates suitable for easy but rough handling and

acceptable for rail and road transport.

30. TECHNICAL SPECIFICATIONS OF L.T. DISTRIBUTION BOXES

The specification provides for design, manufacture, testing before dispatch, supply and

delivery of distribution boxes with three pole moulded case circuit breakers for protection of

distribution transformers and LT feeders.

The MCCBs provided in these boxes shall conform in all respects to the relevant IS: 2516 (Pt-

I&II)/1977 and REC specification No.18/1981 (revised) or its latest revision as applicable.

REQUIREMENT OF MCCBs: The moulded case circuit breakers should comprise of a switching

mechanism, an effective extinguishing device and a tripping unit contained in a compact

moulded case cover made of high strength, heat resistance and flame retardant thermo-

insulating materials. They should comprise of a spring assisted quick make/quick break type

independent manual trip free mechanism rendering it easy to manually operate the MCCBs

and capable of clearly indicating “TRIPPED”, “ON” AND “OFF” positions from the position of

the operating handle. The contact tips should be made of a suitable alloy having high arc

resistance and a long electrical and mechanical life needing no replacement. The breakers

should be designed with a common trip bar to break and make all the three phase together

even when fault occurs on any of the phases. The breakers should provide protection against

sustained overloads and short circuits through thermal-magnetic/fully magnetic releases.

These MCCBs along with terminal blocks are intended to be housed in the distribution boxes

made out of sheet steel of 2mm gauge. The assembly of the MCCBs and the terminal blocks

should be compact, reliable from operation point of view and safe to the operating personnel.

As already mentioned earlier, the MCCBs should be fully maintenance free.

TECHNICAL PARTICULARS OF MCCBs: The LT MCCBs should have inverse current/time

characteristics suitable for protection of 63KVA, 100KVA, 200KVA & 315KVA 11.0.4KV

Distribution Transformers against sustained over-loads and short circuits for following

operating conditions:-

I Rated Operating Voltage 3 Phase 415 Volts AC 50 cycles

with neutral solidly grounded

system

Ii Standard rated current ratings for MCCBs to be used with different sizes of

transformers will be as follows:-

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 324

For 100KVA 11/0.4KV Dist. Transformer 140 Amps

For 315KVA 11/0.4KV Dist. Transformer 450 Amps

iii No. of Poles 3

iv Duty Un-interrupted

V Maximum ambient temperature 47oC in shade

vi Minimum ambient temperature 4oC in shade

vii Average altitude A maximum of 1000 meter

viii Maximum humidity Frequently approaches

saturation point

TIME/CURRENT CHARACTERISTICS: The circuit breakers shall have time/current characteristics

suitable for following operating conditions :-

Multiple of normal current rating Tripping time

1.1 times After 4 hours

1.2 times Less than 50 minutes

1.3 times Less than 30 minutes

1.4 times Less than 10 minutes

2.5 times Less than 1 minute

6 times Less than 40 mili-seconds

12 times Less than 40 mili-seconds

i) Time/Current characteristic of the Circuit Breaker (MCCB) shall be tested in accordance with Clause-7.7.2.3 (b) (2) of IS: 2516-(Pt-I&II) Sec.I/1977 and the test shall be made with all the three phases loaded.

ii) For time/current characteristic, the reference calibration temperature of the MCCBs shall be 40oC and durance, if any; upto 50oC operating temperature in the enclosure shall not exceed 10% of the value indicated above in Clause (I) above.

iii) The MCCBs shall be calibrated and adjusted in the factory itself for the desired time/current characteristic

iv) The MCCB should have the following maximum resetting time under overload & short circuit conditions :-

Overload conditions - 3 minutes

Short Circuit conditions - Instantaneous

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 325

RATED SHORT CIRCUIT BREAKING CAPACITY: The rated short circuit breaking capacity of the

MCCBs shall be as follows: -

Transformer rating(KVA) Rated short circuit breaking capacity

of the breaker in Kilo-Amps

315 KVA A minimum of 25 Kilo-Amps

The short circuit breaking capacity test as specified above shall be based on short circuit tests

carried out at 0.4 Power Factor (lagging). For the purpose of these tests, the following

operating sequence shall be followed: -

Break-3 minutes itnerval-Make-Break-3 minutes interval-Make-Break.

The Distribution Box shall be provided with two nos. 75x 40mm (ISIC) mounting channels

welded to the top sheet of the Box. The channel shall have 2 nos. holes (13mmx13mm) for

receiving bolts. With such top mounting facility, the Box can be mounted directly under the

base channels supporting the distribution transformer. The mounting holes shall be

maintained at fixed distance of 225 mm irrespective of box size so that necessary provision of

drilled holes can be done.

The Distribution Box shall house a Triple Pole Isolator of adequate ratings at incomer and

Triple pole MCCBs equal to numbers of outgoing feeder circuits on outgoing side. The ratings

of MCCB as incomer and numbers and ratings of MCCBs to be provided at out going circuits

are indicated hereunder:-

Light emission diodes shall be provided for all the outgoing phases to indicate the availability

of supply and when switched off due to tripping/manual operation of MCCBs to indicate that

the same is off. LED are to be provided inside the box.

Enclosures:

The enclosure shall be made of 14 SWG (2mm) steel sheets and shall be suitable for outdoor installation, conforming to IP-20 degree of protection as per IS: 2147/1962.

The front door shall be having locking facility. The box should be provided with single door in front and having internal locking arrangement with two keys. Extra padlock arrangement shall also be provided. The latches provided inside the door, which are locked in position by the keys, should be such that the door gets locked just by closing (for opening the door, keys will then be required). The backside cover shall be screwed type and should be fixed with 4 nos. 8mm size Allen screws at four corners.

One box spinner of suitable size for the screw fitted in the box should be provided inside the box with suitable clamps.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 326

Neoprene rubber gasket shall be used on front door as well as back cover.

Painting of Box

All sheet steel surface of the box shall be thoroughly degreased and shall be followed by antacid cleaning so as to produce smooth and clean surface free from scale grease and dust. After cleaning, the surface shall be given phosphate coating followed by two coats of anti rust paint primer (i.e. red zinc chrome primer). After which, 2 coats of synthetic paint of light grey colour (no.631 as specified in Indian Standard 5 of 1961) shall be applied on internal and external, surface of the steel structure of the box with a spray gun. The box shall be baked in the oven so as to give an elegant and durable finish to the box.

Leakage Proof: The box shall be vermin proof and weatherproof.

The assembly, comprising of the enclosure, framework and the circuit breaker shall be provided with earthing terminals readily accessible and of adequate size two earthing studs of 12mm dia size shall be welded to the enclosure on either side as shown in the drawing and shall be provided with locking nuts and washers. All the nuts, bolts and washers should be galvanized iron. The earthing terminal shall be clearly marked.

Four nos. drainpipes of ½” diameter shall be welded at the bottom of the box at Four Corners. The bottom plate shall be centrally bent to provide slope for drainage of water through the drain pipes.

Ventilation louvers with wire mesh shall be provided on both the sides as per requirements. In addition to this, louvers with wire mesh of suitable sizes and numbers also required on backside cover of box. Detailed drawing showing size of openings and size of brass mesh shall be submitted by the bidder for approval prior to manufacture.

Danger Board: Specifications are shown in Technical Specifications of the package.

Knock-out Holes:

Knockout holes for incoming and outgoing cables will be provided. The holes shall be suitable

to accommodate single core aluminium conductor LT cable of appropriate size. These holes

should be provided direct contact with and gets out by the metal edges.

The holes should be in alignment with the terminals of incomer and outgoing MCCBs so that

the cable may be directly crimped with lugs. Bending of cable inside the box for terminal

connection should not be required.

BUS BAR AND CABLING:

iv) The incoming single core cable shall enter from backside (top) of the enclosure. All outgoing cables shall enter from the sides of the enclosures.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 327

v) Electrolytic grade aluminium shall be used for bus bar and links used inter-connection of incoming and outgoing MCCBs. The minimum size acceptable are as follows :-

vi) Bimetallic / suitable connectors are required for connecting the MCCBs terminals to Bus Bar.

BUS BAR DETAILS

[All dimensions are in mm]

Item Main Bus

Bar size

Feeder

Bar

size

Neutral

Bar

Size

Remarks

315KVA

Dist.Box

10x50 or

5x30

6x25 10x50 The sizes of main bus and

feeder can suitably

changed for carrying

capacity upto 2.5 times of

the respective MCCB.

Neutral bus may be

provided separately at the

backside maintaining

proper clearance duly

isolated from body of

Distribution Box through

cotton impregnated hylem

sheet of 10mm thick.

vii) The Bus Bar/Links shall be covered with casting of through setting compound to avoid possibility of shorting due to movement of lizards’ etc.

viii) All the bolts used in the bus bar joints shall be provided with check nuts in addition to spring washers. The size of nut bolts connecting the busses to other bus etc. should be such that the clearance between phase to phase or phase to neutral should not be less than prescribed limit.

ix) Crimping type aluminium lugs of suitable size shall be used for all incoming and outgoing cable connection. The size of cable used for incoming and outgoing for various boxes are as follows

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 328

Transformer

capacity

Incoming Outgoing

315 KVA 2X300, 3.5 C Sq.mm 3.5CX 150 Sq.mm (4 ckt)

x) All bus bar shall be secured by DMC/SMC, (Fiberglass reinforced polystyrene) support depending upto their design and arrangements of bus bars. The support shall have anti tracking barriers between phases.

xi) The minimum clearance of 25mm between phases and 20mm between phase and Neutral/Earth shall be maintained for the bus bars.

xii) DMC/SMC moulded cable support shall (fixed on sides of enclosures) have holes of sizes to suit incoming and outgoing cable of recommended size.

TESTS & TEST CERTIFICATE: The type test certificates from reputed national level laboratories for the distribution box complete with suitable MCCBs (as indicated in technical specification) for incoming and outgoing feeders giving the results of sample tests as per relevant BSS/ISS indicated below are required to be submitted along with the lot offered for inspection before despatch for approval in support of compliance of material to the specification and quality. Make of the MCCBs to be used should be indicated in the offer. Acceptable make of MCCBs are L&T, Siemens, Crompton Greaves, and Alstom.

(a) Type test for Distribution Box as per BS 214/1959.

(b) All type & routine tests, except the Short Circuit Breaking Capacity Test shall be carried out on the MCCBs in accordance with IS:2516(Pt-I&II Sec.I)/1977 or its latest modification. The short circuit breaking capacity test shall be carried out.

(c) Test Certificate in respect of Type Tests, from standard testing laboratory like C.P.R.I. etc. should invariably be furnished in support of the quality.

GENERAL:

(i) The boxes shall be strictly as per technical specification and drawings which are to be submitted by the bidder and approved by the MBSEB before taking up the manufacturing.

The specifications of Distribution boxes are detailed below:

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 329

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

1 SCOPE Design, Manufacture & Testing, Installation,

commissioning of L.T. Distribution Boxes

2 SYSTEM AC 3 Phase 4 Wire 50 C/S

3 MATERIAL SHOULD BE SUITABLE IN THE WEATHER CONDITIONS AS

BELOW:

a) Temperature Range 0o to 50oC

b) Relative Humidity 20% to Max. 100%

c) Altitude 0 to 1000 Meters

4 SYSTEM DETAILS

a) K.V.A. Suitable for use with 315 KVA X’mer

b) Voltage 415 V AC

c) Frequency 50 C/S

d) Approximate full load

current 90/140 A

e) No. of Outgoing Circuit

per Phase 2 Nos.

5 APPLICABLE STANDARDS - AMENDED UPTO DATE

a) Switch Disconnector

(Isolator)

IS:13947 (Pt-III)/1993

b) L.T. MCCBs

IS: 13947 (Pt-II)/1993. The MCCBs provided in

these boxes shall conform in all respects to the

relevant IS: 2516 (Pt-I&II)/1977 and REC

specification No.18/1981 (revised) or its latest

revision as applicable.

c) Enclosure Box IS:2147/1962

d) General Requirement

of LT Switchgears

IS:4237/1982 & 8623 Part I/1993

6 MANUFACTURING /

CONTRUCTIONAL

One Triple Pole Switch Disconnector of 450 A

rating on Incoming side with 6 nos. single pole

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 330

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

DETAILS MCCB (nominal rating 160 Amps, O/L Current

setting (150 Amps) on outgoing side along

with necessary inter-connection with bus bar

& links with other components as per

drawings enclosed

7 DETAILS OF INCOMING CURCUIT WITH TRIPLE POLE SWITCH

DISCONNECTOR (HANDLE SHOULD BE DETACHABLE)

a) Rated Insulation Should be more than 660 volts AC

b) Utilization category AC 23A

c) Rated Impulse

withstand voltage (KV

12

d) Rated Thermal current

(Amps) 450 A

e) Rated Operational

current at 240V (Amp) 450 Amps

f) Short-withstand

current for one second 25 KA

g) Rated Making capacity

at 415 VAC at 0.45 P.F

As per relevant clause of I No.13947 (Pt-III) i.e.

10 times of the rated operational current of

S.D.

h)

Rated breaking

capacity 415 VAC at =

0.45 PF

As per relevant clause of I No.13947 (Pt-III) i.e.

8 times of the rated operational current of S.D.

i)

Mechanical Endurance

(Operating Cycles)

(Nos.)

As per relevant Clause of IS No.13947 (Pt-III)

j) Electrical Endurance

(Operating Cycles) As per relevant Clause of IS No.13947 (Pt-III)

k)

Cross Section of

terminal strips of

switch disconnector in

incoming side &

50x10 Sq.mm

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 331

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

outgoing side (Sq.mm)

l) Length of terminal on

incoming side (in mm)

80mm

m) Length of terminal on

outgoing side (in mm)

60mm

n)

Material of the

terminal strips

(incoming & outgoing)

Tinned Electrolytic Copper

o)

Length of Operating

Handle and position of

handle

Switch Disconnector should be front operated

& length should be at least 80mm

p) Body Material of

Switch Disconnector

Body of the Switch Disconnector should be

made of DMC compound

q) Applicable ISS for type

test

The Switch Disconnector, to be used in the

Distribution Box should be type tested as per

IS: 13947-III)/1993 for Seq. I, II & III. The type

test should have been conducted by

CPRI/EREDA only. Type Test report is to be

submitted.

Note: Triple Pole Switch Disconnector to be used in Distribution Box, must possesses

type test design as per IS 13947 – III / 1993 for Seq. I, II & III.

8 OUTGOING CIRCUIT DETAILS SINGLE POLE MCCB SHALL BE PROVIDED AS

PER DETAILS GIVEN BELOW

a)

No. of circuits on

Outgoing side per

phase

2 Nos / Phase

b) Nominal Current 100 Amps

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 332

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

c) Current setting (Fixed

overload)

For 63 KVA-50/50 Amps for 100 KVA 95/95

Amps Two CKT/Phase

d) No. of Pole Single Pole

e)

Rated Short circuit

breaking capacity in KA

as per IS:13947 (Part-

III)/1993

5 KA at 0.4 PF (LAG)

f) The sequence of

operation for MCCB As per Clause 8.3.4 of IS:13947(Pt-II)

g) Utilization category (A)

h) Power factor for short

CKT Test 0.4 (LAG)

i) Colour of MCCB Grey

j) Arrangement of

terminal strip of MCCB To be approved

k) Projections of terminal strips of

MCCB on:

i) Bus-bar 60mm

ii) On out-going (Cable

side) 80mm

l) Size of terminal strips 30 x 3 Sq.mm

m) Material of the bus bar

strips

Continuous tinned copper strip from the point

of contact

n) Details of Type tests

for MCCB

MCCB to be used in the distribution box must

be type tested for Seq-I, Seq-II & Seq.III as per

IS:13947 (Pt-II)/1993 done by CPRI Bhopal,

Bangalore or EREDA

o) Type of MCCBs Thermo magnetic/Fully magnetic

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 333

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

p) THE LT MCCB SHALL HAVE THE TIME CURRENT CHARACTERISTICS AS

INDICATED BELOW:

SETTING TRIPPING TIME

1.05 More than 2.5 Hrs.

0.2 More than 10 Minutes & less than 2 Hrs.

1.3 Less than 30 Minutes

1.4 Less than 10 Minutes

2.5 Less than 1 Minute

4 Not less than 2 seconds

6 Less than 5 seconds

12 Instantaneous (less than 40 Milliseconds)

For the above time current characteristics the reference calibration temperature of the

breaker should be 40 degree Variation, if any upto 50oC. The operating time, shall not

exceed 10% of the current setting indicated above.

Note: Single Pole MCCB shall possesses Type Test report of Sequence-I, II & III as per

IS:13945 Pt-II.

9 DETAILS OF BUS BAR & LINKS

a) Material

Electrolytic tinned copper. All bus bar should

be made of single strip without joint, burrs

and properly drilled.

b) Size of main Bus bar 30 x 3 Sq.mm

c) Size inter-link 30x3 Sq.mm

d) Insulations over the

Bus bar & links

PVC Insulation of standard Colour code I.e.

Red, Yellow, Blue for R, Y & B Phase

e)

Minimum Clearance

between Bus bar Box

and terminals of

Switch Disconnector

& MCCBs

As per IS:4237 amended up-to-date

10 ENCLOSURES

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 334

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

i) Size (1000x1100x350mm)

ii) Material CR/MS Sheet

iii) Thickness 2mm

iv) Arrangement for Pad

lock Arrangement to be provided for pad lock

v)

Weather Auto lock is

to be provided on

front of door

Auto lock is to be provided in such & manner

that the cover of the box cannot be left open

and it gets latched automatically when closed

manually. Latch should be provided with

master key for opening of the door

vi) Slopping of Roof Slopping with 5 degree on back side

vii) Front door of the Box An aluminium sheet 2 mm thick engraved with

" Station Transformer DP – APDRP Project”

11 Size of Bottom plate

perforated 3 mm dia holes in the plate

i) Thickness of Bottom

Plate 4 mm of non magnetic material

ii) Material of the

Bottom Plate Perforated non magnetic material sheet

iii) Fixing Arrangement of

the Bottom Plate Should be detachable

iv) Knock out Holes in

the Bottom plate

3 Nos. holes with double compression brass

glands suitable for the required size of cable

and 2 Nos additional holes of same size with 2

mm thick MS sheet of suitable width to be

provided with suitable hardware to plug the

additional holes.

v) Additional supports of

the bottom plate

2mm thick perforated sheet

vi) Bottom Cleats of Box

Bottom cleat of 45x110x3mm thick sheet to be

provided below the box on both side, so that

box does not come in direct contact with

ground when stored

vii) Air Circulation&

Clearance in the Box

Both side louvers with wire mesh, vermin

proof ventilation

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 335

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

viii)

Clearance between

the terminals of bus

bar switch

Disconnector and

MCCB

Creepage should be as per IS:4237

x) Instructions to

Lineman

Instruction printed in Hindi to be provided as

per drawing No.03(B) in side each box

x) Danger Board

Identification Plate

To be provided as per specifications detailed in

technical specifications. each box must have

identification plate on the front cover a)

MPSEB, b) Rating Box, c) Serial No., d) Name of

firm and e) APDRP Work

xi) Hinges To be approved

xii)

Other parts such as

Nuts, Bolts & Washers

etc.

All Nut, Bolts & Washers used in current

carrying parts should be of good quality

stainless steel

12 EARTHING BOLTS

a) Required No. Two (One on each side)

b) Fixing 12 mm diameter bolts are to be fixed by

welding on both the sides.

c) Size 12 mm diameter

d) Others One spring washer and two plain washers

should be provided on the earthing bolt

13 PAINTING & FIXING ARRANGEMENT

FOR BOX

a) Process No. 5 Tank process

b) Painting With synthetic enamel paint of good quality

c) Colour

(outside)(inside) Grey White

d) Fixing Arrangement

for box

The Distribution Box shall be provided with

two nos. 75x 40mm (ISIC) mounting channels

welded to the top sheet of the Box. The

channel shall have 2 nos. holes (13mmx13mm)

for receiving bolts. With such top mounting

facility, the Box can be mounted directly under

the base channels supporting the distribution

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 336

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

transformer. The mounting holes shall be

maintained at fixed distance of 225 mm

irrespective of box size so that necessary

provision of drilled holes can be done.

14 NETURAL BUS BAR

a) Size 50 x10 sq.mm or equivalent

b) Fixing To be approved

c) Lugs Double hole bimetallic lugs adequate

15

LUGS ON INCOMING

AND OUTGOING

TERMINALS

Bimetallic lugs on incoming terminals of Cables

to Switch Disconnector and outgoing side from

Single pole MCCB are provided suitable for the

required size of 3-1/2 core cable. The

bimetallic lugs should conform to IS:8337(e.g.

clause 4.1.1, clause 4.1.3 and clause 4.2)

a) Size of Incoming side

cable 3.5 Core, 2X300 sq.mm

b) Size of Outgoing cable

& lugs 3.5 Core 150 sq.mm

16 CABLE HOLDING

CLAMP

Cable holding clamp be made of 2mm thick

strip with 4mm base to be provided on

incoming side and outgoing side

17 OTHER

REQUIREMENTS

There should be free circulation of Air

between Switch Disconnector bus bar & SP

MCCB at back and front so that the inside

temp. does not exceed beyond permissible

limits

18 APPLICABLE

STANDARDS FOR BOX

A) IS:2147/1962 with latest amendments,

B) IP-20 IS:8623(Pt-II)/1993

19 TEST & TEST CERTIFICATE

(I) Type Test Certificate A) Temperature rise test as per IS:8623/Pt-I/93

NOTE B) High Voltage Test should be done at 3.00 KV

for one minute

C) Short time withstand current test on

Distribution Box. For short time current test

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 337

Technical Specification Of LT Distribution Boxes for 315 KVA Ratings

S.No. Particulars RATINGS

315 KVA

the box should be subjected to a current of 5

KA for 1 Sec. For all the Ckt. Independently,

after by passing the MCCBs.

(II) Routine Test

Certificate

A) Overall dimension, B) Insulation Resistance

Test, C) H.V. withstand test for 3.0KV for one

minute, D) Operation test on MCCB and S.D.

separately

Each Distribution Box should be tested for the

routine test as indicated. The routine test

report indicating S.No. must be submitted

with the offer at the time of inspection of the

material

(III) ACCEPTANCE TEST ON COMPLETE

BOX

IV) TIME CURENT

CHARACTERISTIC TEST

With the established temperature rise as

above the Distribution box MCCB should be

tested for time current characteristic at 1.05

and 1.2 times of over load release current

setting and it should pass the requirement

given as per Clause-B(P)

20 INSTRUCTION FOR SUBMISSION OF TYPE TEST

CERTIFICATES

I) The type Test Certificate on the name of firm must be furnished along

with the offer.

II)

In case firm is supplying the materials for the first time, type testing shall

be in their scope of work. No separate type testing charges shall be paid

by MPSEB for their product.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 338

25.SCADA specifications FOR NEW 33/11 KV, SUB-STATION

SR. No. PARTICULAR OF EUIPMENT Unit Case-1

QTY

SCADA PART A - SOFTWARE PORTION

1 Remote terminal unit No. 1

2 Multi Function Transducers No. 9

3 Contact multiplying relay No. 132

4 Heavy Duty Relays for CB Trip/Close No. 27

5 Routers No. 1

6 LDMS No. 1

7 Printer No. 1

8 LDMS SOFTWARE No. 1

TOTAL AMOUNT FOR PART -A

SCADA PART -B- HARWARE EQUIPEMENTS

1 SCADA compatible Differential Relay (for 5 MVA X-mer) No. 1

2 SCADA Compitable Numerical Relay No. 9

3 Master Trip Relay No. 9

4 Aux relay (30 v DC 4 NO + 4 NC) No. 30

5 contractors No. 25

6 Transformer Pressure Indicator (TPI) No. 1

7 Winding tempretutr indicator (WTI) No. 1

8 Oil Tempreture indicator (OTI) No. 1

9 Isolator Contacts No. 19

10 Control cable

a 2 Core. 2.5 Sq.mm. (Unarmoured) Km 0.75

b 4 Core. 2.5 Sq.mm. (Unarmoured) Km 2.5

c 8 Core. 2.5 Sq.mm. (Unarmoured) Km 0.3

TOTAL AMOUNT FOR PART -B

TOTAL (Part A+B)

13 Centages11.5 %

14 Provision for Labour & Transportation Charges

TOTAL

Case 1- 33/11 KV S/s containing 1 No 33 kv bay, 1 No. PTR and 5 No. 11 KV feeders, 1 No. 11 KV Bus Section Isolator , 1No. Capacitor banks and 1

No. station transformer .

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 339

26. 11 KV EPOXY CAST DRY TYPE SINGLE PHASE PTs

11 KV Single Phase Potential Transformer shall conform to IS-3156:92 with its latest

amendments if any.

Since epoxy resin are liable to weathering when exposed to atmosphere, the complete unit

shall be contained in a full weather proof outdoor pole mounting type steel tank with one

number of 11 KV weather proof porcelain bushing on the primary side for incoming

connections.

Secondary terminals of the potential transformers shall be brought-out on the side of the tank

to a separate terminal box. Box shall be made suitable for taking out secondary connections

through PVC Cables. Entry of the cables into the box of the unit shall be through glands and

check nuts to be supplied along with epoxy compound.

The transformer tank shall be given three coats of rust preventing paint and finished with light

gray no. 631-IS-S on all external surfaces. The tank shall be provided with lifting hooks

properly welded on the side or top cover plate of the tank.

The dimensions and electrical characteristics of the 11 KV bushing shall be in accordance with

IS: 2099 and its subsequent amendments, if any.

The minimum electrical clearance between phases and phase to earth shall be as per ISS.

The top of the tank will have slope to drain the rain water and avoid collecting pockets.

To prevent moisture entry in the bushing chamber, the nuts on the top of the stem would be

sealed with araldite. Further, the angular space between the stem and the bushing will be

filled with epoxy cast compound or with araldite to prevent ingress of moisture.

The insulating materials for winding between HV and LV between interlayer of the winding for

end turns shall be as per relevant ISS. However, end turns have to be provided with enforced

insulation and lead connecting to the bushing shall be provided extra insulation of fiber glass

sleeves.

Voltage rating, PT ratio, class of accuracy, burden of 11 KV Single Phase PTs shall be

engraved/painted on the body of main tank as well as on name plate.

The potential transformer will be connected phase to neutral with neutral point solidly

earthed. The neutral of the system is also solidly earthed.

The potential transformers shall be designed to limit the temperature of winding and other

parts as specified in the standards, when corrected for the difference between the temp.

prevailing at site and temperature specified by the standards. The temperature rise at 1.2

times rated primary voltage when applied continuously at rated frequency and at rated

burden shall not exceed the limits specified above and the temperature rise at 1.5 times rated

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 340

primary voltage when applied for 30 seconds starting from previous stable operating

conditions at the rated frequency and rated burden shall not exceed the above temperature

limits by more than 10°C.

TYPE TESTS

The Single Phase PT shall be type tested, as per IS-3156/1992 with latest amendment, if any

from CPRI or from any Govt. Standard Test Laboratories in India or from laboratories of Inter

National repute duly attested by competent testing authority. The type test comprises of

following:-

1. Temperature Rise Test 2. Lightning Impulse Test 3. Determination of errors or other characteristics according to requirement of the

appropriate designation or accuracy class. 4. HV Power frequency wet withstand voltage test.

ROUTINE TEST

Each 11 KV Single Phase PT shall be subject to routine tests in accordance with IS-3156 (with it

latest amendment if any) at firm’s works and shall be witnessed in the presence of owner’s

representatives, if so, desired by the owner. The routine test comprises of following:-

Verification of terminal marking and polarity test

Power Frequency Dry withstand voltage test on Primary winding

Induced over voltage withstand test

Power Frequency Dry withstand test on Secondary winding

Partial Discharge Tests in accordance with IS-11322/1985

Determination of errors or other characteristics according to requirement of the appropriate designation or accuracy class.

Routine tests indicating results of all the required tests should be submitted in duplicate by

the firm along with the inspection offer or with inspection report.

27. TECHNICAL SPECIFICATION FOR 33 KV CURRENT TRANSFORMER

SCOPE: This specification covers design, manufacturing, testing at manufacturers works,

supply and delivery of 33 KV outdoor type epoxy moulded oil immersed, current transformers

for relaying and metering services in 33 KV solidly grounded system.

GENERAL REQUIREMENT: The current transformers shall be of outdoor, epoxy moulded,

single phase, 50 cycle, oil immersed design and suitable for operation in humid atmospheres

and in the tropical direct sun-light with temperature up to 50°C. They should be suitable for

use in areas subjected to heavy lightning storms. The CT should be suitable for operation

under the climatic conditions, prevailing in the State of Madhya Pradesh.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 341

The CTs are required to be mounted on an out door structure in the switchyard. CTs will

therefore, have suitable mounting holes at the base channel, for clamping it on the structure.

This specification does not cover supply of mounting structures for the CTs.

The current transformers shall have the following specification:-

i Nominal System Voltage 33 KV

ii Highest System Voltage 36 KV

iii Frequency 50 Cycles

iv Earthing of the System Effectively grounded

v Insulation Level 170 KV

vi Short Circuit Level 1000 MVA

vii Minimum one second short time current rating 18.4 KA

viii One Minute Power Frequency withstand Voltage 70 KV

ix Minimum creepage distance 900 mm

x Rated Secondary Current 5 Amps

xi No. of cores (with the following accuracies) 2

S.No. Particular Core-I Core-II

i Purpose Relaying/ Protection Metering

ii Rated Output 30 VA 30 VA

iii Accuracy Class

5 P 10 1.0

xii Tank Sheet Thickness Minimum 3 mm

xiii Transformation Ratio 200-100/5-5A and 300-150/5-5 A

DESIGN: As stated, the 33 KV CTs shall be oil immersed epoxy moulded type. Thus, the CT

cores after providing insulation shall be moulded in epoxy compound and thereafter shall be

housed in the steel tank. Thickness of steel tank sheet shall be more than 3 mm. Complete

process of manufacturing shall be clearly described in the offer by the tenderer.

STANDARDS: The current transformers shall comply with the latest issue of Indian Standard

2705 (Part-I, II, III & IV) or IEC-185 with latest amendment thereof.

GENERAL: The current transformers shall be outdoor single phase, epoxy moulded oil

immersed type suitable for the services indicated, complete in all respect conforming to the

modern practices of design and manufacturing.

The core shall be of high grade, non-ageing electrical silicon laminated steel of low hysterics

loss and high permeability to ensure high accuracy at both normal and over currents.

Current transformers shall be sealed properly to eliminate and prevent air and moisture from

entering the tank. These shall be provided with oil level gauge and shall be provided with a

pressure relieving device capable of releasing abnormal internal pressures. Design and

manufacturing of mounting of pressure release device and oil level gauge should clearly be

described with the help of suitable drawings.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 342

The maximum temperature attained by any part of the equipment, when in service, under

continuous full load conditions and exposed to direct rays of sun, shall not exceed 45°C above

ambient.

The primary winding, terminals, terminal connectors etc. are required to be designed

considering the continuous over loading of 25%. For the 25% continuous over loading, the

ratio and phase angle error shall be maintained within the specified limit applicable for

normal loading conditions. Further, temperature rise for 125% loading shall be within the

permissible limits specified in the relevant IS.

WINDINGS: The current transformer core to be used for metering and instrumentation shall

be of accuracy class specified above. The primary winding shall be designed considering

current density not exceeding 1.5 Amps/sq. mm. The saturation factor of this core shall be low

enough not to cause any damage to measuring instruments in the event of maximum short

circuit current.

Current transformer cores to be used for protective relaying purposes shall be of accuracy

class specified or appropriate class suitable for over current protection. The cores shall be

designed for a minimum saturation factor of 10 for the highest setting. The magnetization

curves for these cores shall be furnished with the tender.

The rating of the secondary windings shall be 5 Ampere. The secondary terminals shall be

brought out in a compartment on side of current transformer for easy access. The secondary

terminals shall be provided with short circuiting arrangement. The secondary taps shall be

adequately re-inforced to with-stand normal handling, without damage.

INSULATION: The quantity of insulating oil for first filling in each current transformer and the

complete specification of the oil shall be stated in the tender. The oil should be preferably of

improved EHV grade type.

The current transformers shall be single phase, multi-core, separately mounted, free standing

type for outdoor installation.

The insulators shall be prepared from wet process porcelain with arrangement for sealing

hermetically to the metallic tank containing the core and the secondary winding.

The primary terminals of current transformer shall be of non-ferrous corrosion-proof material

and shall be provided with suitable terminal connectors to receive ACSR Dog conductors.

Complete design of terminal connector together with aluminum alloy composition, as per the

requirement of IS, shall be decided by the Board at the time of drawing approval after

placement of order and the agency will have to ensure compliance of the same at no extra

cost. Further, the terminal connectors are to be made by gravity die-casing process.

Secondary terminals shall be brought to a suitable weather proof sheet meal terminal box for

termination of multi-core armoured cable (as per IS-2147).

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 343

The terminals of primary and secondary winding shall be clearly marked according to relevant

standards.

INSULATION WITHSTAND CHARACTERISTICS: Insulation withstands characteristics shall be as

per IS 2705 and as shown in the table below :-

Nominal system

voltage

Highest

system

voltage

Lightning

Impulse

withstand

voltage

Power Frequency

withstand voltage

(for 1 minute)

33 KV (rms) 36 KV (rms) 170 KV (peak) 70 KV (rms)

All exposed ferrous parts shall be hot dip galvanized conforming to IS : 2633.

For the secondary connections, threaded stud terminals shall be provided.

Change in CT ratio will be obtained by providing tapings in the secondary windings, while the

primary will have only one winding.

The tenderer should note that the CTs are required only of outdoor type having porcelain

shell, duly epoxy moulded type. Compound filled CTs are not required. Further, CTs with live

tank design or inverted type are not acceptable.

TYPE OF MOUNTING: The 33 KV CTs shall be mounted on CT bracket, provided on 33 KV circuit

breaker’s structure.

TERMINAL CONNECTORS: The terminal connectors suitable for ACSR Dog Conductor and for

horizontal take off shall be supplied. Suitable terminal earth connectors for earthing

connection shall also be supplied. The design of clamp shall be subject to our approval.

STUDS: The length of stud available for clamping of terminal connector shall be 80 mm.

Minimum 2 nuts with a check nut and washer should be provided on upper side of stud. The

minimum size of stud should be 12 mm for 200-100/5-5 Amps and 16 mm for 300-150/5-5

Amps CTs. Further, the primary studs shall be so designed as to have current carrying capacity

at least 1.5 times that of the primary winding.

BUSHING: The basic insulation level of the bushing shall be as specified and porcelain shall be

homogeneous and free from cavities and other flaws. This shall be so designed as to have

ample insulation and mechanical strength. All insulators of identical ratings shall be

interchangeable. The insulators shall be type tested from any independent Govt. Lab., as per

relevant standard.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 344

TESTS PARAMETERS

1. hort time Current Ratings : The outdoor type CTs shall comply with the following requirements in respect of short time current ratings:

a. Thermal Ratings: Short time thermal current rating assigned to the CTs for the rated time of 1 second shall be 18.4 KA.

b. Dynamic Rating: Peak value of the rated dynamic current, which CT can withstand, without being damaged electrically or mechanically with the secondary winding short circuited, shall not be less than 2.5 times the rated short time thermal current.

c. Temperature Rise: Temperature rise of the CTs of outdoor type when carrying a primary current equal to continuous thermal current, at a rated frequency and at a rated burden, shall not exceed 45°C above ambient temperature.

TESTS: The outdoor type CTs shall be subjected to the following tests as per IS-2705 of 1992

with latest amendment thereof and the test certificates should be submitted for approval to

the owner.

TYPE TEST:

Short Time Current Tests

Temperature Rise Test

Lightning Impulse Test

High Voltage Power Frequency wet withstand Voltage Tests

Determination of errors according to the requirements of the appropriate accuracy class.

Copy of the Test certificates for the above tests must be furnished along with drawings of type

tested CTs duly authenticated by the type testing authority. The type Test Certificates should

be from independent Govt. Laboratory. The above tests must have been conducted on the CT

during the last 5 years from the date of opening of the bids and not earlier to than that.

In case of any change in design/type of CT already type tested and the one offered against this

specification, the owner reserves the right to demand repetition of tests, without payment of

any charges by the owner.

ROUTINE TESTS

The following shall constitute the routine tests :-

Verification of terminal markings and polarity

Power frequency dry withstand tests on primary winding

Power frequency dry withstand tests on secondary windings

Over-Voltage inter-turn test

Determination of errors according to the requirements of the appropriate accuracy class

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 345

Each current transformer shall be subjected to routine tests, as specified in Indian Standard

2705, in the presence of owner’s representative, if so desired by the owner. All test reports

should be submitted and should be got approved from the owner before despatch of the

equipment.

tests for chemical, mechanical, galvanizing tests as per IS-280-1979, IS: 1521-1972, IS1755-

1961, IS: 6745-1972 & 4826-1979 be encrusted. Test certificate towards, chemical

composition (as per SR. No.1 above) shall be submitted for each lot offered for inspection.

The below said tests shall be conducted in presence of Board’s representative deputed for this

at firm’s works & cost.

Vital Physical inspection and measurement of specified dimensions.

Coating test as per IS-1755-1961, IS: 2629-1966, IS: 2633-1972, IS: 4826-1969 & 1979 – IS:

6745-1972.

Adhesion test as per IS: 1755-1961, IS: 2629-1966, IS: 2633-1972, IS: 4826-1969 & 1979 – IS:

6745-1972.

Tensile strength and breaking load and elongation determined as per IS 1521-1972 with up to

date amendments.

PACKING

Packing shall be as per IS 280-1979 (Col.3.1) and each coil between 50-100 Kegs.

28. TECHNICAL SPECIFICATION FOR 11 kV & 33 kV MS CROSS-ARMS TECHNICAL SPECIFICATION FOR CROSS-ARMS FOR 33 kV AND 11 kV OVERHEAD POWER LINES 1.0 ‘V’ SHAPE M.S. CROSS ARM WITH CLAMPS 1.1 X-arms shall be made out of 100 x 50 x 6 mm and 75 x 40 x 6 mm M.S. Channel for 33KV

and 75x40X6mm for 11KV. 1.2 The cross arm shall be hot dipped galvanized generally conforming to IS – 2633/72.

1.3 The X-arm should not be welded/ jointed at any place except as specified. 1.4 The clamps for the X-arm shall be of G.I. & shall be hot dipped galvanized generally

conforming to IS – 2633/72. 1.5 The clamps shall be designed to fit for the specified rail & PSC poles. 2.0 Shape & Size 2.1 The cross arms shall be of MS channel.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 346

2.2 The cross arms shall have two holes of 22 mm dia (for 11kV line) and 26 mm dia (for 33kV line) for fixing of pin insulators. The center-to-centre distance between the holes shall be 1070 mm (for 11kV) and 1525 mm (for 33kV) and holes shall be in the middle of the top width of cross arm. 2.3 If required by the owner, holes of specified size and spacing shall also be provided for fixing of pole back clamp to suit the pole. 3.0 Marking The following information shall be marked on each cross arm: a) Manufacturer’s name or trademark. b) Year of manufacture

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 347

PART 6: BUILDINGS

1. EXCAVATION, FILL AND BACKFILL

The excavation and backfilling work shall be as per the general specification given in this

document, MP-PWD building specification, CPWD specification and relevant IS codes.

i. ANTIQUITES:

Any finds of archaeological interest such as relies of antiquity, coins, fossils or other

articles of value shall be delivered to the Engineer-in-Charge and shall be the property of

the Government.

ii. USEFUL MATERIALS:

Any material obtained from the excavation which in the opinion of the Engineer-in-charge

is useful shall be stacked separately in regular stacks as directed by the Engineer-in-Charge

and shall be the property of the Government.

2. ANTITERMITE TREATMENT:

GENERAL:

Pre constructional anti-termite treatment is a process in which soil treatment is applied to

a building in early stages of construction. The purpose of anti-termite treatment is to

provide the building with a chemical barrier \against the sub-terrine termites.

Anti-termite treatment being a specialized job, calls for thorough knowledge of the

chemicals soils, termite to be dealt g protection to the property undergoing treatment. It

is, therefore imperative that the works of anti-termite treatment should be got executed

through specialized agencies only. The specialized agency should be preferably a member

of the Indian Pest Control Association and shall have sufficient experience of carrying out

similar works of magnitude envisaged in this tender.

The pre constructional soil treatment required is to be applied during the construction

stages of the sub-structure up to plinth level. The contractor has to be watchful of the

various stages of sub-structure works and arrange to carry out the soil treatment in time

after proper co-ordination with department and other contractors if any, working at site.

SCOPE:

The scope of pre constructional anti termite treatment covers the soil treatment with

approved chemicals in water emulsion in foundation trenches for columns, plinth beams,

pile caps, brick walls, service trenches, lift pits, steps, ramps etc., in top surfaces of plinth

filling, at junction of walls and floor, in expansion joints etc., in stages as detailed in this

specifications and drawings. Unless otherwise stipulated, the anti - termite treatment will

be carried out as per I.S.6313 (Part II) 1981 and/or as per direction of the Engineer-in-

Charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 348

SITE PREPARATION

In order to ensure uniform distribution of the chemical emulsion and to assist penetration,

the following site preparation shall be carried out.

a) Remove all tress, stumps, logs or roots from the building site.

b) Remove all concrete formwork if left anywhere, levelling pegs, timber, Off-cuts and

other builder©s debris from the area to be treated.

c) If the soil to be treated is sandy or porous, preliminary moistening will be required

to fill capillary spaces in soil in order to prevent the loss of emulsion" through piping

or excessive percolations.

d) In the event of water logging of foundation the water shall be pumped out before

application of chemical emulsion and it should be applied only when the soil is

absorbent.

e) On clays and other heavy soils where penetration is likely to be slow and on sloping

sites, where run-off of the treating solution is likely to occur, the surface of the soil

should be scarified to a depth of 75mm at least.

f) All sub-floor levelling and grading should be complete all cutting, trenches and

excavations should be completed with backfilling in place, borrowed fill must be free

from organic debris and shall be well compacted. If this is not done supplementary

treatment should be made to complete the barrier.

CHEMICAL TO BE USED:

The effectiveness of chemical depends upon the choice of the chemical, the dosage

adopted and. the thoroughness of application. The chemical solutions or emulsion are

required to be dispersed uniformly in the soil and to the required strength so as to form an

effective barrier, which is lethal and repellent to termites.

a) Soil Treatment: One of the following chemicals in water emulsion, after approval from

the Engineer-in-Charge, shall be used uniformly over the area to be treated. surface at the

bottom in the trenches/pits.

b) Treatment on Top Surface of Plinth Filling:

The top surface of the filled earth within plinth walls shall be treated with chemical

emulsion at the rate of 5 Ltr/sqmt of the surface area before sub-base to floor is laid. If

filled earth has been well rammed and the surface does not allow the emulsion to seep-

through, holes up to 50 to 75 mm. deep at 150 mm centers both ways shall be made with

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 349

crow bars on the surface to facilitate saturation of the soil with emulsion.

c) Treatment at junction of walls and floors:

Special care shall be taken to establish continuity of the vertical chemical barrier on the

inner wall surface from the finished ground level (or from level where the treatment had

stopped) up to the level of the filled earth surface. To achieve this a small channel 30 x30

mm. shall be made at all the junctions of wall/column with floor (before lying sub-grade)

and rod "holes made in the channel up to the finished ground level at 150mm apart and

the iron rod moved backward and forward to break the earth and chemical emulsion

poured along the channel @7.5 liters (or at recommended quantity) per sqmt of the

vertical wall/column surfaces so as to soak the soil right up to the bottom. The soil shall be

tamped back into place after this operation.

d) Treatment for Expansion Joints:

The soil beneath the expansion joints shall receive special attention when the treatment

under 2.5.1 above is in progress. This treatment shall be supplemented by treating through

the expansion joint after sub-grade has been laid at the rate of 2 liters per meter length of

expansion joint.

PRECAUTIONS DURING TREATMENT:

a) Utmost care shall be taken to see that the chemical barrier is complete and.

continuous. Each part of the area shall receive the prescribed dosage of chemical

emulsion.

b) The treatment should not be carried out when it is raining or when the soil is wet

with rain or sub-soil waste.

c) Once formed the treated soil barrier shall not be disturbed. If by chance, treated

soil barriers are disturbed; immediate step shall be taken to restore the continuity and

completeness of the barrier system.

PRECAUTIONS FOR HEALTH HAZARDS AND SAFETY MEASURES:

The entire chemicals mentioned above are poisonous and hazardous to health. These

chemicals can have an adverse effect upon health when absorbed through the skin,

Inhaled as vapours or spray mist or swallowed. Persons handling or using these chemicals

should be warned of these dangers and advised that absorption through the skin is the

most likely source of accidental poisoning. They should be cautioned to observe carefully

the safety precautions given below particularly when handling these chemicals in the form

of concentrates.

These chemicals are usually brought to the site in the form of emulsifiable Concentrates.

The containers should be clearly labeled and should be stored carefully so that children

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 350

and pets cannot get at them. They should be kept securely closed.

Particular care should be taken to prevent skin contact with concentrates. Prolonged

exposure to dilute emulsions should be avoided. Workers should wear, clean clothing and

should wash thoroughly with soap and water especially before eating and smoking .In

event of severe contamination, clothing should be removed at once and the skin washed

with soap and water. If chemicals splash into the eyes they shall be flushed with plenty of

soap and water and immediate medical attention should be sought.

The concentrates are soil solutions and present a fire hazard owing to the use of

petroleum solvents. Flames should not be allowed during mixing.

Care should be taken in the application of chemicals/soil-toxicants to see that they are not

allowed to contaminate wells or springs, which serve as source of drinking water.

GUARANTEE:

The contractor has to furnish the guarantee for 10 (ten) years from the date of

completion of work, stating that in case of reappearance of termites within the

buildings area due to defective materials or workmanship or due to any other reasons,

the contractor will carry out the necessary post constructional treatment to keep the

entire area free from termite, once again, with out any extra cost to the department

during the guarantee period.

3. PLAIN CEMENT CONCRETE FOR GENERAL WORK:

The Plain Cement Concrete for general work shall be as per the general specification given

in this document, MP-PWD building specification, CPWD specification and relevant IS

codes.

The grade and thickness of the PCC at any part of the building shall be as approved by the

Engineer-in-charge and the design approving authority as descided by the Engineer-in-

charge/Owner.

4. REINFORCED CEMENT CONCRETE

The minimum grade proposed for RCC work of buildings shall no be less then M-20 grade,

however the grade of RCC for every component of building works under this contract shall

be as directed by Engineer-in-charge or the approving authority as mentioned in the

Employers requirement.

The specification of RCC material, mixing, placing, compaction and workmanship shall be

as per the general specification, MP-PWD manual/SOR, CPWD specification and releven IS

codes.

5. STEEL REINFORCEMENT:

All reinforcement bars supplied by contractor shall be of grade Fe 415 TMT bars conform

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 351

strictly to I.S. 1786 latest revision. Reinforcing rods shall be fabricated to shapes and

dimensions shown and shall be placed where indicated on the drawings, or required to

carryout intent of drawing and specifications. Before being placed, reinforcement shall be

thoroughly inspected and cleaned. Reinforcement shall not be bent or straightened in

manner injuries to the material. Bars with kinks or bends not shown on drawings shall not

be placed. The reinforcement shall be cleaned of rust and scales at all stages of work

without extra cost to the Department. Reinforcement shall not be spliced at points of

maximum stress. Laps for reinforcement shall be as specified in the drawing. Unless

otherwise specified in the drawing, the intersections of rods crossing each other shall be

bound with 16 SWG binding wire such that joints will not be displaced in the process of

placing concrete.

The cost of steel used by the Contractor in the reinforcement of beam, slabs and columns

etc. will be paid as per rate for reinforcement only up to the extent shown in the drawings.

Any laps and hooks provided by the Contractor for his own convenience shall not be

measured for payment. Splices in adjacent bars shall be staggered. The reinforcing bars

shall be placed as directed by the Engineer and shall be kept rigidly in position while the

concreting is being done. The correct clearance from the formwork, as indicated under

Para ©Concrete cover over reinforcement© below shall be maintained by using either

pre-cast blocks or metal chairs to be provided by the Contractor without extra charge. The

pre-cast blocks used for spacing will be properly cast and cured and will be of the same

mix, as of the concrete. Spacers and supporting chairs provided for correct positioning of

various layers of reinforcement will be provided without any extra charge.

The detail specification of reinforcement cutting, bending, placing, cover, binding lap,

splices, workmanship etc. shall be as described in the MP-PWD specification/manual or

CPWD specification and instruction of Engineer-in-charge.

6. FORM WORK:

Form work of building shall be done with water proof ply shutter or steel shuttering

material, all staging material shall be of steel, The detail specification of the shuttering

shall be as described in the MP-PWD SOR/Manual or CPWD specification and direction of

Ingineer-in-charge.

7. BRICK WORK

The Brick used for building work under this contract shall be well burnt modular brick with

crusing strength not less then 40kg/sqcm and water absorption not more then 20% in

cement mortar 1:4 or 1:6.

The detail specification of material and workmanship for brick work shall be as per MP-

PWD SOR/Manual or CPWD specification and as instructed by Engineer-in-charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 352

8. HARD CORE/SOLING UNDER FLOORS/FOUNDATIONS:

SCOPE OF WORK:

The work covered under this specification includes all types of soling work either by bricks

or by rubble stones laid under floors/foundations, hand packed, complete as per

specification given in the MP-PWD SOR/Manual or CPWD specification, applicable

drawings and instruction of Engineer-in-charge.

9. CEMENT PLASTERING FOR WALLS AND CEILINGS

SCOPE OF WORK:

The work covered under these specifications consists of supplying all materials and

rendering all types of plaster / pointing finishes strictly in accordance with MP-PWD

SOR/Manual, CPWD specifications, applicable drawings and instruction of Engineer-in-

charge.

10. FLOORING SKIRTING AND DADO Scope

This specification shall include furnishing of all labour, materials, and equipment,

necessary to complete the different types of flooring work as shown on drawings. Work

under this section shall include: -

i) Kota Stone floor.

ii) Cement skirting and dado.

iii) Ceramic tile floor.

iv) Ceramic tile skirting and dado.

v) Vitrified Ceramic Tile Floor

vi) Granite flooring/Wall Clading/platform etc

vii) Any other type of floor, skirting or dado as shown on drawings and/or

The detail specification of each type of flooring shall be as given in MP-PWD SOR/Manual,

CPWD specification and instruction of Engineer-in-charge.

11. PAINTING:

The work covered under these specifications consist of furnishing the various types of

paints and also the workmanship for these items, in strict compliance with the

specifications given in MP-PWD SOR/Manual, CPWD specification, approved drawings,

Empolyer’s requirement of this contract and as directed by Engineer-in-charge.

12. WOOD WORK: DOORS, WINDOWS ETC.

The work covered under these specifications consist of furnishing the various types of

wood work for door and windows and also the workmanship for these items, in strict

compliance with the specifications given in MP-PWD SOR/Manual, CPWD specification,

approve drawings, Employer’s requirement of this contract and as directed by Engineer-in-

charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 353

13. STRUCTURAL STEEL

The work covered under these specifications consist of furnishing and erecting of

structural steel complete, in strict compliance with the specifications given in MP-PWD

SOR/Manual, CPWD specification, approved shop drawings and as directed by Engineer-in-

charge.

14. ALUMINIUM EXTRUDED SECTIONS FOR DOORS / WINDOWS / VENTILATORS

SCOPE OF WORK:

The scope of work in the present tender item includes fabrication, supply and installation of

white anodized matt finished aluminium sections strictly in accordance with these

specifications and relevant detailed approved shop drawings.

GENERAL:

The contractor shall submit 6 copies of shops drawings covering all type/details of work as

generally shown in Architecturals drawing and envisaged under these specifications before

manufacture. The drawing shall show all dimensions details of construction, installation of

fixtures and relation to adjoining and related works. No fabrication work shall be undertaken

prior to obtaining approval of the shop drawings from the Engineer-in-charge. The tenderer

shall intimate at the time of tending the type of sections he proposes to use on the works.

MATERIALS:

Aluminium alloy for extruded sections for the above work shall correspond to I.S. 733

specifications or any further revision thereof (extruded sections shall conform to I.S.

Designation HE 0-WP. Hollow sections shall conform to I.S Designation HV9-WP) and shall be

anodized before incorporating in the work. The frame work, stiles, mullions, beadings,

transoms and handles etc. shall be of aluminium anodized sections as shown in detailed

approved drawings. All aluminium sections shall be of. The contractors can also propose

nearest alternative sections they manufacture/posses without changing the elevation,

structural stability & functional requirement. Department reserves the right to accept the

alternative section or otherwise. The sections shall be structurally suitable to withstand all the

loads, the members have to sustain. Counter sunk screws, nuts, bolts, washers, rivers and

other miscellaneous fastenings devices shall be of approved brass cadmium plated or stainless

as specified in the approved drawing. Each door leaf shall be prepared to receive glazed panel

of required thickness. Glazing shall be done with neoprene dry set glazing gasket (of best

quality and approved make) with snap-in-bevelled white anodized matt finish aluminium

metal glazing stops inside and outside. All doors shall have off-set pivots, double action (180o

minimum swing) floor springs with oil check boxes of approved manufacture. All doors shall

have 4 lever concealed brass body mortise lock without handles as per manufacturers design,

with concealed flush C.P. brass tower bolts provided at suitable locations. All doors shall have

push plates of design shown in the approved drawing as described in the schedule of

quantities. All entrances shall be without thresholds. All aluminum surfaces in contact with

masonry or concrete shall be given a thick coat of bitumastic paint. After fabrication,

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 354

aluminium sections shall be protected from construction hazards that may damage their

appearance or finish. All exposed surfaces of aluminium door entrance shall be protected by

masking tape during transshipment and erection. All sections and hardware shall have anodic

film and cover a minimum thickness of 0.015 mm.

FABRICATION:

The frames shall be manufactured square and flat. The corners of the frame being fabricated

to true right angle. All the fixed, sliding and opening frame shall be constructed of sections

which have been cut to length, mitred, welded and mechanically fixed at the corners. Where

hollow sections are used with welded joints, argon-arc welding or flash butt welding shall be

employed (Gas welding or brazing not to be done). In case welded joints are used, anodizing

shall be done after fabrication as a whole. All welding shall be on unexposed sides in order to

prevent pittings/discolouration of other surface imperfections after fixing etc. Necessary

allowance shall be made while manufacturing the aluminium door entrances wall spans and

glazing for receiving plaster. No field fabrication of frames is permitted. A thick layer of clear

transparent lacquer based on methacrylates or cellulose butyrate shall be applied on the

finished sections of the aluminium work by the contractor to protect the surfaces from wet

cement, lime, dirts, dust etc. during the construction activities. The size for door, window or

ventilator frames shall not vary by more than (+/-) 1.5 mm.

HARDWARE:

All cut outs, recesses, mortising or milling and operations required for fixing he hardware shall

be accurately made reinforced with packing plate as required to ensure adequate strength of

the connection. All the hardware accessories shall be of best approved type and of anodized

finish same as for the frames and other sections. Each lock shall be supplied with two stainless

steel keys and each key shall be with number stamped thereon according to the number on

doors so installed. All hardware shall be free from defects which may affect the appearance

and serviceability. All hardware shall be fixed after obtaining the prior approval of the

Engineer-in-charge. Approved samples of hardware shall be kept in the custody of the

Engineer-in-charge. Working and moving parts of lock sets shall be accurately fitted to

smooth, close bearings and shall be free from rattle. The floor springs shall be of heavy duty

type and should allow door operation smoothly. The contractor shall furnish a guarantee for

all finishing and quality of hardware covered under this section and which shall remain the

from defects of any kind, either materials and/or workmanship for a period of one year

(unless otherwise specified) from the date of completion/handing over of work. The

contractor shall repair or replace any and all defective work and damage caused, at any time

or times during that period within 3 days from the written notice. This shall be done without

any extra cost to the Department and to the complete satisfaction of the Engineer-in-Charge.

In case the same are not replaced immediately after the receipt of the notice to do so, the

Department shall do so at the cost of contractors. The cost as certified by the Engineer-in-

Charge shall be final and finding on the contractors.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 355

FIXING:

The frames shall be accurately fixed in the flooring/brick masonry or R.C.C. works. The fixing

of the frame shall be done with cadmium plated brass counter sunk screws driven on to the

teak wood rough ground, or fixed to the wall with holdfasts as directed by the Engineer-in-

charge, and as shown in approved drawings. All aluminium works shall be fixed in position as

per relevant Indian Standard Specifications and code of practice for fixing and glazing of

aluminium works. Joints between metal and masonry shall be fully caulked with

mastic/polysulphide compound in order to ensure water tight joints as directed by the

Engineer-in-Charge. Joints shall be neatly painted with matching cement and excess materials

shall be removed. Fixing of aluminium door entrances, hardware etc. shall be done in best

workmanship like manner true to line, level, plane, plumb etc. and all as directed by the

Engineer-in-Charge. Breaking of floor for providing floor springs and restoration of the floor

finishes to the original specification and finishes and minor additions and alterations to the

openings shall be deemed to have been included in the quoted rates.

15. GLASS AND GLAZING

SCOPE

The work in general shall consist of supplying and fixing all glass and glazing including all clips

putty, mastic cement, etc., wherever required as shown on drawings and specifications.

In general, wherever applicable and unless otherwise noted, the work shall conform to IS

1081. Fixing and Glazing of metal Doors, Windows and Ventilators.

INSTALLATION

a) GENERAL

The Contractor shall supply and install all glass and glazing as required for various doors,

windows, sashes, ventilators and fixed louvers, miscellaneous glazing and partitions, unless

otherwise stated in the drawing or schedule. All glass shall be of superior quality from

approved manufacturer like Modiguard, Saint Gobian or equivalent, having uniform

refractive index and free from flaws, streaks, laminations and bubbles. The glass should be

free from “wavy and rainbow formation”. Float glass for glazing and framing purposes shall

conform to IS:14900. The glass shall be brought to site in the original packing from the

manufacturer and cut to size at site. The cut edges shall be straight and free from chips,

spalls or any other damages. Wherever clear glass is specified, it shall be flat drawn float

glass and shall have the thickness as specified. Where wire glass is mentioned, it shall be

thick rolled glass with centrally embedded wire mesh of Georgian type. Where obscure glass

is mentioned, it shall have a cast surface on one side. The Contractor shall submit samples of

glasses for prior approval of the Engineer.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 356

b) Neoprene gaskets

Neoprene gaskets with snap-fit glazing beads shall be fixed as per manufacturer’s instruction

and shall sit snugly against glass to give a leak proof installation.

GLAZING, SETTING AND FINISHING

All glazing clips, bolts, nuts, putty, mastic cement, etc. as required shall be supplied by the

Contractor.

All glass shall be thoroughly cleaned before putting in position. Each glass pane shall be held

in place by special glazing clips of approved type. As specified in relevant IS Codes, four

glazing clips shall be provided per glass pan, except for large panes where six or more clips

shall be used as per the Engineer’s instructions. All holes that may be necessary for holding

the clips and for all other attachments shall be drilled by the Contractor at his own cost.

Glass panels shall be set without springing, and shall be bedded in putty and back puttied,

except where moldings are specified. Putty, mastic cement, etc. shall be smoothly finished to

a true even line. Obscure and figured glass shall be set with smooth side out.

Necessary glazing clips, putty mastic cement etc., shall be supplied by the Contractor. The

contractor shall be responsible for damage of glass during handling.

After completion of glazing work, the Contractor shall remove all dirt; stains, excess putty,

etc. clean the glass panes and leave the work in perfectly acceptable condition. All broken

cracked or damaged glass shall be replaced by new ones at Contractor©s own cost.

FLOAT GLASS FOR DOORS/WINDOWS/VENTILATORS

Float glass for vision panels in door shall have a minimum thickness of 5.0 mm unless

otherwise specified or shown on drawings.

REFLECTIVE TYPE SOLAR CONTROL GLASS FOR WINDOWS/VENTILATORS

The minimum thickness of the reflective solar control glass shall be of 5.0 mm unless

otherwise specified or shown on drawings. The glass should confirm to the rating of green

building.

ACCEPTANCE CRITERIA

a) All installation shall be free from cracked, broken or damaged glass. Edge of large panes

of thicker glass and heat absorbing glass shall be inspected carefully for chipping cracked

or ungrounded edges.

b) Glazing shall be carefully done to avoid direct contact with metal frames.

c) All glass shall be embedded in mastic or fixed by neoprene gaskets to give a leak proof

installation.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 357

d) At completion, the panes shall be free from dirt, stains, excess putty etc. to the complete

satisfaction of the Engineer.

DRAWINGS

The contractor has to submit the drawings based on the above specification.

16. ALUMINIUM COMPOSITE PANEL METAL CLADDING

1 Scope of Work

The contractor shall design, supply, fabricate, deliver and install and guarantee all

construction necessary to provide a complete aluminium composite panel cladding, complete

with all necessary anchors, hardware and fittings to provide a total installation, fully in

conformity with the requirements and intent of the drawing and manufacturer’s specification

and guideline and instruction of Engineer – in - charge. The scope of work shall be read in

conjunction with those in the specification of structural glazing.

2 Design Concept

a) The cladding shall be based on a water-tight system.

b) A 20mm wide joint shall be provided between cladding elements to cater for individual

panel installation and shall be sealed off with extruded EPDM gasket or silicon sealant.

3 Aluminium Composite Panel Cladding

Providing, designing, cutting, bending and fixing 4mm thick aluminium composite cladding of

approved make on external façade of size as shown with Water tight system either curved or

straight in plan. Skin material 0.5mm thick aluminium sheet (3005 H6) core material natural

polyethylene, aluminium cladding panel to be of approved colour/shade fixed with extruded

aluminium basic frame, angle cleats, weather sealants, rivets, GI brackets all as approved,

using suitable chemical/anchor bolts on structural steel work including necessary accessories

complete in all respects. Where level difference is shown dummy structural steel backup

frame shall be provided. Protective Film: The finished surface shall be protected with 80

microns self adhesive Peel Off film with two layers of white and black tested to withstand at

least 6 months exposure to local weather condition, without loosing the original peel off

characteristic or causing stains or other damages.

Weather silicon sealant, non streaking /staining weather sealant shall also be used wherever

required.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 358

Technical Data

A. Composition Skin material 0.5mm thick aluminium sheet (3005 H6) core material natural

polyethylene.

B. Dimensions Panel thickness : 4mm

Panel size: Width 1000/1250/1500mm

Length between 1500 and 5000mm

Tolerance

Width + 2.0mm

Length + 4.0mm

Thickness + 0.02mm

C. Principal Properties Panel weight: 5.5 kg/sq.m

Thermal expansion: 1mm/M/60 deg.C.

D. Acoustic Properties Average airborne sound transmission loss 26 db.

E. Mechanical Properties Tensile Strength RM> 160 MPa.

0.2% Proof stress RP> 130 MPa.

Modulus of Elasticity E 70,000 MPa.

Elongation A-50 – 5-7%

Aluminium Extrusions Extrusions shall be of aluminium alloy 6063 T5, conforming to BS-1470

– 1475 : 1972 in mill finish.

3.1 Design Wind Loading

Wind load shall be considered as per relevant codal provisions. No cladding element shall

sustain permanent deformation of failure under load

3.2 Deflection

Deflection of any aluminium frame shall not exceeding 1/175 of the clear span.

3.3 Expansion and Contraction

The cladding shall be so fabricated and erected as to provide for all expansion and contraction

of the components. Any temperature change due to climatic conditions shall not cause

harmful buckling, opening of joints, undue stress on fastening and anchors, noise of any kind

or other defects.

3.4 Flatness

The cladding surface taken individually shall not have any irregularities such as oil canning,

waves, buckles and other imperfections when viewed at any position but not less than at an

angle of 15 degrees to the true plane of the panel with natural lighting of incident of not less

than the same angle.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 359

3.5 Water Tightness

The panel cladding shall be so constructed to be water tight with provision for rear

ventilation.

3.6 Acoustic Treatment

The cladding panel system shall be designed so as to dampen noise caused by splashing water.

4 Fixings

a) Fastners including concealed screws, nuts, bolts and other items required for connecting

aluminium to aluminium shall be of non-magnetic stainless steel.

b) Rivets used for fastening panel to aluminium sub-frame shall be of alloy aluminium large

flange head type with stainless steel mandrel.

c) All fixing anchors, brackets and similar attachments used in the erection shall be of

aluminium or non-magnetic stainless steel.

5 Weather seal

a) All exposed joints between panel which require to be water tight shall be sealed with

extruded EPDM gasket of hardness approx. 75 SHORE.

b) All secondary weather seal shall be of self-adhesive tape as approved by Architects.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 360

17. STRUCTURAL GLAZING

General

1) Aluminium extruded section shall be designed for the following effects:

(a) Permanent Deformation, thermal expansion.

(b) Wind and seismic load

(c) Air and water infilteration or leakage.

(d) Lateral deflection per floor height

2) Unless otherwise specified the design of the system shall be prepared by the specialized

firm for executing such works and submitted to the Engineer in charge / owner for approval

after detailed scrutiny and checking design calculations and drawings.

3) The work shall bear five years guarantee. It will be obligatory on the part of the contractor

to execute the work systematically and conduct the necessary mock-up unit tests, before

taking up the work to the satisfaction of Engineer in charge / owner.

Specification for Materials used for Structural Glazing

1 Glazing Glazing work shall be as specified in the description of the item and / or as described under the chapter Glass & Glazing of this book.

2 Framing system

Aluminium anodized extruded sections manufactured by reputed approved manufacturers, for all types of members like brackets, mullions, transom etc.

3 Sealant As specified in the item or silicon sealant

4 Insulation 50 mm thick glass wool of minimum density 48 kg/cum sandwiched with black polythene sheet 100 micron on one side and aluminium foil of 100 micron on the other side or as specified by manufacturer at spandrel area. The surface after fixing insulation shall be plain without any distortion

5 Heat Reflective Toughened Glass

Shade as approved by the owner

Aluminium Alloy Extruded Sections: Extruded sections to be used for fabrication of framing

system for Structural Glazing shall be manufactured and supplied by approved reputed

companies. In absence of specific extruded section, sections available conforming to BIS

specification, manufactured by approved reputed companies, shall be used in the works.

Dimensions and weights of the sections shall be as per approved drawings.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 361

Components, General specifications, Glazing, Panelling etc. for Structural Glazing System:

These shall be generally as per relevant secification decribed in this section.

General Specification and Tolerances for Aluminium Extrusions

Dimensions and weights of the sections shall be as per approved drawings. Circumscribing

Circle Diameter (CCD)

i) The product range shall be broadly as categorized below;

a) For solids upto 190mm.

b) For hollows upto 135mm

ii) Sections with higher CCD, if required, shall be produced from reputed / renowned

manufacturer as approved by the Engineer-in-Charge and owner.

Manufacturing Tolerance: Dimensional extrusions shall be normally as per IS / BSS. Special

tolerances shall be mutually agreed upon.

Tolerance on cut length:

i) The standard cut length is 3.66M the tolerance on cut length shall be as follows:

Length Upto 6 metres Over 6 metres - Tolerance + 5 mm + 7 mm

ii) Sections shall also be acceptable in random lengths between 1500 to 5000mm depending

upon actual requirements.

Tolerance in Weights: A tolerance of ± 10% shall be acceptable on Sectional weight per metre

Glazing:

The glass shall be special selected / selected ordinary quantity glass or of equivalent

manufacture, as specified. Toughened float glass of approved manufacturer shall be used

wherever specified. The glass shall be free from bubbles, flaws specks, waves, air holes,

distortion, scratches, cracks or other defects. The glasses in bulk quantities shall be brought to

site in Makers original packings and Makers guarantee shall be produced if called for by the

Engineer-in-charge. The glass shall be of required thickness as mentioned in the items of

schedule of quantities and/or drawing or as directed by the Engineer-in-charge. The

contractor shall submit the sample of the glass which he proposes to use on the work and

only such approved quality of glass shall be used in the works. The glass brought to site shall

be protected against damages. Wherever frosted (obscure) glass is mentioned in the item of

schedule of quantities and / or shown in drawings, the glass shall be of sand blown pattern

and shall also be got approved from the Engineer-in-charge.

Dimensions, Thickness and weight of the glass: Unless otherwise specified, these shall be as

per table given below. All panes shall have properly squared corner and straight edges

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 362

Normal thickness Rage of thickness Wt in kg/Sqm

3.0 mm 2.8 to 3.2 mm 7.5

4.0 mm 3.8 to 4.2 mm 10

4.8 mm 4.6 to 5.1 mm 11.9

5.5 mm 5.2 to 5.8 mm 13.5

6.3 mm 6.0 to 6.6 mm 15.5

Scope of Work

Preliminary Requirements

i) The contractor shall design, test, fabricate, deliver, install and guarantee all construction

necessary to provide a complete curtain wall system, all in conformity with the drawings and

approval of the Engineer-in-Charge.

ii) Specification and all relevant construction regulations including providing any measures

that may be required to that end, notwithstanding any omissions or inadequacies of the

drawings,

iii) The Structural Glazing system shall also include the following activities :

(a) Metal frames, glass glazing, spandrels, ventilators, finish hardware, copings, metal closure,

windows etc.

(b) All anchors attachments, reinforcement and steel reinforcing for the systems required for

the complete installations.

(c) All thermal insulation associated with the system.

(d) All fire protection associated with the system.

(e) All copings and closure and metal cladding to complete the system.

(f) All sealing and flushing including sealing at junctions with other trades to achieve complete

water tightness in the system.

(g) Isolation of dissimilar metals and moving parts,

(h) Anticorrosive treatment on all metals used in the system,

(i) Polyester powder coating aluminium sections,

(iv) The contractor shall also be responsible for providing the following :

(a) Engineering proposal, shop drawings, engineering data and structural calculations in

connection with the design of the curtain wall system.

(b) Mock-ups, samples and test units.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 363

(c) Performance testing of the curtain wall framing and glazing assembly.

(d) Co-ordination with the work of other trade.

(e) Insulation with glass wool 48 kg/cum at spandrels area.

(f) Protection.

(g) All final exterior and interior cleaning and finishing of the curtain wall system.

(h) As built record drawings and photographs.

(!) Guarantees and warranties.

(j) All hoisting, scaffolding, staging and temporary services.

(k) Conceptualising and design of a suitable maintenance system for curtain glazing,

(v) The water tightness and structural stability of the whole curtain wall system shall be the

prime responsibility of the contractor. Any defect or leakage found within the guarantee

period shall be sealed and made good all at the risk and cost of the contractor.

(vi) The Structural Glazing system shall be designed to provide for expansion and contraction

of components which will be caused by an ambient temperature range without causing

buckling, stress on glass, failure of joint sealants, undue stress on structural elements or other

detrimental effects, specific details should be designed to accommodate thermal and building

movements.

Design Requirements

(i) Curtain wall shall comply with all government codes and regulations, building bye-laws, if

any.

(ii) All Structural Glazing, individual aluminium and glass components and all completed work

shall be designed and erected to comply with the following requirements.

Basic requirement: The basic design and architectural requirements shall consist of the size of

window, net glass area, ventilator, configuration of windows and spandrels to be retained.

However the contractor may propose alternatives on the construction details for approval of

the Engineer-in-Charge, provided that all basic functional and architectural requirements are

fulfilled.

Quality Consideration and other Activities

(i) The contractor while submitting the detailed design calculations should submit the

following information on the quality of materials to be used and other aspects as detailed

below:

(1) Metal quality, finishes and thickness

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 364

(2) Glass quality, coating and thickness and proposed manufacturer’s brand names.

(3) Aluminium extruded sections including mullions and transoms together with structural

calculations and proposed manufacturer’s brand name and also the name of agency proposed

for fabrication work.

(4) Arrangement and jointing of components.

(5) Field connections especially mullion to mullion and transom to mullion.

(6) Fixing and anchorage system of typical wall unit together with structural calculations.

(7) Drainage system and provision in respect of water leakage in the curtain wall system.

(8) Provisions for thermal movements.

(9) Sealant and sealing methods.

(10) Glazing Method

(11) Wind load and seismic load and any other specific load considered in the design

(ii) Design concept over lighting protection link-up system of the curtain wall for connection

and incorporation into the lighting conductor system of the building (Lighting conductor

system of the building shall be done by other approved specialized agency).

(iii) The maximum permissible structural tolerances of the building that the system has been

designed to accommodate in case these tolerances exceed those specified in the specification.

Tolerances: Any parts of the structural glazing, when completed, shall be within the following

tolerances:

(1) Deviation from plumb level or dimensioned angle must not exceed 3 mm per 3.5 m length

of any member, or 6 mm in any total run in any line.

(2) Deviation from theoretical position on plan or elevation, including deviation from plumb,

level or dimensioned angle must not exceed 9mm total at any location.

(3) Change in deviation must not exceed 3mm for any 3.5 m run in any direction.

Samples : The contractor shall also submit samples of aluminium extruded sections; mullion

and transom sections in lengths of 300 mm with the same finish and workmanship as per the

tender proposals and 300 mm x 300 mm samples of glass for approval of the Engineer in

charge. (samples to include exposed screws and other exposed securing devices if any).

Ancillary Requirements to be fulfilled by the contractor

(i) The contractor / approved specialized agency shall submit a maintenance manual for the

curtain wall system inclusive of all metal parts, glass and finish etc.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 365

(ii) During detailed design scrutiny and also during the actual execution of the work any

additions and extra provisions that will have to be made as per theoretical requirements or

site conditions shall be implemented and executed by the contractor at his own cost, without

claiming any thing extra under any circumstances.

Performance Testing - General Requirements

i) Mock-up units shall be constructed by the contractor and tested to determine the structural

stability as well as air and water infiltration or leakage at glazing beads and all other joints

designed into the face of the building.

ii) After the approval of structural calculations and the drawing for construction of the curtain

wall, one test unit for performance testing of the curtain wall shall be constructed by the

contractor at an independent laboratory or at a laboratory approved by the Engineer-in-

Charge.

(iii) Erect mock-up under manufacturer's / Fabricator's direct supervision and employ

workmen as they would be employed during the actual erection at the job site.

(iv) The contractor shall submit to the Engineer-in-Charge the test procedures to be adopted,

test schedule and location for testing before the work of actual testing is taken up.

(v) Prior to the fabrication of test units, the contractor shall submit shop drawings and design

calculations of the test unit for approval of the Engineer-in-Charge.

(vi) The contractor shall not start the work of erection of curtain wall on site till the approval

for the successful completion of the mock up test and clear instruction in writing to start the

work is received from the Engineer-in-Charge.

(vii) The decision of the Engineer-in-charge in respect of the procedure to be adopted, in

conducting the mock-up test and the judgment over the net results, shall be final and binding

on the contractor.

Test of Wind Pressure

(i) The equivalent load of wind pressure or wind suction shall be given to the test unit as

increasing or decreasing the inside pressure in the "pressure chamber" at which the test unit

is fixed.

(ii) The static wind pressure shall be applied up to 1.5 kpa at maximum wind pressure.

(iii) The variation of dynamic pressure shall be of any approximate sine curve line.

(iv) Deflection on each observational points of the test unit shall be observed and recorded

under static pressure as described above.

(v) Any damage and harmful permanent deformation on any parts except sealing materials

shall not be found at maximum wind pressure.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 366

(vi) The deflection on the main structural parts in this condition shall not exceed :

(1) 1/175 of the span between supports or 20 mm, whichever is less for vertical elements.

(2) 1/250 of the span between supports for horizontal elements.

(3) The extent of recovery of deformation, 15 minutes after the removal of the test load, is to

be at least 95%.

Test of Lateral Deflection per floor height

(i) Lateral deflection per floor height shall occur on the test unit, when the structural frame

which fixes the test unit is deflected horizontally.

(ii) The deflection of every ± 2.5 mm shall be increased up to ± 13 mm on the test unit (static

deflection test)

(iii) The dynamic deflection shall be applied up to ± 13 mm.

(iv) The variation of dynamic deflection shall be of an approximate sine curve line, one period

of 3 seconds.

(v) The dimensions of the deflection on each observational point of the test unit shall be

measured under the condition as described above and the damage shall be observed.

(vi) Any damage and harmful permanent deformation shall not be found in any parts of the

curtain wall except the damage to sealant at maximum deflection.

Water-tightness Test

(i) Water shall be sprinkled to the Test Unit' under wind pressure.

(ii) Pressure shall not be applied to the test unit.

(iii) The volume of the sprinkling water in one minute shall be 5 litres per sqm minimum.

(iv) All water leakage and drainage system at the joint and the openable sash of the curtain

wall system shall be observed from the outside of the chamber.

(v) Hold the test two times, in sequence as described below, conforming to the above

mentioned conditions.

(vi) Water leakage shall not be observed inside at all parts of the test unit during first water-

tightness test.

(1) Install the test unit.

(2) Hold first water-tightness test.

(3) Hold test of wind pressure as described above.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 367

(4) Hold second water-tightness test.

(5) Lateral deflection tes

Test Report: The contractor shall submit five copies of test report to the Engineer-in-charge.

Cost of Performance Test

(i) The contractor shall allow in his tender for the cost of the performance testing and

fabrication, erection, corrections to and demolition of the test units including any special

provision required in the testing laboratory for the tests mentioned above.

(ii) The contractor shall allow for amendments and adjustments to the mock-up unit as

instructed and required by the Engineer-in-Charge / owner.

(iii) If the mock-up test unit fails to pass the initial testing, the contractor shall make the

necessary corrections to the test unit and shall get the test unit retested by the testing

laboratory until it passes the test.

(iv) Cost of corrections to the test unit and the cost of retesting shall be borne by the

contractor.

(v) The contractor shall be allowed six calendar months time after the work is awarded to set

up the test unit and conduct the required test as described above to the satisfaction of the

Engineer-in-charge.

(vi) In case the contractor fails to conduct the necessary tests as described above or fails to

meet the required test results, without any genuine cause within the allotted period of six

months, the Engineer-in-charge shall be free to rescind the contract with all costs including

the forfeiture of E.M.D. and any other securities deposited by the contractor under the

condition of contract.

Record of Test and Drawings

(i) The testing laboratory shall keep the approved copy of the shop drawing and calculations

of the test unit at testing laboratory during testing of test unit.

(ii) The testing laboratory shall accurately and nearly record on the above mentioned shop

drawings all changes, revisions, modifications etc. made to test unit, which shall become the

record drawing.

(iii) On completion of testing and after approval of the test reports the testing laboratory shall

submit the final record drawings to the Engineer-in-charge.

Fabrication and Erection

(i) Frames shall be square and flat, both the fixed and openable frames shall be constructed of

sections, which have been cut to length, mitred and mechanically jointed at the corners, Sub-

dividing bar of units shall be tenoned and riveted into frames.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 368

All frames shall have corners welded to true right angles. For jointing hollow sections flash

butt welding, argon arc welding or mechanical jointing by inserts shall be used. (Gas welding

or brazing shall not be done). Concealed screws shall be used for joining the sub-units.

(ii) The grid for the curtain wall system shall be fabricated carefully with aluminium extruded

sections like mullions and transom in the exactly same pattern as per the final drawings with

amendments if any received from the laboratory after conducting the mock-up unit test.

(iii) The sizes of different members of the curtain wall system shall be exactly as adopted for

the mock-up unit tests and the grid shall be fixed to the building member as shown in the

drawing, received after conducting the mock-up unit test.

(iv) Care should be taken to see that any gap between the frame and support and the frame

itself is sealed with silicon sealant.

(v) Finish of grid frame shall be either anodized, organic coating, backed enamel finish or as

specified in the item of work, no visual variation in anodizing / colour shall be accepted.

(vi) Care shall be taken to see that the curtain wall system is not deformed, damaged during

erection and it shall be protected from direct contact with wet or intermittent wet cement

concrete mortar etc.

Representative of the contractor

Full time attendance of a qualified civil engineer with sufficient experience in construction of

curtain wall system shall be provided for erection of test unit, all testing and later on actual

construction.

Performance Guarantee

The contractor shall provide a performance guarantee for a period of five years, to provide for

expenses to cover the risk and cost of rectification of defect, noticed during the five years

guarantee period. Guarantee period shall start from the date of completion and handing over

of the project.

18. WATER PROOFING TREATMENT ON ROOF SLABS AND SUNKEN PORTION

The work covered under these specifications consist of providing, laying and testing of

water proofing treatment on roof slab, kitchen floors, toilet floors or any other location as

desired by Engineer-in-charge complete, in strict compliance with the specifications given

in MP-PWD SOR/Manual, CPWD specification, approved shop drawings and as directed by

Engineer-in-charge.

19. BLOCK BOARD CORE FLUSH DOOR SHUTTERS WITH FIRST CLASS TEAK VENEERING:

Flush door shutter shall have a solid core and may be decorative / non decorative and

confirming to IS 2202. Nominal thickness of shutters may be 35mm thick or as specified in the

item. The moisture content in timbers used in the manufacture of flush door shutter shall be

not more than 12% as per IS 1708.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 369

Core

These shutters consist of a solid (fully filled) core, laminated or slotted covered with two or

three veneers on each face and lipped on all the edges with first class teak. A tolerance of one

mm will be allowed in the thickness of shutter. The solid or laminated core shall be wood

laminated prepared from battens of well seasoned and treated good quality wood, having

straight grains. The battens shall be of uniform size of about (25 mm) width. These shall be

properly glued and machine pressed together, with grains of each piece reversed from that of

the adjoining one. The longitudinal joints of the battens shall be staggered and no piece shall

be less than 0.5meter in length, alternatively, the core shall be of solid board with slots

extending for about two third depths and at approximately 20 mm. Spacing. The slots shall be

made alternatively on two faces of the board.

The core surface shall then have two or three veneers firmly glued on each face. The first

veneer (called cross band) shall be laid with its grains at right angle to those of the core and

the second and the third veneer with their grains parallel to those of the core. The under

veneers shall be of good quality, durable and well seasoned wood. The face veneer shall be

minimum one millimeter thickness and of well matched and seasoned first class teak, laid

along with grains IS:1328. The combined thickness of all the veneers on each face shall not be

less than three millimeters.

Lipping

Lipping shall be provided internally on all edges of the shutters. Lipping shall be done with first

class teakwood battens of 38 X 35mm all-round glued and machine pressed along with the

core.

Adhesives

Thermosetting synthetic resin conforming to the specifications of glue adhesion given in

Indian Standard specification IS: 303 for moisture proof plywood grade MPFI shall be used in

manufacture.

Tolerance

Tolerance on width and height shall be +3mm and tolerance on nominal thickness shall be +/-

1.2 mm. Thickness of the door shutter shall be uniform throughout with a permissible

variation of not more than 0.8mm when measured at any two points.

20. Prelaminated Particle Boards

Prelaminated particle boards are available in two grades namely Grade I and II as per IS

12823.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 370

Material

Particle Board Prelaminated particle board Grade-1 (FPT–I or graded wood particle board FPT-

I) bonded with BWP type synthetic resin and prelaminated conforming to IS 12823 Grade-I,

type II or I shall be used.

Impregnated Base Paper : Printed or plain coloured absorbent base paper having a weight of

60-140 g/m2 impregnated in a suitable synthetic resin and dried to a volatile content of 4-8

per cent shall be used for prelamination on both surfaces of particle board.

Impregnant Overlay : An absorbent tissue paper having a weight of 18-40 g/m2 impregnated

in a suitable synthetic resin and dried to volatile content of 4-8 per cent.

Dimension and Tolerances

Dimensions of prelaminated particle boards shall be as follows:

Length : The length of prelaminated particle boards shall be 4.8, 3.6, 3.0, 2.7, 2.4, 2.1, 1.8, 1.5,

1.2, 1.0 and 0.9 metres.

Width : The width of prelaminated particle boards shall 1.8, 1.5, 1.2, 1.0, 0.9, 0.6 and 0.45

metres.

Thickness : The thickness of prelaminated particle boards shall be 6, 9, 12, 15, 20, 25, 30,35,

40 and 45 mm.

Tolerances : Tolerances on the nominal sizes of finished boards shall be as given below :

Dimension Tolerance

Length + 6 mm - 0

Width + 3 mm - 0

Thickness 5 per cent

Edge straightness 2 mm per 1000 mm or 0.2 per cent

Squareness 2 mm per 1000 mm or 0.2 per cent

Note : Edge straightness and squareness shall be tested as per IS 12823.

Sampling and Inspection : The number of prelaminated particle board to be selected from a

lot shall be in accordance with the Table 9.4 given below:

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 371

TABLE

Lot Size Number of prelaminated boards to be selected

Upto 50 2

51 to 100 3

101 to 200 4

201 to 300 5

301 to 500 7

501 and above 10

The prelaminated particle boards shall be selected at random (ref. IS 4903). In order to ensure

randomness of selection, all the prelaminated particle boards in the lot may be arranged in a

serial order and every rth prelaminated particle board may be selected till the required

number is obtained, ‘r’ being the integral part of N/n, where N is the lot size and n is the

sample size.

All board selected as given in para 9.2.9.4.1 shall be tested as specified in IS 2380 (part-2) for

length, width, thickness, edge straightness and squareness shall comply with the

requirements

Testing and Number of Tests : For each of particle board selected specimens shall be cut out

from portion 150 mm away from the edges for tests and tests shall be carried out as per IS

12823.

Criteria for Conformity: A lot shall be considered as in conformity to the requirements of the

specification if no group of specimens for any of the characteristics fails to meet the

conditions as prescribed above.

In case of a failure, double sample shall be taken from the lot for testing. The lot shall be

considered

as passed, if all these samples conform to the specified requirement.

Marking : Each prelaminated particle board shall be legibly and indelibly marked on any of its

edges with following :

(a) Indication of source of manufacturer

(b) Grade and type of prelaminated particle board

(c) Thickness

(d) Batch number and year of manufacture

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 372

21. FITTINGS AND FIXTURES FOR DOORS AND WINDOWS:

The work covered under these specifications consist of All fittings and fixtures for doors

and windows and also the workmanship for these items, in strict compliance with the

specifications given in MP-PWD SOR/Manual, CPWD specification, approve drawings,

Empolyer’s requirement of this contract and as directed by Engineer-in-charge.

GENERAL:

All fittings and fixtures shall be of heavy quality stainless steel, anodized aluminum, iron

oxidized (M.S.) or as specified. These shall be well made, reasonably smooth and free from

sharp edges, corners, flaws and other defects. Screw holes aluminum alloy NR-6 or steel pins

for aluminum hinges with nylon washers or as specified. All riveted heads pertaining to hinge

pins shall be well formed. Screws supplied for fittings shall be of the same metal and finish as

the fittings. However brass cadmium plated/chromium plated screws shall be supplied with

aluminum fittings. Samples of each fixture/fitting shall be furnished by the contractor for the

approval of the Engineer-in-Charge and got approved from him before placing bulk order for

purchase. The fittings and fixtures to be incorporated in the work shall be strictly according to

the approved sample. Fittings shall be fixed in proper position as shown in the drawing and as

directed by the Engineer-in-Charge. These shall be truly vertical or horizontal as the case may

be. Screws shall be drive home with a screw driver and not hammered in. Recess shall be cut

to the exact size and depth of fittings and fixtures & shall be done in a workman like manner

and any damages done either to fittings and fixtures or the shutter frames etc should be

rectified by the contractor at his own cost.

BUTT HINGES:

Brass and aluminum hinges shall be manufactured from the extruded sections and shall be

free from cracks and other defects. M.S. butt hinges shall be cranked and manufactured from

M.S. sheets. All butt hinges shall be free from cracks and other defects. M.S. butt hinges shall

be cranked and manufactured from M.S. sheets. All butt hinges shall conform to latest I.S.

specifications. The size of butt hinges shall be taken as the length of the hinge. Width of the

hinge shall be measured from the centre line of hinge pin to end of flange.

PARLIAMENTARY HINGES:

These shall be manufactured from extruded section for SS and aluminum from M.S. sheets for

iron oxidized and shall be free from cracks and other defects. The size of the parliamentary

hinges shall be taken as the width between open flanges, while the depth shall be as

specified.

PIANO HINGES:

These shall be conformed to I.S. specifications for piano hinges and shall be either SS,

aluminum anodized, iron oxidized (M.S.) or as specified, Piano hinges shall be fixed in the

entire length of the cupboard shutters in a single piece. No joints are allowed.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 373

TOWER BOLTS:

The tower bolts shall be of the following types:

I. Aluminium / M.S. semi barrel tower bolt with MS sheet pressed barrel and G.I bolt or with

MS barrel and MS sheet bolt.

II. Oxidized brass barrel tower bolt with brass sheet barrel and rolled or drawn brass bolt.

III. Anodized aluminum tower bolt with barrel and bolt of extruded sections of aluminum

alloy.

In case of M.S. tower bolt plates and straps after assembly shall be firmly riveted or spot

welded properly.

The knops of brass tower bolts shall be cast and the bolt fixed into the knob firmly as per I.S.

specifications. The tower bolt shall be finished to correct shape and pattern so as to have a

smooth action. Wherever specified, aluminum barrel tower bolts shall be manufactured from

extruded sections of barrel and bolts.

Knobs shall be properly screwed to the bolt and riveted at the back. The size of the tower bolt

shall be taken is the length of barrel without top socket.

FLUSH BOLTS:

These shall be cast brass and shall be finished chromium plated/oxidized, as specified. The

size of the flush bolt shall be taken as the length of the flush plate without top socket.

ALDROPS:

These shall be oxidized brass or anodized aluminum, iron oxidized or as specified and shall be

capable of smooth sliding action and shall be as per I.S. 2681-1964. Brass sliding door bolt

(aldrop) shall be made from rolled brass. The hasp shall be of cast brass and screwed to the

bolt in a workman like manner. Alternatively the hasp and the bolt may be in one piece. Bolts

shall be finished to shape and threaded with worth standard and provided with round brass

washers and nuts of square or hexagonal shape. All components shall be smooth and

polished. The leading dimensions of aldrop shall be as the length of the bolt and specified

diameter.

DOOR HANDLES-BOW / PLATE HANDLES:

These shall be of cast brass of specified size, shape and pattern as approved by the Engineer-

in-charge. Matt finish S.S. D handles, chromium plated or oxidized as specified. Aluminum or

iron oxidized (MS) handles shall be of specified size, shape and pattern. The size of the handle

is taken as the inside grip of the handle. In case of iron oxidized handles, the same shall be

manufactured from MS sheet pressed into oval section as per I.S.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 374

MORTISE LOCK:

Mortise lock with latches and a pair of level handles shall be 6 levers, with zinc alloy pressure

die cast/brass of as specified body of approved quality, and shall be right or left handed as

specified. The pair of handles shall be either brass chromium plated or anodized aluminum of

approved shape and pattern or as specified. It shall be of the best Indian make of approved

quality. The size of the lock shall be determined by its length. The lock for single leaf door shall

have plain face and that for double leaf door a rebated face. Level handles with springs shall

be mounted on plates and shall be of approved quality, anodised aluminum or as specified.

DOOR CLOSER

The door closer shall be of approved quality and make heavy duty of slim type. The operation

of the door closer shall be very smooth. .Speed of the door closer shall be adjustable and latch

closing also shall be adjustable type. Suspension and lubrication of door closer shall be in

perfect line and level.

The contractor shall provide for all the incidentals required for fixing these fixtures and fittings

such as cadmium plated screws etc. Fittings and fixtures shall be fixed securely in a workman

like manner all as directed by the Engineer-in-charge. Any of the fixtures damaged during the

fixing shall be removed and new one fixed in their place and the surface of joinery made good

where affected, at their own expense. Mortise plates shall be used over holes where the bolts

enter in the wood work. Metal sockets shall be provided to all bolts where the shoot enter

brick, stone, concrete etc. The incidental Fixtures like mortise plates, metal sockets, screws

etc. shall not be paid for separately.

22. PLUMBING ITEMS

General

The instructions shall be followed in activities involved in internal sanitary and plumbing services. · All setting and bedding of sanitary fittings shall be done carefully to suit the required

levels. · Mortar drop paints splashes etc. shall be removed from fittings immediately before these

get dry.

· Nahani trap, P and S Trap shall be fixed at required levels.

· Proper and tight sealing of joints between trap and pipes as well as between outlet pipe

and wall shall be ensured.

· The sample flat shall be prepared for approval.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 375

· If any changes are required as per site conditions the same shall be incorporated.

· The required material as per approved sample shall be made available before start of work

as for as possible.

· The joints shall be properly sealed and tested before they are concealed.

· The outlets from bath room and of all floors shall be exactly in line and plumb, to have

proper alignment of drainage line.

· P, S and Nahani Traps shall be temporarily closed with cotton waste cork while work is in

progress to avoid blockage due to mortar or concrete going inside.

· The pipe shall be fixed properly on wall at correct position by providing proper spacer &

clamps of approved size and material.

· The joints between pan and P, and Nahani Trap shall be sealed properly.

PLUMBING:

Water supply pipeline layout shall be studied carefully.

· The required material of approved specification shall be available at site before starting

the work as for as possible.

· The openings around supply pipes shall be sealed properly to match with external and

internal plaster and such joints shall be cured adequately.

· Network shall be tested as per the test requirements.

· Inlet, outlet and overflow pipes of overhead tanks shall be fixed at the desired location as

per required sizes before concreting.

The fitting should be used for joining pipes shall be specifically procured from manufacturers

of composite pipes so that mismatch is avoided and total system conforms to manufacturers

standard and performs well in the life span expected.

G.I. PIPING WORK

GENERAL

The item include supplying G.I. pipes and G.I. fittings of specified diameter as mentioned in

the schedule including layings, jointing and painting.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 376

MATERIAL

The pipes and fittings shall be M.S. galvanized of heavy quality or as specified in the schedule.

They shall conform to IS 1239 latest version. All the pipes and fittings shall have ISI

certification mark. The specified diameter of the pipe shall refer to inside diameter of bore.

The pipe and fittings shall be smooth, sound, free from any imperfections and neatly dressed.

LAYING

Where a pipe is to be laid under ground, the particular length of pipe should be protected by

first painting before laying and then wrapping around the pipe a layer of jute or Hessian cloth

in the form of bandage, so that cloth will stick to the composition which has been freshly

applied.

The pipe shall be laid into the trench and screwed with sockets, elbows, tees, beds etc. as

necessary. The pipe line laid near electric tramlines, power transmission lines, electric railway,

power houses etc. should be provided with insulating joints at frequent intervals to guard

against electrolysis.

Pipes shall be so laid as not to expose to sun or be subjected to any injury or risk to the pipe.

As far as possible pipes shall be laid in straight and parallel lines. They shall be used in

standard length, cut length being used only where necessary to make up the exact length.

JOINTING:

At the time of jointing the pipe line a few turns of hemp yarn dipped in linseed oil shall be

taken over the threaded end of the pipe and socket screwed over the pipe wrench, pipe

connected shall touch each other, the socket covering each end equally as far as possible. The

branch connection shall not protrude in the bore of parent pipe.

DEWATERING

The contract rate shall include bailing or pumping out all the water if accumulated during the

progress of the work either from rain, seepage, springs or any other cause.

TESTING

Pipe line laid shall be tested to a hydraulic pressure of 10 kg/cm2 and being maintained for

minimum two hours. All leakages, defects etc. shall be rectified.

PAINTING

G.I. Pipes and fittings shall be painted with two coat of anticorrosive paint before pipe line is

laid and wrapping the pipe and fitting with jute or Hessian cloth in the form of bandage.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 377

WASH BASIN

GENERAL

The item pertains for providing coloured or white glazed vitreous chinaware wash basin with

or without pedestal of size and Colour as specified in the schedule including fixing.

MATERIAL

China ware Wash Basin with or without pedestal shall conform to IS 2556 part IV and C.P.

brass Chain and plug shall be of standard pattern of approved quality and make.

FIXING

The Wash Basin shall be fixed in position as indicated in the drawings. It shall be placed on the

brackets confirming to IS 775 over a pair of C.I. or M.S. bracket with plugs, clamps and screws

or as ordered by the Engineer-in-charge. The gap between Wash Basin and wall shall be

finished with white/matching cement and sand.

PVC WATER INLET CONNECTION

GENERAL

The item pertains to provide colour or white PVC water inlet connection including fixing.

MATERIAL

PVC Water inlet connection shall conform to IS specifications and shall be of standard pattern

of minimum 450 mm long with C.P. brass check nut at both ends.

FIXING

The PVC water inlet connection shall be fixed in position as indicated in the drawing of as

directed by the Engineer-in-charge.

BOTTLE TRAP

GENERAL

The item pertains to provide chromium plated brass bottle trap including fixing.

MATERIAL

The bottle trap shall be of C.P brass of approved and heavy quality and of size

as mentioned in the schedule. It shall conform to I.S 2556 latest version part I – XI. Wall flange

and extension piece shall be of C.P brass in required length.

FIXING

Bottle trap shall be fixed to wash basin, sink or urinal as indicated in the drawing with

necessary specials or as ordered by the Engineer-in-charge. Jointing shall be done with white

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 378

zinc, spun yarn etc. A few turns of fine hemp yarn dipped in linseed oil shall be taken over the

threaded ends to obtain complete water tightness. Leaky joint shall remark to make it leak

proof.

WASTE COUPLING:

GENERAL

The item pertains to provide chromium plated brass waste coupling including fixing.

MATERIAL

The wastage coupling shall be of C.P. brass of approved and heavy quality of size as

mentioned in the schedule. It shall conform to I.S. 2556 latest version part I-XI. Rubber plug

and chain shall be of approved quality in standard length.

FIXING

Waste coupling shall be fixed to wash basin, sink or urinal as indicated in the drawing with

necessary specials or as ordered by the Engineer-in-charge. Jointing shall be done with white

zinc, spun yarn etc. A few turns of fine hemp yarn dipped in linseed oil shall be taken over the

threaded ends to obtain complete water tightness. Leaky joint shall be remade to make it leak

proof.

PILLAR TAP

GENERAL

The item pertains to provide chromium plated brass pillar tap with specials including fixing.

MATERIAL

The pillar tap shall be 15 mm nominal diameter or as specified in the schedule. It shall be of

C.P brass approved and heavy quality and shall conform to I.S 1795.

FIXING

Pillar tap shall be fixed in position as indicated in the drawing or as ordered by Engineer-in-

charge. Jointing shall be done with white zinc, spun yarn etc. A few turns of fine hemp yarn

linseed oil shall be taken over the threaded ends to obtain complete water tightness. Leaky

joint shall be remade to make it leak proof.

INDIAN WATER CLOSET

GENERAL

The item pertains for providing white or colour glazed vitreous chinaware Indian water closet

of size and colour as specified in the schedule including fixing.

MATERIAL

Orissa Pattern IWC of specified colour and size with ‘P’ or ‘S’ trap with or without vent shall

conform to IS 2556 latest version.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 379

FIXING

The water closet pan shall be placed in position as shown in the drawing. The IWC shall be

supported on brick masonry in CM 1:4 or as directed by the Engineer-in-charge. The pan shall

be fixed slightly lower than the floor level. If the pan or trap is damaged during handling or

fixing, it shall be replaced by the contractor at his own cost. The pan, trap and C.I. pipe shall

be jointed in 1:1 Cement Mortar with hemp yarn caulked. The gap between W.C. and floor

shall be finished with white / matching cement and sand as directed.

EUROPEAN/ANGLO INDIAN WATER CLOSET

GENERAL

The item pertains for providing white or colour glazed vitreous chinaware European or Anglo

Indian water closet with seat and cover of size and colour as specified in the schedule

including fixing.

MATERIAL

Chinaware European or Anglo Indian water closet with integrated “P” or “S” trap shall

conform to relevant IS code. Plastic seat and cover with C.P. pillar hinges and screws shall be

of approved make and heavy quality.

FIXING

The water closet pan shall be placed in position as shown in the drawing. If the pan or trap is

damaged during handling or fixing, it shall be replaced by contractor at his own cost. The pan,

trap and C.I. pipe shall be jointed in 1:1 Cement Mortar with hemp yarn caulked. The gap

between W.C. and floor shall be finished with white/matching cement and sand as directed.

FLUSHING CISTERN:

GERERAL: The item pertains to provide white or colour glazed chinaware dual flushing cistern

with all inside syphonic fittings including fixing.

MATERIAL: The chinaware-flushing cistern shall be of make, colour and of capacity as

specified in the schedule and shall conform to IS: 2556 latest version with ISI mark.

Dual action low level PVC flushing cistern shall be of approved make, colour and of capacity as

specified in the schedule and shall conform to relevant IS code with ISI mark.

PVC/CP brass/GI flush pipe with CP brass check nut and PVC or Glover pipe with CP brass

check nut of size and length shall be as specified in the schedule.

FIXING: The chinaware flushing cistern shall be placed over a pair of CI or GI brackets, CP

brass flush pipe shall be fixed to cistern and WC pan by using check nut, white zinc, spun yarn,

cement mortar etc.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 380

The cast iron flushing cistern shall be placed over a pair of CI or GI brackets GI or PVC flush

pipe of specified diameter shall be fixed to cistern and WC pan by using check nut, white zinc,

spun yarn, cement mortar etc.

The PVC flushing cistern shall be placed over a pair of GI or aluminium brackets, if required or

as recommended by the manufacturer PVC flush pipe of specified diameter shall be fixed to

cistern and WC pan by using check out, white zinc, spun yarn, cement mortar etc.

The over flow pipe shall be left at 150 mm above the finished floor level. The concealed or

exposed piping work for flush pipe and over flow pipe shall be carried out as per the relevant

specification. All metallic parts shall be painted with two coats of flat oil paint over a coat of

primer.

TOILET PAPER ROLL HOLDER:

GENERAL:The item includes providing white or colour glazed vitreous chinaware toilet paper

roll holder of size as mentioned in the schedule including fixing.

MATERIAL: The toilet paper roll holder shall conform to the requirement of IS: 771 latest

version. It shall be of ISI mark and approved quality.

FIXING: Toilet paper roll holder shall be fixed in position as directed by Engineer-in-charge.

The existing glazed or mosaic tiles shall be removed carefully and a pocket shall be cut in wall

if not left. The roll holder shall be fixed into the pocket with 1:2 cement mortars. The wall

surface shall be made good to original condition after fixing the toilet paper roll holder and

finishing the gap with white / matching colour cement mortar etc.

PVC PIPING WORK GENERAL

The item includes supplying of PVC pipes with fittings of specified diameter including laying,

fixing, cutting, jointing, painting etc for vent, over flow, waste water pipe line etc.

MATERIAL

The pipes and fittings shall conform to series IV of IS 4985 latest version, PVC pipes and

fittings shall be free from cracks, flaws and defects and shall be able to withstand a pressure

as mentioned in the schedule.

EXAMINING

Before laying the pipe line, it shall be first examined for damages and cracks. No cracked or

damaged pipe and fittings shall be used in the work and they shall be removed from the site

by the contractor at his own cost and charge.

CLEANING

All the pipes and fittings shall be thoroughly cleaned with brush and washed if necessary to

remove any accumulated stone, soil or dirt inside and out side surfaces.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 381

LAYING

The pipes shall be carefully laid straight to the correct alignment in gradients as indicated in

the drawing. All the pipe shall be used in standard length as far as possible. Cut length may be

used only where it is necessary to make up exact length.

The entire length of pipe shall be evenly supported on bed of the trench through out. Care

shall be taken to prevent any sand, earth or other materials from entering into the pipes

during laying. At the end of day’s work the open end shall be suitably plugged.

FIXING

The pipe line shall be fixed in position as shown in the drawing or as directed by the Engineer-

in-charge. The pipe shall be fixed with G.I clamps not less than 2 mm thick or with suitable

diameter PVC clamps. The clamps shall be fixed into the wall with G.I nails not less than 40

mm long and wooden gutties.

MAKING JOINT

The jointing of pipes and fittings generally shall be done with approved make cement solvent

including making surface rough. The pipe shall be cut to desired length.

Care shall be taken that profile or cut surfaces shall not be changed and the fibrous material

shall be removed with scraper or knife.

DETACHABLE JOINT

Detachable joints shall be made where pipes of different materials have to be jointed or as

specified in the schedule. The flanges are first pushed over the pipe ends and jointing shall be

made by cement solvent.

DEWATERING

The contract rate shall include bailing or pumping out all the water till completion of work if

accumulated during the progress of work either from seepage, springs, raing or any other

cause.

TESTING

The joints shall be tested hydraulically to a pressure as specified in the schedule. The leaky

joints shall be remade and section re-tested at no extra cost. The period of test shall be for

minimum 2 (two) hours.

PVC NAHANI OR FLOOR TRAP: GENERAL:

The item includes supplying of cost iron Nahani trap of specified diameter with fittings an

fixtures including fixing, cutting, jointing with the pipe line.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 382

MATERIAL:

The PVC Nahani trap should have minimum 50 mm effective water seal with the following

dimensions. All the diameters are in mm. Top grating shall be of C.P. brass or stainless steel of

heavy quality and size and shape to suit the trap.

Nominal

dia Top diameter Grating dia

Total

depth

50 165 175 175

75 165 175 175

FIXING :

PVC Nahani trap with the bend and pipe piece shall be fixed in 100 mm thick 1:2:4 cement

concrete in position. The gap between trap and pipe shall be caulked with 1:1 cement mortar

and the grating shall be fixed over the Nahani / floor trap flush the floor level and the joints

finished with matching cement.

PVC RAIN WATER DOWN PIPES:

PVC pipes for Rain Water down supply lines shall be of Class II conforming to IS: 4985 – 2000.

All exposed pipes shall be installed with PVC saddles screwed on 25mm thick wooden blocks

securely fixed on walls at suitable intervals not exceeding 1 m. PVC pipes shall be secured by

hooks when fixed on wall chasing. The bottom of the down pipe shall be fitted with a shoe

fixed 150 mm above ground/apron level of the building as shown on drawings.

LEAD JOINT: GENERAL:

The item includes making lead joints for C.I. water quality pipes, fittings and specials, testing

etc.

MATERIALS:

Lead shall be conforming to IS 782 latest version. Lead shall be of good quality and

manufactured by Hindustan zinc or equivalent. Fine hemp yarn shall be best available in the

market.

PREPARATIONS:

Outside of the spigot and inside of the socket shall be thoroughly cleaned with brush. The

spigot shall be carefully centered in the socket by one or more laps of spun hemp yarn twisted

into ropes of uniform thickness thoroughly soaked in hot coal-tar or bitumen and cooled

before use.

LEADING:

The leading of joints shall be done by means of ropes covered with clay or by using special

leading rings. The lead shall be melted rendering it thoroughly fluid and each joint shall be

filled in one pouring.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 383

CAULKING:

The caulking shall be carried out with molten lead. Hemp yarn shall be driven into the

bottom of the socket and leave the space required. The molten lead shall then be run in

sufficient quantity so that after being caulked solid, the lead may project 3 mm beyond the

face of the socket against the outside of the spigot, but must be flushed with the outside

edge of the socket.

The lead taken from the pot and run hot into the joint and the joint filled at one running.

The joint shall be caulked well, by a suitable caulking tool and 2 kg hammer and the joint

left neat and smooth. In case C.I. fittings are also conforming to the same specification that

of pipes, the consumption of lead will be worked out on the basis of actual observation at

site. Tender rate for the item of lead joints, however will remain unchanged irrespective of

the actual consumption for each joints.

The following table shows consumption of the weight of lead and yarn per joint.

Dimension of pipe Dia in mm Yarn Weight in Kg. Lead Wt.in. Kg.

80 0.128 1.80

100 0.170 2.50

150 0.255 4.00

200 0.300 5.00

250 0.350 6.10

300 0.480 7.10

400 0.750 9.50

TESTING:

The pipe lines after being laid and jointed shall be tested under the supervision of the

Engineer-in-Charge. The testing shall be carried out by the contractor at his own cost and

charges. Any joint found leaking shall be redone and all leaking pipes removed and

replaced without extra cost.

The length of pipes to be tested shall be first filled with water from a higher section of pipe

and the test pressure is applied. The test pressure shall be 10 Kg. per square centimeters and

shall be maintained for 2 hours continuously.

DEWATERING:

The contract rate shall include bailing or pumping out all the water if accumulated during the

progress of the work either from rain, seepage, springs or any other cause.

BALL VALVE:

The item includes providing, fixing and commissioning of horizontal type ball valve with PVC

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 384

or copper float of size as mentioned in the approved plumbing drawing, the detail

specification shall be as given in MP-PWD SOR/Manual and/or CPWD specification, and

instruction of Engineer-in-charge.

GUNMETAL GATE VALVE:

The item includes providing, fixing and commissioning of gunmetal gate valve of size as

mentioned in the approved plumbing drawing, the detail specification shall be as given in MP-

PWD SOR/Manual and/or CPWD specification, and instruction of Engineer-in-charge.

GLASS MIRROR:

GENERAL: The item includes providing bevelled or plain edges glass mirror with or without

frame of size as mentioned in the schedule including fixing.

MATERIAL: Glass mirror shall be 6mm thick plate glass unless specified with silvered polish

and protective coat of copper sulphate. Backing shall be provided with 6mm thick marine

plywood.

FIXING: Glass mirror shall be fixing to proper line and level as indicated in drawing with

40mm long C.P brass screws, wooden rawl plug, drilling hole and making good the wall to the

original condition after fixing the glass mirror etc.

GULLY TRAP:

The item includes providing, fixing and commissioning of S.W. gully trap with CI frame

including construction of Gully Trap Chamber of size as mentioned in the approved plumbing

drawing, the detail specification shall be as given in MP-PWD SOR/Manual and/or CPWD

specification, and instruction of Engineer-in-charge.

CI FRAME AND COVER:

CI frame and cover shall be fixed with the cement concrete 1:2:4 at the top of chamber. The

weight of frame and cover shall not be less than 7.5 kg and they shall be painted with two

coats of black bitu mastic paint.

DEWATERING

The contract rate shall include bailing or pumping of all the water till completion of work if

accumulated during the progress of work either from seepage, springs rain or any other

cause.

INSPECTION CHAMBER:

The item includes providing, constructing and commissioning of inspection chamber of size as

mentioned in the approved plumbing drawing, the detail specification shall be as given in MP-

PWD SOR/Manual and/or CPWD specification, and instruction of Engineer-in-charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 385

BIB TAP AND STOP COCK

The item includes providing, fixing and commissioning of bib cock and stop cock of size as

mentioned in the approved plumbing drawing, the detail specification shall be as given in MP-

PWD SOR/Manual and/or CPWD specification, and instruction of Engineer-in-charge.

SALT GLAZED STONE WARE PIPING WORK :

The item includes supplying, laying, fixing and commissioning of salt glazed stone ware piping

of size as mentioned in the approved plumbing drawing, the detail specification shall be as

given in MP-PWD SOR/Manual and/or CPWD specification, and instruction of Engineer-in-

charge.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 386

ELECTRICAL WORKS IN BUILDINGS

Scope: This specification covers Supply and Installation of specified materials for

the above said construction Buildings at Apparel & Pharma-Herbal Cluster at

Bijeypur, Indore District.

Codes and Standards:-

Code No. Description

IS: 1885(Part-1) – 1961 : Electro Technical vocabulary: Part 1 Fundamental

definitions

IS: 1885 (Part XI)- 1966 : Electro Technical vocabulary: Part 11 Electrical

measurements

IS: 4237- 1982 : General requirements for switchgear and controlgear for

voltages not exceeding 1000 Volts AC or 1200 Volts DC

IS: 8623 (Part-1)- 1993 : Specification for Low-Voltage Switchgear and Control gear

Assemblies - Part 1 : Requirements for Type-Tested and

Partially Type-Tested Assemblies

IS: 732- 1989 : Electrical wiring installations.

IS: 1554 (Part-1) – 1988 : PVC insulated (heavy duty) electric cables: Part 1 For

working voltages upto and including 1100 V

IS: 1885 (Part 55) - 1981 : ElectroTechnical vocabulary: Part 55 Electric fans.

IS: 12640 (Part-1) -2000 : Residual Current Operated Circuit-Breakers for Household

and Similar Uses - Part 1 : Circuit-Breakers Without Integral

Overcurrent Protection (RCCBs)

IS: 8828- 1996 :

Electrical Accessories - Circuit Breakers for Over Current

Protection for Household and Similar Installations

IS 13947 (Part 3) - 1993 : Specification for Low-voltage Switchgear and Controlgear -

Part 3 Switches, Disconnectors, Switch Disconnectors and

IS – 3043 : Code of Practice for Earthing

IS – 2274 : Code of Practice for Electrical wiring Installations

IS – 5216 : Guide for safety procedures and practices in electrical works

IS – 1913 : Electric light fittings, general and safety requirements

Handling and Transport Facilities at Site:-

The contractor shall be responsible for handling and transporting of all equipments,

materials and accessories covered in this contract to the actual site of work including

loading and unloading of all materials required for the work. Contractor should make his

own arrangement for storage of the materials and equipments till the completion of work.

The contractor should be responsible for the loss/damage of the materials at site.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 387

Contractor Duties and Responsibilities:

All materials and equipments should conform to latest IS specifications. Wherever IS

specifications do not exist; the relevant BS specifications shall be applicable.

a. The entire supply of material required for completing the work in all respects is in the

scope of contract including shifting/movement of materials from one location to

another location.

b. The contractor shall submit sample pieces of every item of respective make and

obtain a written approval from the Engineer- in-Charge before effecting any bulk

supply. The bulk supply shall be identical to the sample pieces otherwise the bulk

supply will be rejected.

c. The materials shall be purchased from the authorized dealers/stockiest/manufactures.

The contractor has to carry out the Functional checks of the electrical items in presence

of department personnel before installation. In addition, he has to submit necessary

Test certificates, Guarantee/Warranty certificates for the items purchased wherever

applicable. Items with longer “Time guarantee” and the Firms/Makes with good “after-

sales-service” are preferred. All the items shall be guaranteed for minimum of 12

months from the date of handing closing of contract/Final completion in all respects

whichever is later.

d. The makes of various items are clearly listed in the Specification/Schedule. Wherever a

particular brand is mentioned, the Contractor shall supply the same brand. Even among

the preferred makes given in the tender, Engineer-in-charge reserves its right to approve

a specific make. In case if the contractor wishes to supply any other brand, the

contractor shall seek specific approval from ENGINEER- IN - CHARGE prior to supply.

e. The Contractor has to deploy valid License holder for supervising/guiding the electrical

works and experienced/skilled electrical persons for conducting the work. The work shall

be carried out in presence of the contract supervisor only. The supervisor should make

his availability during the work progress without fail.

f. Necessary safety procedures shall be followed before commencing the work and the

contractor has to take all responsibilities in the event of unexpected incidences

happened during the execution which leads to the violation of safety.

1.0:- Metering panel 01:-

The Scope involves Fabrication, Supply and Installation of Energy Meter Box as per the

following specifications to be installed outside wall .

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 388

10-40A, Class 1.0 Accuracy, 99999.9 units scale, 3-phase Digital Electronic Energy meter -

1No.

The meter are to be calibrated and sealed at the manufactures premises. Test certificate

and Warranty card should be submitted to the EIC before the installation.

Necessary drawing for the Energy meter box will be furnished to the EIC at the time of

Fabrication.

Sl.No. Description Data

1 ELECTRICAL MAIN SWITCH BOARD

1.1 Type of mounting Wall Mounted

1.2 Thickness of sheet

steel-Frame (Top , rear 14 SWG

, Load bearing

members, doors

N

o

n Load bearing

partitions

)

Gland

plates 3mm thick

1.3 Rated voltage and 415 V,3 Ph,50 Hz.

Sl.No. Description Data

Frequency

1.4 Cable Entry Bottom Side

1.5 Crimping lugs Dowell’s/Jainson’s make Cu. Lugs sleeves &

Ferrates, neatly bunched and dressed and

dressed using PVC Button Tape

1.8 Applicable standard IS 13947/IS 4064

1.9 Panel Type As per Single line diagram submitted by

contractor & approved by EIC.

2.0 Supports Cadmium coated Din rail arrangement.

2.1 Insulators Non hygroscopic material

2.2 Bus bar insulation With heat shrinkable sleeves of the appropriate

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 389

Colour

2.3 Panel door Built in Lockable to be provided

2.4 Earthing 25 x 3mm Cu, painting green,

continuously along the entire length, at the rear

bottom with 2 nos of brass studs of the

appropriate size

2.5 Terminal Blocks Bolted type beyond that 20% spare with a

minimum of 3 terminals. No more than 2 wires

to be connected in a TB.

2.6 Name plates 3mm thick Anodised Aluminium plates 50mm

width 25mm letter size at the top and 15mm

width, 6 mm letter size for the compartments-

with black letters and a white background.

2.7 Gaskets A1 bolted, hinged covers, doors to have

neoprene rubber gasket of the appropriate

size, shore hardness for dust Proofness and

Vermin Proof.

2.8 Hardware Cadmium Coated.

2.9 Operating height 450 to 1700 mm

3.0 Handles of switches To be suitable for locking in OFF position.

3.1 Danger Plates Multi lingual as per IS to be provided.

3.2 Indicating Lamp LED type, low watt, with surge protection

resistors, translucent covers.

3.3 Mounting Meters and control switches on the front.

Inside the compartments.

3.4 Control circuits. Minimum 1.5 Sqmm. FRLS PVC Cu. wire, if

applicable.

3.5 Wire identification Engraved ferrules for each wire and

component as per Wiring Diagram.

3.6 No. of outgoings As shown in Schedule of Quantities.

3.7 Breaking capacity 10 KA

Technical Specifications for Metering panel 1, 2 & 3:-

1. Panel Fabrication: Flush / Wall Mounted Outdoor / Indoor Type with IP45 protection

of 14 SWG CRCA sheet. The panel shall undergo a 7/10 tank pre-treatment process,

finished with epoxy powder coated paint and stoved. The panel shall be of Dust Proof,

Water proof and Vermin Proof.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 390

2. Bottom Gland Plate: 3mm Thick with Neoperene Gasket.

3. Operating Height: 450 to 1700 mm.

4. View Glass: 4mm Thick Acrylic clear white glass for viewing two energy meters.

5. Danger Plate: Multi-Lingual.

6. Inter Connection: 1100Vgrade FRLS PVC Flexible Copper wire of respective Phase,

Neutral & Earth Colours. Make Polycab / Havell’s / Finolex. The wires shall be sleeved

with Respective Colour coded sleeves, neatly bunched and ferrated. The wiring

interconnection shall be described in the drawing. All live parts shall be shrouded.

7. Terminal Blocks: 63A Closed Bolted Type. Make: ESSEN / Connect well / Ramanuj.

8. Phase Indicators: Cluster LED Indicators of respective phase colours with surge

protection resistors. Make: Technic / Equivalent.

9. Crimping type Copper Lugs Make: Dowell’s / Jainsons / HEX.

10. Hardwares: Cadmium Coated.

11. Cable Entry: Bottom.

12. Earth Bolt: 8mm Bolts with Brass Plate and Spring washers on either side of the panel.

Inspection:-

The manufacturer’s works shall be accessible by the Purchaser’s representative to witness

the tests for stage inspection and final inspection.

The following tests will be conducted in addition to/as part of routine test at the works:-

Dimensional checks, Physical verification of components, Insulation resistance of Power

circuits. High voltage test on power circuit 2.5 KV for 1 minute. Functional test including

calibrations of meters are to be done prior to assembly.

Deviations: Deviations contemplated by the Tenderer, if any form other than the

specifications will be spelt out clause wise clearly in the offer.

Wherever deviations are not clearly mentioned it will be deemed that the offered

equipment will fully comply with the equipment specifications irrespective of whether the

literature enclosed with the offer agree or not.

2.0:-Supply & Installation of DP MCB Enclosure:

Supply and installation of DP MCB enclosure with din rails with complete interconnections,

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 391

earthing & with all accessories for garage comprising of the following item

Item No. 3.1:-

SPN Distribution Board

The contractor shall supply and install the items as per the schedule in an 3-Tier 8 way

double door horizontal DB with complete interconnections & Earthing. The wires shall be

neatly bunched & identified with ferrules. The end termination shall be carried out with

suitable crimping type lugs & it has to be sleeved with suitable colour & size sleeves. The

distribution of circuits shall be followed strictly as per single line diagram approved by

Engineer in Charge.

The SDB shall be flushed aesthetically in wall, necessary chipping, leveling, plastering the

wall with good finish is in the scope of the contract.

Wiring - Main Panel - MCB DB, MCB-DB-Switch boards & Switch board to Switch board:-

Wiring - Main Panel To MCB DB (SDB):-

Wiring of Main Panel to MCB DB (SDB) is carried out by 3 runs of 10 Sq.mm. for different

Phases (Red, Yellow & Blue Colours), 1 run of 6 Sq.mm. for Neutral (Black Colour) & 2 runs of

2.5 Sq.mm. for Earth (Green Colour) using 1100V FRLS PVC flexible Copper wire for each

house. The wiring termination shall be done through crimping type Copper lugs. The lugs

shall be covered with respective coloured sleeves and wires have been identified with

engraved ferrules. The cables shall be neatly dressed & bunched by cable tie inside the SDB.

The wires should not undergo any damage during pulling. The continuity of the wires should

be found OK before termination if not the damaged wires should be replaced. The work

shall be carried out as per the instructions of the Engineer-in-Charge.

MCB-DB To Switch boards:-

Wiring from MCB DB to Various Switch boxes as primary supply wiring shall be carried out

by 2 runs of 2.5 Sq.mm. for Phase (Colour for Phase wire will be decided at site) & Neutral

(Black Colour) and 1 run of 2.5 Sq.mm. for Earth (Green Colour) using 1100V FRLS PVC

flexible Copper wire. Wiring for switch board socket is in the scope of contract. The wiring

termination shall be done through crimping type Copper lugs . The lugs shall be covered

with respective coloured sleeves and wires have been identified with engraved ferrules. The

wires should not undergo any damage during pulling. The continuity of the wires should be

found OK before termination if not the damaged wires should be replaced. The work shall

be carried out as per the instructions of the Engineer-in-Charge.

4.3. Switch board To Switch board:-

Wiring from Switch board to Switch board as secondary supply wiring shall be carried out

by 2 runs of 2.5 Sq.mm. for Phase (Colour for Phase wire will be decided at site) & Neutral

(Black Colour) and 1 run of 2.5 Sq.mm. for Earth (Green Colour) using 1100V FRLS PVC

flexible Copper wire. Wiring for switch board socket is also in the scope of contract. The

wiring termination shall be done through crimping type Copper lugs . The lugs shall be

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 392

covered with respective coloured sleeves and wires have been identified with engraved

ferrules. The wires should not undergo any damage during pulling. The continuity of the

wires should be found OK before termination if not the damaged wires should be replaced.

The work shall be carried out as per the instructions of the Engineer-in-Charge.

Light, Ceiling Fan & Buzzer Point Wiring

Light Point wiring shall be done in the existing PVC conduit. The wiring shall be carried out

by 2 runs of 1.5 Sq.mm. for Phase (Colour for Phase wire will be decided at site) & Neutral

(Black Colour) and 1 run of 1.5 Sq.mm. for Earth (Green Colour) using 1100V 1.5 Sq.mm.

FRLS PVC flexible copper wires. The earth wire shall run along the wiring for earthing the

Sockets, Fans, Fluorescent Lamps and Pull Boxes. Buzzer wiring shall be carried out by 2 runs

of 1.5 Sq.mm. for Phase (Colour for Phase wire will be decided at site) & Neutral (Black

Colour) using 1.5 Sq.mm. 1100V FRLS PVC flexible copper wires. The wiring termination

under every item shall be done through crimping type Copper lugs, The lugs shall be covered

with respective coloured sleeves and wires has been identified with engraved ferrules. The

wires should not undergo any damage during pulling. The continuity of the wires should be

found OK before termination if not the damaged wires should be replaced. The wiring and

location of the light and Switch points shall be carried out as per drawing and site conditions

and as directed by the EIC.

The Contractor shall install Angle Holder/3 plate Ceiling Rose of Anchor make as applicable

wherever required. The consumables required to complete the job in all respect is in the

scope of the contract.

8.0:- 6A Power Sockets

Wiring for 6A Power sockets shall be carried out by 2 runs of 2.5 Sq.mm. for Phase (Colour

for Phase wire will be decided at site) & Neutral (Black Colour) and 1 run of 1.5 Sq.mm. for

Earth (Green Colour) using 1100V FRLS PVC flexible Copper wire. One end of the earthing

wire is to be connected at the third pin of 6A socket and another end to be connected at the

earth bar in the distribution board. Any two adjacent Power Points shall be considered as a

single point. The wiring termination shall be done through crimping type Copper lugs. The

lugs shall be covered with respective coloured sleeves and wires have been identified with

engraved ferrules. The wires should not undergo any damage during pulling. The continuity

of the wires should be found OK before termination if not the damaged wires should be

replaced. The work shall be carried out as per the instructions of the Engineer-in-Charge.

9.0:- 6A/16A Power Sockets & 20A Reyrolle Sockets:-

Wiring for 6A/16A power sockets & 20A Industrial type Reyrolle socket shall be carried out

by 2 runs of 4 Sq.mm. for Phase (Colour for Phase wire will be decided at site) & Neutral

(Black Colour) and 1 run of 2.5 Sq.mm. for Earth (Green Colour) using 1100V FRLS PVC

flexible Copper wire. One end of the earthing wire is to be connected at the third pin of

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 393

16/6A or 20A reyrolle socket and another end to be connected at the earth bar in the

distribution board. Any two adjacent Power Points shall be considered as a single point. The

wiring termination shall be done through crimping type Copper lugs. The lugs shall be

covered with respective coloured sleeves and wires have been identified with engraved

ferrules. The wires should not undergo any damage during pulling. The continuity of the

wires should be found OK before termination if not the damaged wires should be replaced.

The work shall be carried out as per the instructions of the Engineer-in-Charge.

11.0:- Common Area/Service Area Secondary light point wiring:-

Wiring for the common areas as secondary light point wiring shall be carried out for

common area lights by 2 runs of 1.5 Sq.mm. for Phase (Colour for Phase wire will be decided

at site) & Neutral (Black Colour) and 1 run of 1.5 Sq.mm. for Earth (Green Colour) 1100V

FRLS PVC insulated flexible copper wire without any joint, drawn into the existing PVC

conduit from first light fitting to second light fitting connecting at both the ends. The wiring

termination shall be done through crimping type Copper lugs. The lugs shall be covered with

respective coloured sleeves and wires have been identified with engraved ferrules. The

wires should not undergo any damage during pulling. The continuity of the wires should be

found OK before termination if not the damaged wires should be replaced. The work shall

be carried out as per the instructions of the Engineer-in-Charge.

12.0:- Supply & Installation of Various Lighting Fixtures:-

12.1 Fluorescent Tube Light Fixture: The Scope of work includes supply & installation of

1x40W Fluorescent lamp fitting with 40W Fluorescent tube light including all accessories

required for complete installation. The contractor shall install round blocks for installing the

light fixture & 3 Plate Ceiling rose of Anchor make and end connections between the light

fixture to the 3 plate ceiling rose shall be carried out with 1100V grade 3 core 1.5 Sq.mm.

Copper flexible cable.

12.2 1x9W Bulk Head Fittings: The Scope of work includes supply & installation of 1x9W CFL

Bulk Head Light fixtures with 9W CFL including all accessories required for complete

installation for use in common area. The Contractor shall install the fitting directly on the

wall surface by flushing the base of the fitting or by grouting nylon sleeves and galvanized

passivated wood screws as per the site requirement. Termination shall be carried out at

both the ends.

12.3 14/15W CFL Lamp: The Scope of work includes supply & installation of 14/15W CFL

lamp with integrated choke to fit in skirt type Angle holder. The installation of Angle Holder

of Anchor make for fixing the CFL lamp is in the scope of contract.

12.4 Mini Mirror Light: The Scope of work includes supply & installation of 1x11W Mini

Mirror Light fixtures with 11W pin type CFL including all accessories required for complete

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 394

installation for use in Wash Basin area. The Contractor shall install the fitting directly on the

wall surface using nylon sleeves and galvanized passivated wood screws. Termination shall

be carried out at both the ends.

12.5 2x11W Bulk Head Fittings: The Scope of work includes supply & installation of 2x11W

CFL Bulk Head Light fixtures with 11W CFL including all accessories required for complete

installation for use in corridor area. The Contractor shall install the fitting directly on the

wall ceiling surface using nylon sleeves and galvanized passivated wood screws as per the

site requirement. Termination shall be carried out at both the ends.

13.0:- Gate Light Luminarie:-

The Scope of work includes supply, installation, testing & commissioning of post of larten

luminaries suitable for 125W HPL-N lamp to be installed at the main entrance of the gate.

Scope of work involves supply & installation of 125W HPL-N fitting & lamp, 50mm OD GI

pipe for mounting the luminaries, Providing inlet GI pipe for cable entry, outlet PVC pipe

from SMC box to fitting, Embedment of SMC control box of size (295(H)x215(W)x115(D))

with bolted type combined I/C & O/G terminal blocks for termination & 10A Fuse unit fixed

inside the box, Masonary work with good finishing of wall, End Termination at both the ends

with 1100V grade 3 core 1.5 Sq.mm. Copper flexible cable crimped with suitable crimping

type lugs. Complete as per specifications and as per the direction of EIC.

14.0:-Supply & Installation of 1200mm Ceiling Fan

The Contractor shall supply & install Double ball bearing ceiling fans of Brown colour with all

accessories without regulator as per schedule and shall install at various locations as per the

drawing. The fans shall be suspended in the metal box hook and shall be connected to the

JB with 1100V grade 3 core 1.5 Sq.mm.

The wiring termination shall be done through crimping type Copper lugs. The lugs shall be

covered with respective coloured sleeves. The JB used for the suspension of ceiling fan

should be closed by white

PVC dummy sheet of required thickness.

Routine tests if necessary at factory are to be carried out at contractor’s scope. The ceiling

fans are to be tested before installation and in case if defect is noticed after installing the

fan, the contractor shall remove the fan and get it replaced at no extra cost. Procurement

shall be effected through company approved dealers. Contractor should submit Warranty

Card for all individual fans before installation.

Any reduction in speed, low delivery of air for the change in blade angle during transit; the

respective installation of such defects shall be taken care by the contractor.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 395

15.0:-

A. MODULAR BOXES

Modular boxes shall be cadmium coated, factory made boxes of various sizes as Listed

below.

The boxes shall be installed at the correct level without inclination (Both horizontal and

vertical plane) as per the drawing & as directed by the engineer-in-charge .After installation

boxes shall be painted with one coat of red-oxide primer and two coats of superior quality

with white colour paint.

B. MODULAR PLATES:

The contractor shall supply & install the modular plates & modular accessories on already

embedded modular boxes. All the screw holes should be sealed by the respective modular

buttons.

15.26:-Hylem Sheet:-

The contractor shall Supply and install P3 grade 3mm thick hylem sheet with brass screws

and cup washers, suitable for closing 8 modular vertical type pull boxes, each side should

have 10mm extend than box. The colour of the hylem sheet shall be decided by the EIC.

Approval shall be obtained from the EIC prior to supply.

Supply & Installation of Ding-Dong Bell:-

The contractor shall supply & install Ding – Dong bell with necessary fasteners required for

installation. Prior approval shall be obtained from the EIC before affecting the supply.

16.0:-Telephone System:-

Two pair Telephone cable:-

The scope includes supply and installation of two pair, 0.5mm dia. copper wire telephone

cables of grey colour with PVC sheathed and their terminations. Wiring shall originate from

the telephone terminal box and terminate in the first telephone socket outlet and

consecutively looped for the remaining telephone outlets as per the instructions given by

EIC.

Telephone Socket (RJ11):-

The contractor shall supply and install 2 nos. of RJ11 socket in the existing modular plate.

Modular boxes are already recessed with modular plate and are measured elsewhere.

Pair SMC telephone DB:-

The work involves supply and installation of 195 x 170 x 70mm SMC telephone Db suitable

to fix 10 pair telephone krone & krone finger. Necessary chipping, embedding & plastering

the wall with good finish is in the scope of the contract. The krone finger supplied shall be of

stainless steel material.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 396

Pair Terminal block:-

The SMC box of sizes indicated in the schedule shall be of factory made multi-purpose

junction box suitable for the accommodating the 10 pair Terminal block & SS fingers for the

telephone system.

RG11 & RG6 cables, TV co-axial modular socket & Splitter

The contractor shall supply and install TV Coaxial cables with solid polyethylene dielectric,

coaxial tinned copper conductor, Jelly filled RG 11 PVC sheath cable drawn in the existing

PVC conduct including ferruling and connection of cable in both ends. The cable shall be

tapped from the nearby buildings & should be laid in the ground wherever necessary.

The work deals with supply and pulling of TV Coaxial cables with solid polyethylene

dielectric, coaxial tinned copper conductor, Jelly filled RG 6 PVC sheath cable drawn into the

existing PVC conduits from common area JB to the TV co-axial modular socket in the living

hall and then from living hall to other TV outlets (The TV sockets will be already fixed in the

modular plates and it will measured separately) including ferruling and connection of cable

at both ends. Installation of electronic Splitters in the existing SMC boxes & GI box for

branching out the cables shall be measured separately.

18.0:-Instant Type Geyser:-

The contractor shall Supply and install Instant type water Heaters of Polypropylene body of

1 litre, 3KW capacity suitable for working on 230V AC system including wiring with 4 Sq.mm.

1100V FRLS PVC copper conductor wire of Polycab/Havell’s/Finolex/RR Cables make two

(Phase+Neutral) + one (earth green) from the distribution board to one no. of 25A modular

switch to be provided outside the bathroom to control the heater in addition to 20A

Reyrolle socket. The Contractor shall install the Heater by grouting 4 nos. of suitable size

bolt and nuts with Plate & Spring washers etc. The ON condition of the heater shall be

indicated outside the Bath Room. At the entrance of Bath Room one no 25A switch shall be

provided to control the heater in addition to 20A MCB provided near the heater. The cost of

25A switch is measured separately.

Earthing

The scope includes supply and installation of Earth pits as per IS 3043. The contractor shall

install 38mm diameter Heavy duty GI pipe buried to a depth of 2.5 Meters with soil

Treatment using (50Kgs Bentonite & 50 Kgs Charcoal) per earth pit. Necessary fabrications

such as Cutting Drilling Threading etc. shall be borne by the contractor. The Terminal plate

shall be GI of dimension (300 x 50 x 6mm) which has to be fixed firmly to the GI pipe with

10mm dia. SS Bolts and Nuts. Each bolts shall have 2 Nos. of Plate & Spring washers of 2mm

Thick. The earthing connection shall be done with 8 SWG copper conductors from EMDB to

earth pit. The conductor shall be buried to the depth of 750mm. End Terminations of the Cu.

grounding conductor shall be carried out with tinned Cu. Lugs of Dowell’s/Jainsons/HEX

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 397

make. Straight jointing if required shall also be done using crimping type tinned copper

ferrules. The sample materials should be approved by the EIC before installation. The work

involves Earth excavation in all type of soils, Installation of GI Pipes with soil Treatment and

GI Flats, Brick chamber & RCC cover Slab/ Ready made RCC Covers & cover slabs painted

inside & outside with two coatings of white cement and with letter painting indicating earth

pit no., Refilling the soil with proper consolidation & watering the earth pits. After

installation of the earth pit, earthing resistance of the earth pit shall be measured by earth

resistance megger after three days of the completion of earthing work and the values shall

confirm to the regulations. All works should be carried out as per the instruction of EIC.

21.0 Industrial Type Reyrolle Socket:-

The scope includes supply and fixing of 20A industrial type Reyrolle socket of the specified

components of specified make. The component and the boxes shall be properly aligned and

leveled wherever repositioning is required the contractor has to be carried out and making

the wall in good condition. All fixing of screws and accessories shall be supplied by the

contractor. The make and model no. given is for reference. EIC has the right to reserve any

make for the same model and specification

22.0. Laying of cables in Excavated Trench:-

Laying of armoured 1100V grade XLPE/PVC Aluminium/Copper conductor cables of different

sizes from 19mm to 80mm diameter in the excavated trenches of dimensions 400mm (W) x

825mm (D) with sand filling, Brick coverage’s & engraved plastic cable tags for every 35

Meters length of the cable.

It is the responsibility of the contractor to make suitable arrangement for transport, loading,

unloading, lifting and positioning of the cables in drums.

All the power cable drums shall be carefully transported and unloaded to the nearest

locations of cable laying. Unwinding of the cable shall be carefully done, so that no undue

axial pulling force is given to the cables.

Wherever cables are running in walls, supports & trays shall be clamped with 3 mm thick

Aluminium clamps of adequate width on 6 mm thick Aluminium spacers at 600 mm to 750

mm intervals in the horizontal run and 700 mm to 1000 mm in the vertical run based on the

size of the cable as directed by the Engineer-In- Charge at site. Spacers shall be grouted to

wall with one or more wood screws and the clamps screwed to the spacers.

23.0:-Laying of cables in Built-Up Trench:-

For the cables passing through Hume-Pipes, the location of Hume-pipe area is to be

excavated to a required depth of Hume-Pipe and the cable is allowed to pass through

without damaging the outer sheath. After insertion, both ends of Hume-Pipes should be

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 398

closed with gunny bags properly. Both ends of cables should be identified with suitable

engraved plastic Tags. Wherever the cables passing through the RCC walls, RCC Poles &

Embedded Pipes the cables shall be properly dressed and clamped with 3 mm thick

Aluminium clamps of adequate width on 6 mm thick Aluminium spacers

24.0. End Termination and Connection:-

The Contractor shall drill suitable size holes in the gland plate of distribution boards and fix

the cable with suitable size single compression type glands and connection shall be made

crimping type lugs. The cable shall be terminated with its respective colored pairs in the

Krone using Krone Tools. Before termination the cable shall be cleaned thoroughly in order

to remove the jelly spreaded on the cable. Both the ends of end terminations should be

identified with engraved Aluminum cable tags as per the direction of EIC.

(Aluminum lugs for Aluminum cables and Copper lugs for Copper cables). Both the ends of

end terminations should be identified with engraved Aluminum cable tags as per the

direction of EIC.

25.0 Excavation of cable Trench:-

The contractor shall excavate the soil of all types including hard rock and lay the cable in the

excavated trench of size mentioned above. Superior quality river sand shall be supplied for

spreading the sand inside the excavated trench to a thickness of 75mm before laying the

cables. The contractor shall supply superior quality kiln burnt standard sized (9 inches x 4.5

inches x 3.0 inches) table molded bricks for covering the sides of the cable (approximately

18 bricks per meter required for covering all the three sides of the cables) and spreading the

river sand inside the bricks along the cable route before closing the cable with top cover

brick and backfill the trench with excavated soil, consolidation, proper leveling and removal

of excess earth to the location as decided by the EIC.

While excavating the trenches, precaution shall be taken to avoid damages of other services

pipe lines or other cables laid already along the same route. The contractor is fully

responsible for the risk of damages & expenditure incurred for it. Any obstruction like

bushes and trees along the proposed cable route shall be trimmed & removed by the

contractor at his own cost. Each run of cable will be cut of after actual measurement of

route length at Site and after approval of the Site Engineer.

26.0 PVC Conduits:-

The scope includes supply, Embedment & installation of Heavy duty black/White colour

Rigid PVC conduit, 20mm, 25mm & 32mm dia conduits (2.0mm thick) with all accessories

like junction boxes, bends, couplers, covers for JBs, saddles & spacers (Wherever required),

bending equipment & 8mm dia. Fan hook boxes of galvanized material for suspension of

ceiling fans, etc.

Embedment of conduits:-

Embedment of conduits is to be done along with the civil work. The conduit shall be tied

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 399

with the reinforcement rods using 16/18 SWG GI wire. The sizes and routes of conduits

shown in drawings are tentative & the exact route shall be decided at the site. The

Contractor shall prepare the conduit route drawings & get it approved from the Engineer-in-

Charge before starting the embedment works. In the walls, necessary chipping, placing the

conduit rigidly, making the surface of wall in good condition is the responsibility of

contractor. After concreting the contractor has to arrange for the removal of choking in

conduit, if any, immediately though compressed air. The rate includes providing 16SWG GI

wire as “Pull wire” along the length of conduit. The contractor has to show the sample

piece and get approval from EIC (ELECTRICAL) before going for installation.

General Instructions:-

a. The contractor shall work in close co-ordination with departmental staff and for any

clarification/deviation if any, Engineer –in –charge shall be consulted.

b. The contractor supervisor shall meet the Engineer-in-Charge on all working days and

shall confirm the area of work. The supervisor should be present at the work spot

during the working hours without fail. The contractor will be given the details of work

schedule well in advance to enable him to mobilize work force. The necessary

arrangement for labour shall be made by the Contractor.

c. The contractor shall follow the rules regulations stipulated by the competent authorities.

Wages for the workers shall be paid as per time schedule and shall not be less than the

minimum wages fixed by the labour commissioner/authorities

d. Contractor shall have sufficient numbers of tools for the execution of the work. List of

such items available with the contractor shall be furnished with the offer.

e. Only genuine materials of approved make listed under the preferred make of material

shall be supplied.

f. The terminal lugs, sleeve, ferrules and fasteners required for the terminal connections

are at the contractor’s scope of supply. The cable end shall be crimped using standard

crimping tool and no other method is acceptable by the dept.

g. Catalogue containing Part No., Specifications. Delivery challan and other technical

particulars shall also be submitted for all the material supplied.

h. All fixing hardware’s cutting of holes/welding etc. required for the work shall be carried

out by the contractor.

i. The Contractor shall employ sub-contractors for electrical wiring only after due approval

by the department.

K. The contractor should arrange his own construction power supply with Distribution

board containing Energy Meters, ELCB, MCB’s, HRC fuses etc. Department will show the

place where to tap supply. cabling necessary for Temporary Power Supply within 500

meters distance for the construction phase work is under contractor’s scope. The

contractor should take utmost safety while laying the temporary cables & laying of

cables shall be done according to the instruction given by EIC. The cost of electricity

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 400

chargeable will be at the prevailing rates Theft of electricity by any means will lead to

severe action as per the Electricity rules. The contractor should take utmost safety while

executing the work. The fans are to be tested for 24 hours continuous running. The cost

for 24 Hrs test run shall be born by the contractor.

Test schedule for commissioning at site:-

1) DB’s:-

General checks:

a. Panel Earthing.

b. Bus bar joints for tightness.

c. Panel for mounting of MCB’s, Energy meters and other components as per the

drawing.

d. Panel for vermin proofiness.

e. Circuit wiring for tightness, presence of lugs, flat washers, sparing washers, gland

earthing etc.,

f. Check for cleanliness.

g. Locking facility, lock and keys.

Tests:

a. Light circuit, power circuit and earth circuit wiring for tightness and continuity.

b. Functional check on MCB, EM, MCCB and other components as per the drawing.

c. Megger-Insulation resistance.

d. MCB rating , continuity and cross polarity

e. RCBO- rating , continuity, sensitivity, polarity

f. Earth continuity

2) Switch boxes:-

General checks:

a. Mounting, leveling (Horizontal Plane and vertical Plan), painting and earthing.

b. Corner screws with washers/tightness.

c. Mounting of switches, regulator, power sockets etc. as per the drawing

d. Vermin proofness.

e. Circuit wiring for tightness, presence of lugs, identification ferrules, etc.

f. Check for cleanliness.

Tests:

a. Light circuit, power circuit and earth circuit wiring for tightness and continuity.

b. Functional check

c. Switch/regulator rating, continuity

d. Earth continuity

3) Cables:

General checks:

a. Cable gland for proper earthing.

b. Terminal connection, Tightness, End terminal identification tags.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 401

Tests:

a. Measurement of Insulation resistance.

b. Continuity checking of each phase

4) Light, Fans & Power Points :-Tests:

a. Continuity.

b. Insulation resistance of each circuit(Phase to Earth/Phase to Neutral/Neutral to

Earth)

c. Earth continuity for each Fan/Power point.

5) Earth Pits:-

Tests:

a. Check for size, proper connections with terminal lugs. Continuity and tightness.

b. Earth resistance value of the individual pits.

c. Earth resistance value after combining the pits.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 402

16. List of Approved Makes

Sr.

No Description of Items Name of Approved make / Venders

1 Cement A.C.C Ultratech, J.K., Birla, Ambuja and Lafarge,

Jaypee, Birla Chetak

2 Reinforcement Steel Sail, TISCO, VIZAG & RINL

3 RCC Hume Pipe ISI Mark

4 Joint Sealant Pidilite, Choksey, Shalimar

5 PVC pipe & Fittings Prince, Supreme, Finolex

Water Supply Work

1 D.I. Pipe

Electro Steel Castings/ Lanco Industries/ Jindal

Saw ltd./ Electro Therm (India) Ltd./ Tata

Metaliks Kubota Pipes Ltd.

2 DI specials Electro Steel Castings/ Jindal Saw Ltd./KISWOK.

3 Valves of all type IVC / IVI / R & D Multiples / Foress / Kirloskar

4 Pumps Kirloskar / Mather & Platt / Jyoti

5 Motors Kirloskar / Joyti / Crompton / ABB

6 G.I. Pipes (ISI Marked) TATA, SWASTIK, JINDAL

Electrical Works

1 Cables Universal/NICCO/ Finolex / Polycab

2 LT switchgears & Starters L&T/ABB/GE/ Schneider/BCH

3 MCB, Isolator, RCCB, MCB-DB. HAVELLS, LEGRAND, HPL, STANDARD, L&T, C&C,

CROMPTON

4 XLPE INSULATED Cables FINOLEX, POLYCAB, HAVELLS

5 Bulbs, Lamps

(SV/MV/MH/GLS/CFL/FT etc)

PHILIPS, CROMPTON, BAJAJ, HAVELLS, OSRAM,

GEC, C&S

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 403

Sr.

No Description of Items Name of Approved make / Venders

6

Luminaries (Tube Fitting/Mirror

Optic fitting/ street Light fitting /

Flood Light Fitting / Energy Saving

Fitting)

KESELEC SCHREDER, PHILIPS, CROMPTON, BAJAJ,

HAVELLS, WIPRO

7 G.I. Pipes (ISI Marked) TATA, SWASTIK, JINDAL

8 ACSR/ AAAC Conductor UJALA/GRINDLAY, BHOPAL WIRES (P) Ltd

9 Steel Tubular As per IS 2713-1980

10 Cable Glands COMET BRASS COMEX, COSMOS, JAINSONS

11 Cable Lugs & Sockets DOWELLS, HEX, JAINSONS & COMET

12 A.C.B., SFU, Change over

Switches, MCCB L&T, SIEMENS, SCHENEIDER, C&S, LEGRAND

13 Ammeter / Voltmeter/ CTs A.E., NEPTUNE, L&T, IMP

14 Lightening Arrester 11KV OBLUM, ELPRO, ALSTOM, CROMPTON, GE

15 Cable Jointing Kit RAYCHEM, MSEAL MAHINDRA & BIRLA

16 Distribution Transformer KIRLOSKAR, ALSTOM, VOLTAMP, TESLA, STAR,

DELTA, M.P.T

17 Disc, Pin and Other insulator JAIPURIA, ATLAS, JSI, MODERN INSULATOR

18 D.O. Switch & Fuse ATLAS, JAIPURIA, MAHALXMI

19 MV Panel/ Feeder piller The Firm Should have CPRI type test certificate of

50 KA fault level for manufacturing panels

Note: All Materials to be use shall be of first quality unless otherwise specified. This is an

indicative List for the brand and make of the material to be used by the contractor. The

specification mentioned in the schedule of Quantities shall take precedence. However the

contractor shall take approval of consultant regarding the make and type of each material

before execution. The EIC/Consultant decision regarding the use of material mentioned above

or mentioned in schedule of Quantities or equivalent will be final and binding on the contractor.

Apart from the above list, ISI marked / ISO certified material may also be used with prior

permission of EIS.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 404

17. BILL OF QUANTITIES

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 405

Detailed Scope of Work for Construction of UGT :

1. The work shall be carried out only as per the GFC drawings, specifications, and as

instructed by Engineer-In-Charge.

2. Item of work provided in the drawing does not cover in the given specification,

shall be executed strictly as per instructions of the Engineer-in-charge.

3. The quoted rate shall be for the entire works and shall provide for the complete

cost towards designing, labour, materials, plant and machinery, operational costs,

levies, taxes, insurance, consumable, scaffolding, transport, repairs, rectification,

maintenance till handing over, revenue expenses, contingencies, overheads,

watering, curing, water, power tariffs and all incidental items not specifically

mentioned but reasonably implied and necessary to complete the work according

to the Contract.

4. Engineer-In-Charge decision shall be final and binding on the Contractor regarding

clarification of items in the Schedule with respect to the other sections of the

Contract.

5. Layout & GA drawing of underground Tank (UGT) is enclosed for reference.

6. The Final execution drawings shall have the approval and signatures of any

approved Govt. Engg college, structural consultant/Engineer and the contractor,

also a separate letter of guarantee for the structural design shall be submitted by

the contractor in written to the Engineer-in-Charge along with the GFC’s drawings.

7. The rates to be quoted for different items must be inclusive of cost and carriage of

all materials, labour, tools and plants, hire charges, curing and finishing,

scaffoldings, centering and shuttering, Sales Tax, (VAT), Octroi, Royalties and all

other local and Central Taxes and duties, insurance and other incidental charges

etc. complete except where otherwise specifically mentioned.

(Following scope of work is only for guiding the contractor but not include all work

which may require to complete the Job)

Sr. No. Description

1 Design of the Structure

The detail design of the underground tank and pump house structure shall be

carried out considering the capacity of 170KL. Contractor shall prepare and

submit detail structural design and drawing to the Engineer-in-Charge after

getting approval from any approved Govt Engg college. Contractor shall submit

GFC drawing of the structure duly stamped and signed by his design

engineer/consultant to the Engineer-in-charge before commencement of

execution work.

Contractor also submits the vetting report and stamped drawing in triplicate of

the structural design from any approved Govt Engg college, Indore.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 406

Sr. No. Description

2 EXCAVATION

2.1

General Excavation by mechanical means in all types of soil includes dense soil,

disintegrated/ weathered/ soft rock/hard rock including necessary manual

excavation for dressing the edges & leveling, all leads and lifts, back filling in

layers of 150mm with watering and compaction. Including disposing the excess

earth and spreading in layers to the required levels within the site wherever

specified and carting away outside the site to the designated areas identified

by the local authorities. dewatering of both ground and surface water, removal

of slurry generated while excavation and keeping the area free of water with

necessary shoring, strutting, required for keeping earth in position etc.,

excavating loose pockets and compacting the same -for all depths, Rate to

include disposing the excess earth and spreading in layers to the required

levels within the site wherever specified.

3 CONCRETE

3.1

Providing and laying Plain cement concrete1: 2: 4. wherever specified using

coarse sand and 40mm graded stone aggregate including sub grade

preparation, leveling, all leads and lifts, rough finishing at the top surface,

curing, and shuttering if necessary etc.,

3.2 DESIGN MIX CONCRETE / CONTROLLED CONCRETE

3.2.1

Providing and laying in position machine batched, machine mixed and machine

vibrated design mix concrete of M30 grade for reinforced cement concrete

structural elements, including the cost of centering, shuttering and

reinforcement for all works including finishing, hoisting, curing, compacting

and pumping in position etc. for all heights/depths for underground tank.

4 FORM WORK

4.1

Providing, fabricating and erecting form work with shutter finished surface at

all levels and places wherever needed/specified as per drawing including

striking with 12mm Plastic coated, marine resistant waterproof ply/Smooth

finished MS plates with adjustable steel props of acceptable Staging system

and with sufficient bracing as approved by consultant. Cost to include

designing of proper form work and staging system to suit the requirements,

Submission of design calculations and shop drawings for approval, sealing the

joints with heavy duty brown self-adhesive tape, aligning to line and levels

including M.S. Ties, PVC Spacer, Providing openings/ cutouts/ pockets, applying

de-shuttering chemical, De-shuttering as approved by the Engineer-In-Charge

etc., complete at all levels and profiles.

Note The shuttering plates will be so laid that the joints in both the directions are in

one line. Pattern for which will be got approved.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 407

Sr. No. Description

It should be ensured that the joints between shuttering plates do not exceed

3mm.

The plates should have fairly flat with undulations not exceeding + 3mm.

The pattern of shuttering including the deployment of various sizes of plates

shall be got approved in advance from owner.

Nothing extra shall be paid for circular, semicircular shape, irregular shuttering,

additional height in shuttering and it should be considered in the quoted rates.

5 STEEL

5.1

Laying and fixing in position MS / HYSD bar reinforcement for RCC insitu &

precast work including cost of straightening, cutting, bending and binding with

18 gauge MS annealed binding wires, PVC cover blocks etc. complete as per

drawings specifications and as directed by Engineer-in-charge for all heights

and diameters. (Reinforcement steel will be supplied by owner free of cost)

5.2

Providing, Fabricating, supplying and installing in position M.S. railing & stairs,

MS gratings and grill for window, leddar etc. as per drawing using standard

sections such as M.S. angle sections, T-sections, I-section, Channel sections,

M.S. tubes, round, square etc. as desired including all incidental operations

such as bending, cutting, welding, drilling, grinding, etc. all complete including

hold fast and embedding in position with 1:2:4 cement concrete and applying a

priming coat of approved steel primer and two coats of approved make and

shade of synthetic enamel paint. The hand railing and other horizontal

members shall be bent to the correct radius shown on the drawings by

appropriate means without losing the profile of the pipe.

5.3

Providing, Fabricating and fixing Hand rail for stair case B class GI Pipe 40mm

dia NB as per Drawings and details as desired including all incidental

operations such as bending, cutting, welding, drilling, grinding etc. all complete

including hold fast and embedding in position with 1:2:4 cement concrete. The

hand railing and other horizontal members shall be bent to the correct radius

shown on the drawings by appropriate means without losing the profile of the

pipe.

5.4

Supplying, fabricating and installing in position G.I. Pipe Leddar as desired

including all incidental operations such as bending, cutting, welding, drilling,

grinding etc. all complete including hold fast and embedding in position with

1:2:4 cement concrete and applying a priming coat of approved steel primer

and two coats of approved make and shade of synthetic enamel paint. The

hand railing and other horizontal members shall be bent to the correct radius

shown on the drawings by appropriate means without losing the profile of the

pipe.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 408

Sr. No. Description

6 ROOFING / WATER PROOFING WORK

6.1

Providing & laying water proofing treatment of underground water tank with

chemical injection method from approved specialized firm all as per

specifications carrying 10 years guarantee. (Tenderer should submit name of

specialist firm).

6.1.1

The GI pipes are placed at 1.5m c/c and at location indicated as per drawing

and securely fastened to the reinforcement prior to shuttering and concreting

or alternatively by drilling holes (25mm to 32mm dia) in the concrete upto a

depth as shown in the drawing all over the wall surface @ 1.50 mtr. c/c and as

shown in the drawing. Treatment along all construction joints by providing

nozzles, as above, shall also be executed. Fixing 25mm dia G.I. threaded

nozzles in these holes with cement mortar 1:4 mixed with water proofing

compound. Injecting cement grout of cement and polymer based water

proofing compound in proportion as specified in these nozzles at a pressure of

2.5 to 3.0 kg./sqm. After the grout the nozzles are cut and filled with cement

mortar 1:3 mixed with polymer based water proofing compound in proportion

as specified and finished smooth. The internal surface is prepared and polymer

based cement slurry is applied. Providing and laying 25mm thick cement

mortar in 1:4 (1 cement : 4 coarse sand) mixed with polymer based water

proofing compound and apply polymer based cement slurry.

Note

The proportion of acrylic based polymer compound to be used in respect of

ordinary cement as per manufacturer specifications. Acrylic based integral

water proofing compound shall satisfy the provision IS:2645.

90% payment shall be made on item rate basis as per the progress of work

done. Balance 10% shall be released upon submission of performance

guarantee of equivalent amount from a Nationalized bank valid for a period of

5 (Five) years on submission of service guarantee on stamp paper valid for 10

(Ten) years.

7 BRICK WORK

7.1

Providing and laying brick work using bricks of class designation 25 in stair case

steps in cement mortar 1:4 (1 cement: 4 coarse sand) including joints finished

flush/raked to 6 mm depth as work proceeds, curing etc. complete including

cleaning and soaking the bricks at least for 24 hours before use, curing etc. for

7 days etc. all complete at all heights / depth.

8 FLOOR FINISHING

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 409

Sr. No. Description

8.1

Providing and laying 40mm thick cement concrete flooring 1:2:4 (1 cement : 2

coarse sand : 4 graded stone aggregate 20 mm and down) finished with a

floating coat of neat cement including cement slurry, rounding off edges and

PVC strips etc. but excluding the cost of nosing of steps etc. complete. Flooring

to be laid in alternative bays (not exceeding 1 sqm in area) as directed by the

Architect. At the machine room/pump chamber.

8.2

Providing and fixing IInd quality Ceramic glazed tiles conforming to IS : 13753

of minimum thickness 5mm of approved make like NITCO, ORIENT, SOMANY

KAJARIA or equivalent make in all colours, shades except begundy, bottle

green, black of any size as approved by Engineer-in-charge in skirting and

dados over 12mm thick bed of Cement Mortar 1:3(1 cement : 3 coarse sand)

and jointing with grey cement slurry @ 3.3kg per sqm including pointing in

white cement mixed with pigment of matching shade complete. Basic rate of

Tile is Rs.300 per Sqm.

9 WALL FINISHES

9.1

Providing and Laying 15 mm thick waterproof cement plaster in cement mortar

1:4 (1 cement : 4 coarse sand and adding accoproof or cico approved water

proofing compound as per manufacturers specification finished with smooth in

line, level and plumb including curing scaffolding, hacking etc. complete at all

levels as directed.

9.2

Providing and applying three or more coats of water proofing cement paint or

M/s Snowcem India Ltd." or equivalent of required shade to give and even

shade on new wall surface. At the elevated portion of the tank.

10 MISC. WORKS

10.1

Providing and placing in position "Fixostop" or approved equivalent PVC water

stopper for construction / expansion joints between two RCC members and

fixed to the reinforcement with binding wire before pouring concrete etc.

complete.

10.1.1 Dumb bell with central bulb as per clause no 12.

10.2

Providing & fixing GI pipe puddle flanges of required size to over head water

tanks complete, as per drawing, specification and instruction of Engineer-in-

charge.

10.3 Providing and fixing 16mm Sq. PVC coated Lugs of approved make and shape

on RCC wall at all heights as per drawing and as directed by Engineer-in-Charge

10.4 Providing and fixing 800 x 800mm C.I. manhole cover and frame (medium

duty)

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 410

Sr. No. Description

10.5

Providing and laying damp-proof course 40mm thick with cement concrete

1:2:4 (1 cement :2 coarse sand :4 graded stone aggregate 12.5 mm nominal

size) mixed with water proofing material 'Impermo' or equivalent in cement

concrete work @ 1kg. per 50 kg. of cement and applying a coat of residual

petroleum bitumen of penetration 80/100 of approved quality using 1.7kg per

square metre on damp proof course after cleaning the surface with brushes

and finally with a piece of cloth lightly soaked in kerosene oil.

10.6

Testing of water tank against any leakage by filling the tank with water and

maintain it for 7 days upto total height including free board including all

necessary arrangements and water required.

11 MEP

11.1

Providing, installation and commissioning of pumps, valves, piping and all allied

works required for proper functioning of UGT. Specs of piping, valves shall be

as per the “Water Supply Sub head”.

11.2

Submersible Pumps

Submersible Pump Motor System complete with i) Submersible pumps motor

sets each having discharge of 7.5 lps with operating head of 26m, class of

insulation of motor “F”, protection class IP 68 including all accessories,

supports, foundation bolts, nuts, sleeves embedments, etc and tools required

for erection/installation/testing & commissioning of submersible pump motor

system.

ii) Control panels suitable for operation of above submersible pump motor sets

for meeting up the requirement at clause 8 with required switchgear, soft start

starter, selection and control switches as described in various section/clauses

of Technical specification including foundation bolts, nuts, sleeves, cabling etc

iii) Complete set of suitable Submersible Power cables from each Submersible

pump motor set to control panels with all other accessories etc

iv) Complete set of suitable Submersible instrumentation & Control cables

from each Submersible Pump Motor to control panels with all other

accessories, etc

v) Complete set of two no. suitable level sensor / switches along with

Submersible cables from place of installation to control panels to provide

automatic start/ stop of each pump motor set and for water level high alarm

with all other accessories, level sensor / switches installation support structure

etc

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 411

Sr. No. Description

vi) Ladders, Platform, checqured plates, railing structural members for

maintenance of the pump sets including all the hardware etc. for proper

maintenance of the submersible pumps motor sets.

vii) Transportation, Erection & Maintenance trolley for submersible pump

motor set.

viii) Stands & platforms for placement of control panels and & O&M of panels

including all the hardware etc

ix) Cable trays, racks/supports, anchor fasteners, etc. for routing of power

cables and instrumentation &control cables and foundations bolts,

embedment , sleeves etc. as required.

x) All the accessories including Cable racks ,trays, Supports, anchor fasteners

etc. for proper routing of Power cables and instrumentation & control cables

from Control panels to the place of installation of

the submersible pump motor sets. Separate trays/racks shall be provided for

routing of Power cables and instrumentation & control cables etc.

xi) Stainless steel Chain with shackle for lifting of pump motor set each having

length of 15 meter .

xii) One set of tools, spanners, wrenches etc. (arranged in tool box) required

for assembling / disassembling of equipment.

xiii) All the embedments, foundation bolts, sleeves etc. required for

completion of the work.

xiv) The dimensional drawings at the exit of the pump having interfaces with

the pipes.

xv) O&M Manual, Literature, Part catalogues, final G.A. drawings & Electrical

Wiring diagram etc. of complete system. xvii) Complete work of handling,

storage & preservation at site, transportation to the place of installation.

xvi) Testing & commissioning of the complete system upon completion of

installation.

xvii) Coordinating and conducting the Demonstration Tests.

xviii) Coordinating and conducting Acceptance Tests.

2. The bidder shall recommend spare parts, special maintenance and repair

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 412

Sr. No. Description

tools, as required, which in his opinion are considered necessary for first five

years of normal operation of equipment.

3 Any of the equipment not specifically mentioned here but needed to make

the system complete as per design and engineering of the system by the

bidder as per the good engineering practice shall be deemed to be included

unless specifically excluded elsewhere.

4. The material of construction of pump casing & Impellers shall have corrosion

& wear/abrasion resistance properties.

5 The mechanical shaft seal arrangement shall provide the best sealing and

shall be of highly wear resistance material.

6 The fixed & movable /rotating wear ring, impellers, casing etc. shall be

abrasion & corrosion resistant.

7 The submersible pump motor sets shall have all the standard features of

safety.

8 Control Panels shall be suitable for the operation of submersible pump motor

sets with Soft Start Starter, Pump start/stop with level switches. Facility of

selecting the starting priority of four no. pumps, The panel should contain the

all the standard features of a starting panel such as but not limited to

Voltmeter & Ammeter for each Pump set, Single phase protection for each

pump set, MCCB’s, Power & Auxiliaries Contactors, relays, Switches, indication

lamps etc complete. The panel shall be conforming to protection class IP-54.

Control Panel shall preferably contain the parts of following makes

ABB/SIEMENS/L&T/TELEMECHANIC/ SCHNEIDER

9 Erection Testing & commissioning:

The bidder shall be responsible for Erection Testing & commissioning of

complete submersible pump motor system which includes but not limited to

Erection, Testing & commissioning of complete submersible pump motor sets,

control panels, laying, terminations (including providing of lugs, cable gland &

accessories etc.) and dressing of power, instrumentation & control cable,

installation of cable trays/racks etc., instrumentation, level switches, O&M

ladder & platforms, Control panels stands etc

Providing, installation and commissioning of pumps, valves, piping and all allied

works required for proper functioning of UGT. Specs of piping, valves shall be

as per the “Water Supply Sub head”.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 413

Payment Schedule for UGT work

Sr. No Stage %age of Cost

1 On completion of Raft. 15%

2 On completion of 50% height of wall. 15%

3 On completion of balance 50% height of wall. 15%

4 On completion of Roof Slab. 15%

5 On completion of all MEP and structural steel work 15%

6 On successful completion of testing and commissioning of

the UGT 25%

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 414

Detailed Scope of Work for Overhead Tank

1. The work shall be carried out only as per the GFC drawings, specifications, and

as instructed by Engineer-In-Charge.

2. Item of work provided in the drawing does not cover in the given specification,

shall be executed strictly as per instructions of the Engineer-in-charge.

3. The quoted rate shall be for the entire works and shall provide for the

complete cost towards labour, materials, plant and machinery, operational

costs, levies, taxes, insurance, consumable, scaffolding, transport, repairs,

rectification, maintenance till handing over, revenue expenses, contingencies,

overheads, watering, curing, water, power tariffs and all incidental items not

specifically mentioned but reasonably implied and necessary to complete the

work according to the Contract.

4. Engineer-In-Charge decision shall be final and binding on the Contractor

regarding clarification of items in the Schedule with respect to the other

sections of the Contract.

5. Layout & GA drawing of Overhead Tank (OHT) is enclosed for reference.

6. The Final execution drawings shall have the approval and signatures of the any

approved Govt Engg college , structural consultant/Engineer and the

contractor, also a separate letter of guarantee for the structural design shall be

submitted by the contractor in written to the Engineer-in-Charge along with

the GFC’s drawings.

7. The rates to be quoted for different items must be inclusive of cost and

carriage of all materials, labour, tools and plants, hire charges, curing and

finishing, scaffoldings, centering and shuttering, Sales Tax, (VAT), Octroi,

Royalties and all other local and Central Taxes and duties, insurance and other

incidental charges etc. complete except where otherwise specifically

mentioned.

Following scope of work is only for guiding the contractor but not include all work

which may require to complete the Job)

Sr. No. Description

1 Design of the Structure

The detail design of the overhead tank structure shall be carried out

considering the capacity of 154KL with a staging height of 15m. Contractor

shall prepare and submit detail structural design and drawing to the Engineer-

in-Charge after getting approval from the approved Engineering college.

Contractor shall submit GFC drawing of the structure duly stamped and signed

by his design engineer/consultant to the Engineer-in-charge before

commencement of execution work.

Contractor also submit the vetting report and stamped drawing in triplicate of

the structural design from approved Engineering college.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 415

Sr. No. Description

2 EXCAVATION

2.1

General Excavation by mechanical means in all types of soil includes dense soil,

disintegrated/ weathered/ soft rock/hard rock including necessary manual

excavation for dressing the edges & leveling, all leads and lifts, back filling in

layers of 150mm with watering and compaction. Including disposing the excess

earth and spreading in layers to the required levels within the site wherever

specified and carting away outside the site to the designated areas identified

by the local authorities. dewatering of both ground and surface water, removal

of slurry generated while excavation and keeping the area free of water with

necessary shoring, strutting, required for keeping earth in position etc,.

Excavating loose pockets and compacting the same -for all depths, Rate to

include disposing the excess earth and spreading in layers to the required

levels within the site wherever specified.

3 CONCRETE

3.1

Providing and laying Plain cement concrete1: 4: 8. wherever specified using

coarse sand and 40mm graded stone aggregate including sub grade

preparation, leveling, all leads and lifts, rough finishing at the top surface,

curing, and shuttering if necessary etc.,

3.2 DESIGN MIX CONCRETE / CONTROLLED CONCRETE

3.2.1

Providing and laying in position machine batched, machine mixed and machine

vibrated design mix concrete of M30 grade for reinforced cement concrete

structural elements, including the cost of centering, shuttering and

reinforcement for all works including finishing, hoisting, curing, compacting

and pumping in position etc. for all heights/depths for Overhead tank.

4 FORM WORK

4.1

Providing, fabricating and erecting form work with shutter finished surface at

all levels and places wherever needed/specified as per drawing including

striking with 12mm Plastic coated, marine resistant waterproof ply/Smooth

finished MS plates with adjustable steel props of acceptable Staging system

and with sufficient bracing as approved by consultant. Cost to include

designing of proper form work and staging system to suit the requirements,

Submission of design calculations and shop drawings for approval, sealing the

joints with heavy duty brown self-adhesive tape, aligning to line and levels

including M.S. Ties, PVC Spacer, Providing openings/ cutouts/ pockets, applying

de-shuttering chemical, De-shuttering as approved by the Engineer-In-Charge

etc., complete at all levels and profiles.

Note The shuttering plates will be so laid that the joints in both the directions are in

one line. Pattern for which will be got approved.

It should be ensured that the joints between shuttering plates do not exceed

3mm.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 416

Sr. No. Description

The plates should have fairly flat with undulations not exceeding + 3mm.

The pattern of shuttering including the deployment of various sizes of plates

shall be got approved in advance from owner.

Nothing extra shall be paid for circular, semicircular shape, irregular shuttering,

additional height in shuttering and it should be considered in the quoted rates.

5 STEEL

5.1

Laying and fixing in position MS / HYSD bar reinforcement for RCC insitu &

precast work including cost of straightening, cutting, bending and binding with

18 gauge MS annealed binding wires, PVC cover blocks etc. complete as per

drawings specifications and as directed by Engineer-in-charge for all heights

and diameters. (Reinforcement steel will be supplied by owner free of cost)

5.2

Providing, Fabricating, supplying and installing in position M.S. railing & stairs,

MS gratings and grill for window, leddar etc. as per drawing using standard

sections such as M.S. angle sections, T-sections, I-section, Channel sections,

M.S. tubes, round, square etc. as desired including all incidental operations

such as bending, cutting, welding, drilling, grinding, etc. all complete including

hold fast and embedding in position with 1:2:4 cement concrete and applying a

priming coat of approved steel primer and two coats of approved make and

shade of synthetic enamel paint. The hand railing and other horizontal

members shall be bent to the correct radius shown on the drawings by

appropriate means without losing the profile of the pipe.

5.3

Providing, Fabricating and fixing Hand rail for stair case B class GI Pipe 40mm

dia NB as per Drawings and details as desired including all incidental

operations such as bending, cutting, welding, drilling, grinding etc. all complete

including hold fast and embedding in position with 1:2:4 cement concrete. The

hand railing and other horizontal members shall be bent to the correct radius

shown on the drawings by appropriate means without losing the profile of the

pipe.

5.4

Supplying, fabricating and installing in position G.I. Pipe Ladder as desired

including all incidental operations such as bending, cutting, welding, drilling,

grinding etc. all complete including hold fast and embedding in position with

1:2:4 cement concrete and applying a priming coat of approved steel primer

and two coats of approved make and shade of synthetic enamel paint. The

hand railing and other horizontal members shall be bent to the correct radius

shown on the drawings by appropriate means without losing the profile of the

pipe.

6 ROOFING / WATER PROOFING WORK

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 417

Sr. No. Description

6.1

Providing & laying water proofing treatment of overhead water tank with

chemical injection method from approved specialized firm all as per

specifications carrying 10 years guarantee. (Tenderer should submit name of

specialist firm).

6.1.1

The GI pipes are placed at 1.5m c/c and at location indicated as per drawing

and securely fastened to the reinforcement prior to shuttering and concreting

or alternatively by drilling holes (25mm to 32mm dia) in the concrete upto a

depth as shown in the drawing all over the wall surface @ 1.50 mtr. c/c and as

shown in the drawing. Treatment along all construction joints by providing

nozzles, as above, shall also be executed. Fixing 25mm dia G.I. threaded

nozzles in these holes with cement mortar 1:4 mixed with water proofing

compound. Injecting cement grout of cement and polymer based water

proofing compound in proportion as specified in these nozzles at a pressure of

2.5 to 3.0 kg./sqm. After the grout the nozzles are cut and filled with cement

mortar 1:3 mixed with polymer based water proofing compound in proportion

as specified and finished smooth. The internal surface is prepared and polymer

based cement slurry is applied. Providing and laying 25mm thick cement

mortar in 1:4 (1 cement : 4 coarse sand) mixed with polymer based water

proofing compound and apply polymer based cement slurry.

Note

The proportion of acrylic based polymer compound to be used in respect of

ordinary cement as per manufacturer specifications. Acrylic based integral

water proofing compound shall satisfy the provision IS:2645.

90% payment shall be made on item rate basis as per the progress of work

done. Balance 10% shall be released upon submission of performance

guarantee of equivalent amount from a Nationalized bank valid for a period of

5 (Five) years on submission of service guarantee on stamp paper valid for 10

(Ten) years.

7 BRICK WORK

7.1

Providing and laying brick work using bricks of class designation 25 in stair case

steps in cement mortar 1:4 (1 cement : 4 coarse sand) including joints finished

flush/raked to 6 mm depth as work proceeds, curing etc. complete including

cleaning and soaking the bricks at least for 24 hours before use, curing etc. for

7 days etc. all complete at all heights / depth.

8 FLOOR FINISHING

8.1

Providing and laying 40mm thick cement concrete flooring 1:2:4 (1 cement : 2

coarse sand : 4 graded stone aggregate 20 mm and down) finished with a

floating coat of neat cement including cement slurry, rounding off edges and

PVC strips etc. but excluding the cost of nosing of steps etc. complete. Flooring

to be laid in alternative bays (not exceeding 1 sqm in area) as directed by the

Architect.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 418

Sr. No. Description

9 WALL FINISHES

9.1

Providing and Laying 15 mm thick waterproof cement plaster in cement mortar

1:4 (1 cement : 4 coarse sand and adding accoproof or cico approved water

proofing compound as per manufacturers specification finished with smooth in

line, level and plumb including curing scaffolding, hacking etc. complete at all

levels as directed.

9.2

Providing and applying three or more coats of water proofing cement paint or

M/s Snowcem India Ltd." or equivalent of required shade to give and even

shade on new wall surface.

10 MISC. WORKS

10.1

Providing and placing in position "Fixostop" or approved equivalent PVC water

stopper for construction / expansion joints between two RCC members and

fixed to the reinforcement with binding wire before pouring concrete etc.

complete.

10.1.1 Dumb bell with central bulb as per clause no 12.

10.2

Providing & fixing GI pipe puddle flanges of required size to over head water

tanks complete, as per drawing, specification and instruction of Engineer-in-

charge.

10.3 Providing and fixing 16mm Sq. PVC coated Lugs of approved make and shape

on RCC wall at all heights as per drawing and as directed by Engineer-in-Charge

10.4 Providing and fixing 800 x 800mm C.I. manhole cover and frame (medium

duty)

10.5

Providing and making provision of ventilation of 300 mm dia at the top of

dome complete as per drawings

10.6 Providing and fixing of lighting arrester of copper bar of 25mm dia and 2.0

meter long as per the drawing.

10.7

Supplying and laying of the following earthing clamped to wall with suitable

clamps saddles and fixing bolts / in ground including the cost of digging and

back filling with sand and brick protection as required and complete as

required to comply with IS 3043: 1987

10.7.1 25 mm x 6 mm GI Strip

10.8

Supply and making earth pits including the cost of 4.5 m length 40 mm dia class

B GI Pipe, funnel with wire mesh charcoal, coke, salt all earth work, masonry

work for manhole CI cover frame painting etc. as required with as per IS 3043 :

1987

10.9

Testing of water tank against any leakage by filling the tank with water and

maintain it for 7 days upto total height including free board including all

necessary arrangements and water required.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 419

Sr. No. Description

11 MEP Work

11.1 All DI piping work for inlet outlet, overflow arrangements including valves and

valve chambers till distribution network.

Payment Schedule for OHT

Sr. No Stage %age of Cost

1 On completion of foundation 10%

2 On completion of initial 50% of supporting RCC staging. 15%

3 On completion of rest 50% of supporting of RCC staging. 25%

4

On completion of bottom slab, tank wall, roof slab, water

proofing, finishing items like inside plastering & punning,

anticorrosive paint items , external cement paints, fixing of

Aluminium/ M.S ladder, ventilator, man hole cover, feeder,

delivery, over flow, wash out arrangement, fixing of valves

back filling etc. all complete.

30%

5 On successful completion of testing and commissioning of

the OHT 20%

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 420

Detailed Scope of Works for Buildings

1. The work shall be carried out only as per the GFC drawings, specifications, and

as instructed by Engineer-In-Charge.

2. Item of work provided in the drawing does not cover in the given specification,

shall be executed strictly as per instructions of the Engineer-in-charge.

3. The quoted rate shall be for the entire works and shall provide for the

complete cost towards labour, materials, plant and machinery, operational

costs, levies, taxes, insurance, consumable, scaffolding, transport, repairs,

rectification, maintenance till handing over, revenue expenses, contingencies,

overheads, watering, curing, water, power tariffs service connections and all

incidental items not specifically mentioned but reasonably implied and

necessary to complete the work according to the Contract.

4. Engineer-In-Charge decision shall be final and binding on the Contractor

regarding clarification of items in the Schedule with respect to the other

sections of the Contract.

5. Concept architectural pan and elevation of Admin building is enclosed for

reference. Contractor shall develop detailed architectural, structural, plumbing

and electrical drawing as per applicable local bylaws to the satisfaction of the

owner/ Engineer in charge.

6. Detailed landscape drawing shall be prepared by the contractor with provision

of necessary architectural feature as per the requirement. The drawing shall be

approved by Engineer in charge/owner.

7. During planning stage, the Contractor’s Architects/representatives shall visit

Owners/Engineer in charge’s office for finalization of architectural plan,

landscape plan and obtain approval for approval on shades of material used for

finishing or for any other purpose in connection with the work as required by

the Owners/Engineer in charge.

8. The contractor has to obtain approval of building plans and all the pre-requisite

approvals from local authorities before commencement of the construction

work.

9. Structure shall be designed for the dead load, live load, wind and seismic load

as per relevant Indian standards. Pl note that, building shall be design as public

building having usage for shopping & ndustrial purpose. Contractor has to

submit two sets of detailed calculation and drawings to the Engineer in charge

and owner.

10. The Final execution drawings shall have the approval and signatures of any

Government Engineering college approved by Engineer in Charge and owner,

structural consultant/Engineer and the contractor, also a separate letter of

guarantee for the structural design shall be submitted by the contractor in

written to the Engineer-in-Charge along with the GFC’s drawings.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 421

11. Contractor shall submit certificate in prescribed format to certify that building

has been designed for Sesmic load.

12. Obtain final building completion and /or occupation certificate and secure

permission of municipality, fire department, and any such other authorities as

per the byelaws/laws/regulations/rules etc.

13. During execution of the work, the Contractor’s Architects shall visit the site

/office (minimum 1 visit in a fortnight and maximum as required at the

Engineer in charge) for inspection and quality surveillance, certification that

work is as per architectural drawing, obtaining of commencement certificate,

plinth level certificate as per the regulations of the local authorities, preparing

other details and drawings as may be required.

14. The Contractor shall be wholly responsible for the successful completion of the

project in all respects consistent with safety and structural stability from the

inception up to the handing over for occupation to the MPAKVN.

15. Engineer – in-Charge’s decision shall be final and binding on the Contractor

regarding clarification of items in the Schedule with respect to the other

sections of the Contract.

16. The rates to be quoted for building must be inclusive of cost of Detailed design

of architectural, plumbing and electrical services, landscape , external

development Structural design, cost of all approvals required for the building

and carriage of all materials, labour, tools and plants, hire charges, curing and

finishing, scaffoldings, centering and shuttering, Sales Tax, (VAT), Octroi,

Royalties and all other local and Central Taxes and duties, insurance and other

incidental charges etc. complete except where otherwise specifically

mentioned.

Following scope of work is only for guiding the contractor but not include all work

which may required to complete the Job.

Sr. No Description

1 Design of the Structure

The detail design of the structure shall be carried out considering the all

loading condition. Contractor shall undertake geotechnical investigation

required for undertaking the design of the structure. contractor shall prepare

and submit detail structural design and drawing to the Engineer-in-Charge after

getting approval from the Engineering college approved by Owners/Engineer in

charge. Contractor shall submit GFC drawing of the structure duly stamped and

signed by his design engineer/consultant to the Engineer-in-charge before

commencement of execution work.

Floor to floor height – 4.5 mtr

Plinth height – Minumum 900 mm above the front road

RCC framed structure G +1 (Foundation and other structure shall be

design with the provision of secon & third floor evertical expansion

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 422

Sr. No Description

i.e. G+3 storied)

Contractor also submit the vetting report and stamped drawing in triplicate of

the structural design from College.

Damp Proof Course in accordance with latest standards conforming to IS 2645.

Grouting of side poles in RCC (1:2:4) up to Damp Proof Course level. Anti-

termite treatment shall be provided. 600mm of plinth protection all around the

periphery of the greenhouse with cement concrete (1:5:10) with standard

water proofing using brick ballast and top layer to be provided with 50 mm

thick C.C. 1:2:4

2 EXCAVATION

2.1

General Excavation by mechanical means in all types of soil includes dense soil,

disintegrated/ weathered/ soft rock/hard rock including necessary manual

excavation for dressing the edges & leveling, all leads and lifts, back filling in

layers of 150mm with watering and compaction. Including disposing the excess

earth and spreading in layers to the required levels within the site wherever

specified and carting away out side the site to the designated areas identified

by the local authorities. dewatering of both ground and surface water, removal

of slurry generated while excavation and keeping the area free of water with

necessary shoring, strutting, required for keeping earth in position etc,.

excavating loose pockets and compacting the same -for all depths, Rate to

include disposing the excess earth and spreading in layers to the required

levels within the site wherever specified.

3 CONCRETE

3.1

Providing and laying Plain cement concrete1: 4: 8. wherever specified using

coarse sand and 40mm graded stone aggregate including sub grade

preparation, leveling, all leads and lifts, rough finishing at the top surface,

curing, and shuttering if necessary etc.,

3.2 DESIGN MIX CONCRETE / CONTROLLED CONCRETE

3.2.1

Providing and laying in position machine batched, machine mixed and machine

vibrated design mix concrete of M20 grade for reinforced cement concrete

structural elements, including the cost of centering, shuttering and

reinforcement for all works including finishing, hoisting, curing, compacting

and pumping in position etc. for all heights/depths.

4 FORM WORK

5.1

Providing, fabricating and erecting form work with shutter finished surface at

all levels and places wherever needed/specified as per drawing including

striking with 12mm Plastic coated, marine resistant waterproof ply/Smooth

finished MS plates with adjustable steel props of acceptable Staging system

and with sufficient bracing as approved by consultant. Cost to include

designing of proper form work and staging system to suit the requirements,

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 423

Sr. No Description

Submission of design calculations and shop drawings for approval, sealing the

joints with heavy duty brown self adhesive tape, aligning to line and levels

including M.S. Ties, PVC Spacer, Providing openings/ cutouts/ pockets, applying

de-shuttering chemical, De-shuttering as approved by the Engineer-In-Charge

etc., complete at all levels and profiles.

Note The shuttering plates will be so laid that the joints in both the directions are in

one line. Pattern for which will be got approved.

It should be ensured that the joints between shuttering plates do not exceed

3mm.

The plates should have fairly flat with undulations not exceeding + 3mm.

The pattern of shuttering including the deployment of various sizes of plates

shall be got approved in advance from owner.

Nothing extra shall be paid for circular, semicircular shape, irregular shuttering,

additional height in shuttering and it should be considered in the quoted rates.

6 STEEL

6.1

Laying and fixing in position MS / HYSD bar reinforcement for RCC in-situ &

precast work including cost of straightening, cutting, bending and binding with

18 gauge MS annealed binding wires, PVC cover blocks etc. complete as per

drawings specifications and as directed by Engineer-in-charge for all heights

and diameters. (Reinforcement steel will be supplied by owner free of cost)

6.2

Providing, Fabricating, supplying and installing in position M.S. railing & stairs,

MS gratings and grill for window, ladder etc. as per drawing using standard

sections such as M.S. angle sections, T-sections, I-section, Channel sections,

M.S. tubes, round, square etc. as desired including all incidental operations

such as bending, cutting, welding, drilling, grinding, etc. all complete including

hold fast and embedding in position with 1:2:4 cement concrete and applying a

priming coat of approved steel primer and two coats of approved make and

shade of synthetic enamel paint. The hand railing and other horizontal

members shall be bent to the correct radius shown on the drawings by

appropriate means without losing the profile of the pipe.

6.3

Providing, Fabricating and fixing Hand rail for stair case B class GI Pipe 40mm

dia NB as per Drawings and details as desired including all incidental operations

such as bending, cutting, welding, drilling, grinding etc. all complete including

hold fast and embedding in position with 1:2:4 cement concrete. The hand

railing and other horizontal members shall be bent to the correct radius shown

on the drawings by appropriate means without losing the profile of the pipe.

7 ROOFING / WATER PROOFING WORK

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 424

Sr. No Description

7.1

For WC water proofing - Providing and laying water proofing treatment in

sunken portion of WCs, bathroom etc., by applying cement slurry mixed with

water proofing cement compound consisting of applying : a) First layer of slurry

of cement @ 0.488 kg/sqm mixed with water proofing cement compound @

0.253 kg/sqm. This layer will be allowed to air cure for 4 hours. b) Second layer

of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement

compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours

followed with water curing for 48 hours. The item shall includes preparation of

surface, treatment and sealing of all joints, corners, junctions of pipes and

masonry with polymer mixed slurry.

For roof water proofing - Providing and laying integral cement based water

proofing treatment including preparation of surface as required for treatment

of roofs, balconies, terraces etc consisting of following operations: a) Applying

a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water

proofing compound conforming to IS. 2645 and approved by Engineer-in-

charge over the RCC slab including adjoining walls upto 300 mm height

including cleaning the surface before treatment. b) Laying brick bats with

mortar using broken bricks/brick bats 25 mm to 115 mm size with 50% of

cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing

compound conforming to IS : 2645 and approved by Engineer-in-charge over

20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand )

admixed with water proofing compound conforming to IS : 2645 and approved

by Engineer-in-charge to required slope and treating similarly the adjoining

walls upto 300 mm height including rounding of junctions of walls and slabs c)

After two days of proper curing applying a second coat of cement slurry using

2.75 kg/ sqm of cement admixed with water proofing compound conforming to

IS : 2645 and approved by Engineer-in-charge. d) Finishing the surface with 20

mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand)

admixed with water proofing compound conforming to IS : 2645 and approved

by Engineer-in-charge including laying glass fibre cloth of approved quality in

top layer of plaster and finally finishing the surface with trowel with neat

cement slurry and making pattern of 300x300 mm square 3 mm deep. e) The

whole terrace so finished shall be flooded with water for a minimum period of

two weeks for curing and for final test. All above operations to be done in

order and as directed and specified by the Engineer-in-Charge : With average

thickness of 120 mm and minimum thickness at khurra as 65 mm.

8 BRICK WORK

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 425

Sr. No Description

8.1

Providing and laying brick work using bricks of class designation 25 in cement

mortar 1:4 (1 cement : 4 coarse sand) including joints finished flush/raked to 6

mm depth as work proceeds, curing etc. complete including cleaning and

soaking the bricks at least for 24 hours before use, curing etc. for 7 days etc. all

complete at all heights / depth.

9 FLOOR FINISHING

9.1 Floor finish shall be as per Finishing schedule given in Employer’s requirement

or approved detailed architectural drawing. .

10 WALL FINISHES

10.1

Providing and Laying 12 mm thick plaster in internal wall and 15 mm thick

plaster for external wallsin cement mortar 1:4 (1 cement : 4 coarse sand and

specification finished with smooth in line, level and plumb including curing

scaffolding, hacking etc. complete at all levels as directed. Plaster for ceiling

shall be 6 mm thick in cement mortar 1:3 (1 cement : 3 coarse sand). Finising of

plastered surface shall be as per Finishing schedule in Employers requirement

section.

10.2 External finishing shall be as per Finishing schedule given in Employer’s

requirement or approved detailed architectural drawing

11 Doors and Windows

Doors and Windows shall be as per Finishing schedule given in Employer’s

requirement or approved detailed architectural drawing

12 MISC. WORKS

12.1

Landscape work- Planting trees, shrubs and grass as per approved detailed

landscape drawing.

Making pathways using pavers approved shade and pattern.

12.2 Construction of RCC septic tank

12.3 Providing and fixing rain spouts and connecting it through internal drains and

finally to the storm water drainage system

12.4

Providing plumbing system as per approved plumbing drawing and providing

FRP tank of appropriate capacity as per requirement. Connection with external

water supply system shall be made with pipe of appropriate diameter.

12.5 Providing internal Electrification and telecom system as per approved drawing.

Providing . Connection with external Power supply shall be made.

Entire building complex shall be as per employers requirement and completed

in totality.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 426

Payment Schedule for Building work

Sr. No Stage %age of

Amount

1 On submission of Detailed Architectural and structural

drawing approved by Authorities. 10%

2 On completion of plinth Level 10%

3 On completion of Roof Slab 10%

4 On completion of brick work 10%

5 On completion of Internal Electrical , Plumbing , Water

supply etc. 10%

6 On completion of internal & External plaster/façade 10%

7 On completion of flooring 10%

8

On completion of External development work such as

Boundary wall, internal drains, landscape, internal roads

and pathways, septic tank etc

20%

9 On final completion 10%

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 427

Bill of Quantities (Contractor have to fill the rates & amounts)

Part – I Civil Work

Item No

Description Quantity Unit Rate Total

Amount

1

Cutting of Trees, including cutting of Trunks,Branches and Removal (Cutting of trees, including cutting of trunks, branches and removal of stumps, roots, stacking of serviceable material with all lifts and up to a lead of 1000 mtrs and earth filling in the depression/pit) i) Grith from 300 mm to 600 mm

71.00 EACH

2

Cutting of Trees, including cutting of Trunks,Branches and Removal (Cutting of trees, including cutting of trunks, branches and removal of stumps, roots, stacking of serviceable material with all lifts and up to a lead of 1000 mtrs and earth filling in the depression/pit) ii) Grith from 600 mm to 900 mm

52.00 EACH

3

Clearing and grubbing road land including prooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned up to a lead of 1000 metres including removal and disposal of top organic soil not exceeding 150 mm in thickness if required and as per relevant clauses of section-200. b) In area of thorny jungle

15.16 Hecta

re

4

Removal of telephone/ Electric poles and lines(removal of telephone/ Electric poles including excavation and dismantling of foundation concrete and lines under the supervision of concerned department, disposal with all lifts and upto to a lead of 1000 mtrs and stacking the serviceable and unserviceable material seperately.

5.00 EACH

5

Excavation in Soil using Hydraulic Excavator and Tippers with disposal upto 1000 metres. (Excavation for roadwork in soil with hydraulic excavator of0.9 cum bucket capacity including cutting and loading in tippers, trimming bottom and side slopes, in accordance with requirements of lines, grades and cross sections, and transporting to the embankment location within all lifts and lead upto 1000m)

47933.52 CU.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 428

Item No

Description Quantity Unit Rate Total

Amount

6

Earth work in excavation by mechanical means (Hydraulic excavator) / manual means in over areas foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal and surplus excavated as directed, with in a lead of 50 mtrs. i) All kinds of soil

48.39 CU.M

7

Excavation in Ordinary Rockusing Hydraulic Excavator CK-90 and Tippers with disposal upto 1000 metres. (Excavation for roadway in ordinary rock with hydraulic excavator of 0.9 cum bucket capacity including cutting and loading in tippers, transporting to embankment site within all lifts and lead upto 1000 m, trimming bottom and side slopes in accordance with requirements of lines, grades and cross sections.)

91754.62 CU.M

8

Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m.

15.19 CU.M

9

Filling for making of surface/ receiving layer with approved material/selected soil i/c excavation all lifts & leads i/c grading to required slope and compacting using roller to meet requirement.

157.50 CU.M

10 Spreading and levelling of disposed excavated material

8089.35 CU.M

11

Supplying and filling in plinth with Hard muram/ Hard copra under floors including, watering, ramming consolidating and dressing complete

21.00 CU.M

12

Construction of Embankment with Material Deposited from Roadway Cutting (Construction of embankment with approved materials CBR>5 deposited at site from roadway cutting and excavation from drain and foundation of other structures graded and compacted to meet requirement of table 300-2)

55997.12 CU.M

14

Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : M 10

11.14 CU.M

15

Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : M 15

157.50 CU.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 429

Item No

Description Quantity Unit Rate Total

Amount

16

Providing and laying in position specified grade of reinforced cement concrete (with 20mm nominal size graded stone aggregate) excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level :

22.85 CU.M

17

Granular Sub-Base with Coarse Graded Material ( Table:- 400- 2) (Construction of granular sub-base by providing coarse graded material, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method with rotavator at OMC, and compacting with vibratory roller to achieve the desired density, complete as per clause 401) Grade III layer-

7443.16 CU.M

18

Granular Sub-Base with Coarse Graded Material ( Table:- 400- 2) (Construction of granular sub-base by providing coarse graded material, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method with rotavator at OMC, and compacting with vibratory roller to achieve the desired density, complete as per clause 401) Grade II layer-

5752.16 CU.M

19

Wet Mix Macadam (Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.)and as per clause of section 400.

14875.78 CU.M

20

Construction of Shoulders with approved material/selected soil i/c excavation all lifts & leads i/c grading to required slope & camber of 4% and compacting using vibratory roller of 80 to 100 kN static weight to meet requirement as per relevant clause of 400.

6913.22 CU.M

21

Prime coat (Providing and applying primer coat with bitumen emulsion on prepared surface of granular Base including clearing of road surface and spraying primer at the rate of 0.75 kg/sqm using mechanical means.)

56773.83 SQ.M

22

Providing and applying tack coat with bitumen emulsion using emulsion pressure distributor on the prepared bituminous/granular surface cleaned with mechanical broom and as per relevant clauses of section-503. At 0.30 kg per sqm

56973.83 SQ.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 430

Item No

Description Quantity Unit Rate Total

Amount

(dry & hungry bituminous surfaces/granular surfaces treated with primer)

23

Dense Graded Bituminous Macadam (Providing and laying dense bituminous macadam using crushed aggregates of specified grading, premixed with bituminous binder @ 4.0 to 4.5% by weight of total mix of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 507 complete in all respects.)Using 40-60 TPH Batch mix Plant and Paver Finisher Hydraustatic with Sensor control. for GradingII(19 mm nominal size)

3865.54 CU.M

24

Semi - Dense Bituminous Concrete (Providing and laying semi dense bituminous concrete using crushed aggregates of specified grading, premixed with bituminous binder @ 4.5 to 5 % of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specificationclause No. 508 complete in all respects) Using 100-120 TPH Batch mix Plant and Paver Finisher Hydraustatic with Sensor control for GradingII (25-30 mm thickness) with 60/70 bitumen (VG-30)

1592.04 CU.M

25

Providing and laying 60mm thk factory made cement concrete interlocking paver block of M30 grade made by block making machine with strong vibratory compaction and of approved size and shape laid in required colour and pattern over and including 40mm thk compacted bed of course sand filling the joints with sand etc all. complete as per the direction of engineer in charge.

16249.34 SQ.M

26 Providing and laying reinforced cement concrete pipe 300mm dia NP-4 for service ducts below concrete pavement.

2672.00 RM.T

27

Providing and laying non pressure (np4) RCC ,socket & spigot pipes with rubber gasket joints including testing of joints. 600 mm

768.00 RM.T

28 Providing concrete craddle bedding in M15 grade concrete as per clause 2900 and as per section 1700 and 2900

164.16 CU.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 431

Item No

Description Quantity Unit Rate Total

Amount

29

Providing PCC M15 nominal mix for hume pipe culverts in foundation and sub structure etc. as per drawing and as per relevant clauses of sections 1500,1700,2100 and 2900

175.35 CU.M

30

Providing and laying pitching on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and technical specifications

1352.44 CU.M

31

Cast in Situ Cement Concrete M20 kerb (Construction of cement concrete kerb with top and bottom width 115 and 165 mm respectively, 250 mm high in M 20 grade PCC on M-10 grade foundation 150 mm thick, foundation having 50 mm projection beyond kerb stone, kerb stone laid with kerb laying machine, foundation concrete laid manually, all complete as per clause 408)

910.00 RM.T

32

Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, posts and struts suspended floor roof slab, beams, etc. up to floor two level excluding cost of centering, shuttering, finishing and reinforcement M 20 Nomial mix (with 20mm nominal size graded stone aggregate)

30.67 CU.M

33

Centering and shuttering including strutting, propping etc. and removal of form for Foundations, footings, bases of columns, etc. for mass concrete up to plinth level.

41.44 SQ.M

34 Walls (any thickness) including attached pilasters butteresse s, plinth beams and string courses etc.up to plinth level

71.23 SQ.M

35

Suspended floors, roofs, landings, balconies and access platform. Shelves (Cast in situ) Lintels, beams, beams, girders, bressumers and cantilevers, Columns, Pillars, Posts and Struts Walls in super structure.

289.27 SQ.M

36

Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding including cost of binding wire up to floor two level including all wastage etc. complete. 5.16.6 Thermo-Mechanically Treated bars.(TMT)

4190.90 KG

37

Brick work with M.S. bricks of class designation 40 in superstructure above plinth level up to floor II level in all shapes and sizes in Cement mortar 1:6

22.11 CU.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 432

Item No

Description Quantity Unit Rate Total

Amount

38

Brick work with well burnt chimney bricks in bulls patent trench kiln manifactured by ghol process ,cru shing strength not less than 40kg /sqcm and water absorption not more than 15% in foundation and plinth Cement mortar 1:6 (1 cement : 6 sand)

3.31 CU.M

39

Half brick masonry with M.S. bricks of class designation 25 in superstructure above plinth level up to floor II level. Cement mortar 1:4

3.59 SQ.M

40

6 mm cement plaster 1:3 (1 cement: 3 sand) finished with afloating coat of neat cement and thick coat of lime wash forbearing of R.C.C. slabs and beams.

142.68 SQ.M

41

18 mm cement plaster in two coats under layer 12 mm thick cement plaster 1:5 (1 cement: 5 sand) and a top layer 6mm thick cement plaster 1:3 (1 cement: 3 sand) finished rough with sponge.

209.35 SQ.M

42 20 mm cement plaster of mix : 1:4 (1 cement: 4 sand)

58.77 SQ.M

43

Providing and laying water proofing treatment on roofs of slabs by applying cement slurry mixed with water proofing cement compound consisting of applying: a) after surface preparation, first layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. b) laying second layer of Fibre glass cloth when the first layer is still green. Overlaps of joints of fibre cloth should not be less than 10 cm. c) third layer of 1.5 mm thickness consisting of slurry of cement @ 1.289 kg/sqm mixed with water proofing cement compound @ 0.670 kg/sqm and sand @ 1.289 kg/sqm. This will be allowed to air cure for 4 hours followed by water curing for 48 hours. The entire treatment will be taken upto 30cm on parapet wall and tucked into groove in parapet all around. ( with five years service

85.03 SQ.M

44

Finishing walls with textured exterior paint of required shade New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including base coat of water proofing cement paint applied @ 2.20kg/10 sqm.

184.17 SQ.M

45 White washing with lime to give an even shade: New work (three or more coats) 522.47 SQ.M

46

Distempering with dry distemper of approved brand andmanufacture (two or more coats) and of required shade on newwork, over and including priming coat of whiting togive an evenshade.

352.13 SQ.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 433

Item No

Description Quantity Unit Rate Total

Amount

47

Providing and fixing of Fiber Glass Reinforced plastic (FRP)Door Frames of three legged of cross-section 90mm x 45mmhaving single rebate of 32mm x 15mm to receive shutter of30mm thickness .The laminate doorframe molded with fireresistant grade unsaturated polyester resin and chopped mat.Doorframe laminate shall be 2mm thick and shall be filled withsuitable wooden block in all the three legs. The frame shall becovered with fiberglass from all sides. M.S. stay shall beprovided at the bottom to steady the frame.

23.43 RM.T

48

30 mm thick Glass Fibre Reinforced Plastic (FRP)panelled door shutter of required colour and approvedbrand and manufacture, made with fire - retardantgrade unsaturated ter resin, moulded to 3 mm thick FRP laminate for forming hollow rails and styles, with wooden frame and suitable blocks of seasoned wood inside at required places for fixing of fittings, cast monolithically with 5mm thick FRP laminate for panels and conforming to IS: 14856 - 2000 including fixing to frames.

17.33 SQ.M

49

Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete. 9.48.2 Fixed to openings /wooden frames with rawl plugs screws etc

23.60 SQ.M

50

Providing and fixing white vitreous china pedestalfor wash basin completely recessed at the back forthe reception of pipes and fittings.

8.00 NO

51

Providing and fixing white vitreous china flat backor wall corner type lipped front urinal basin of 430x 260 x 350mm and 340x410x265mm sizesrespectively with automatic shing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever One urinal basin with 5 litre white P.V.C

6.00 NO

52

Providing and fixing water closet squatting pan(Indian type W.C. pan ) with 100mm sand cast IronP or S trap, 10 litre low level white P.V.C. flushingcistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever White Vitreous china Orissa pattern W.C. pan of size 580x440mm with integral type foot

4.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 434

Item No

Description Quantity Unit Rate Total

Amount

53

Providing and laying Ceramic glazed floor tiles of any size (9-10mm thickness) of 1st quality conforming to IS : 15622 of approved make in all colours, shades, except White, Ivory,Grey, Fume Red Brown laid on 20mm thick bed of Cement Mortar 1:4 (1 Cement : 4 sand) including pointing the joints with white cement and matching pigments etc., complete.

58.76 SQ.M

54

Tile work in skirting, risers of steps and dado (up to 2 m height) over 12 mm thick bed of cement mortar 1:3 (1 cement :3 sand) and jointed with grey cement slurry @ 3.3 g/SQ.M including pointing in white cement mixed with pigment of matching shade complete.

80.60 SQ.M

55

Providing and fixing Polyethelene-Aluminium- Polyethelene (PE-AL-PE) Composite Pressure Pipes conforming to IS - 15450 UV. stabilized with carbon black having thermal lity for hot & cold water supply, capable to withstand temperature up to 80oC includingall special fittings of composite material (engineering plastic blend and brass inserts herever required)e.g.elbows, tees, reducers,couplers & connectors etc. with clamps at 1.00 metre spacing. This includes testing of joints complete as per direction of the Engineer in charge.20 (20 mm OD) pipe

80.00 RM.T

56

Providing and fixing stone slab table rubbed, edges rounded and polished of size 75x50 cm deep and 1.8 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement: 2 sand: 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-incharge and finished smooth. 8.10.1 White Agaria Marble Stone.

3.00 SQ.M

57

Fixing only standard steel glazed doors, windows and ventilators in walls with 15x3mm lugs 10 cm long embedded in cement concrete blocks 15x10x10cm of 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20 mm nominal size) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required, including fixing of float glass panes with glazing clips and special metal-sash putty of approved make, or metal beading with screws glass panes cut to size and glazing clips or metal beading with screws, shall paid

55.00 KG

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 435

Item No

Description Quantity Unit Rate Total

Amount

separately wide item no 10.27)

58

Extra for providing grilled rolling shutters manufactured out of 8 mm dia. M.S. bar instead of laths as per design approved by Engineer-in- charge.(area of grill to be measured).

2.16 SQ.M

59

Providing and fixing square-mouth S.W. gully trap grade 'A'’ complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size nside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design : With Modular Bricks class designation 40 19.4.1 100x100 mm size P type

5.00 NO

60 Providing and fixing brass bib cock of approved quality :

14.00 NO

61 Providing and fixing soil, waste and vent pipes :

7.00 Rmt

63

Finishing walls with textured exterior paint of required shade : New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including base coat of water proofing cement paint applied @ 2.20kg/10 sqm.

88.91 SQ.M

64

Providing and placing on terrace (at all fl oor level s) hi gh dersign HDPE (polyethylene) water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank

1000.00 litr

65

Providing and laying damp-proof course 50mm thick with cement concrete 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm nominal size).

7.34 SQ.M

66

Rough cast plaster upto 10m height above ground level with a mixture of sand and gravel or crushed stone from 6mm to 10mm nominal size dashed over and including the fresh plaster in two layers, under layer 12mm cement plaster 1:4 (1cement: 4sand) and top

78.76 SQ.M

67

Kota /cuddapahstone slabs 25 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement 3 sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbin

47.87 SQ.M

68 Extra for Kota stone/ sand stone in treads of steps and risers using single length up to 1.05 20.88 SQ.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 436

Item No

Description Quantity Unit Rate Total

Amount

69

Providing and fixing to existing door frames. 9.122.2 30mm thick fiberglass reinforced plastic (F.R.P.) flush door shutter in different plain and wood finish made with fire retardant grade unsaturated polyester resin,moulded to 3mm thick FRP laminate all

3.78 SQ.M

70

Providing and fixing double glazed hermetically sealed glazing in aluminium windows, ventilators and partition etc. with 6 mm thick clear float glass both side having 12 mm air gap including providing EPDM gasket, perforated aluminium spacers, desiccants,

7.20 SQ.M

71

Preconstruction curative Cum. preventive antitermite treatment to the building under construction by providing (i) surface treatment by spreading emulsion over the plinth area before laying the base concrete under floors @ 5.0 litres/Sqm.(ii) Pumping the

52.50 SQ.M

72

Providing and fixing decorative manglor Roofing Tiles rich cement slurry including laying in line and level with curring for three days and one coat of terracota colour to be applied after finishing as directed by engineer in Charge.

2.00 SQ.M

73

Design, construction, commissioning, maintenance and hand over of Administrative Cum Other services Complex Building having built up area of approx 1248 sqm with RCC frame structure, including all internal electrical, plumbing and HVAC work of building and all associated works, the work also includes RCC sump, septic tank, RCC framed and brick boundary wall, internal roads/pathways, Landscape, complete in all respect as per drawing, specification and instruction of Engineer-In-Charge. The Detail Scope of Work shall be as enclosed.

1227.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 437

Item No

Description Quantity Unit Rate Total

Amount

74

Designing & providing Stainless Steel bus shelters 7.50 x 2.00m with seating arrangements using stainless steel flats, sheets, pipes, mild steel, polycarbonate sheet, acrylic sheet and all accessories including all cost for the Technical specifications as directed by Engineer in charge. Vertical post -150mm OD 3.15mm thick - 3mtr Length x 3post = 9m • main horizontal Member -150mm OD 3.15mm thick - 7.50 m length x 1 post =7.50m • profile for roof member-Leaser -8mm thick sheet (Laser cut) - Area of one 8 x4 Sheet is 3.125 • Cut Front and Back - cut to profile - 18 x 4 sheet will give 8 Nos SQM WT/SQM for 8mm Sheet is 64 kg • Strip for Making T section -6m thick sheet (laser cut) cut to slots - 06 x 2 x 8 SQM • Strip for Holding Roof Sheet - 2mm thick sheet laser cut- 06 x 2 x 8 SQM • profile for Roof end flash-laser cut - 3mm thick sheet (laser cut) cut to profile - WT/SQM for 3mm sheet is 24 KGS • Front Flashing - 400mm width 1.0mm thick folded section - 4 x 7.5 SQM • Front Sheet strip for frame - 400mm x 60mm 6mm thick flat-04 x 06 x 8 SQM • Front and Back Roof Support - 50 x 50 x 6mm thick angle laser cut - 4 x 7.5 x 4 SQM • Front and Back Roof Support • Back rest pipe - 100mm OD 1.6mm thick • seating Bracket (laser cut) - 114mm OD 3mm thick • seat rest - 6mm thick profile laser cut - 200mm x 600mm 6mm thick 7 Nos • Vertical & Horizontal post Dummies - 150mm OD 10mm thick flange - 4.6Rm x 3 Nos • Fixer for joining seating pipe to vertical - 75mm od x SS Rod • Route Board - 1.63 thick SS sheet • Frame for Advt Board - 125mm x 75mm x 2mm thick • Outer frame for fixing Acrylic Sheet - 50 x 50 x 3mm thick angle • Fixtures +Nuts and Bolts - lump sum • Roof sheet - multiwated polycarbonate sheet - 6mm • Acrylic Sheet for Signage - 5mm thick acrylic sheet

1.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 438

Item No

Description Quantity Unit Rate Total

Amount

75

Carrying out the resistivity survey by VES method using schlumberger configuration for locating the proper spot with three soundings for drilling of tube well within the selected habitation, including photography, interpretation of resistivity data and submission of report in the desired format along with resistivity readings, necessary graph and photographs.

6.00 Point

76

Drilling of perfectly vertical bore hole of a diameter suitable to receive 150mm nominal diameter casing pipe upto desired depth below ground level inclusive of the labour charges for transporting, lowering and fixing of 150mm nominal diameter M.S/ G.I/ UPVC casing pipe inside the bore hole including all works pertaining to drilling such as transportation, installation and removal of drilling machine etc. complete. a) in all types of collapsible strata consisting of soils, clays, sand, moorum, gravel, boulders etc.

120.00 MTRS

77

Drilling of perfectly vertical bore hole of 150mm dia up to desired depth below ground level in all types of strata including all works pertaining to drilling such as transportation, installation and removal of drilling machine etc. complete in intertrappean formations (collapsible strata between rocks) including charges for transportation and making all arrangements etc including lowering and fixing of 125mm nominal diameter (G.I or U.P.V.C) casing pipe.

420.00 MTRS

78 Providing and fixing of well cap on top of the tube well for protection M.S.caps 6.00 NO

79

Conducting the yield test of tubewell by operating the pumping set continously for a desired time period and measuring the discharge and drawdown of tubewell at a suitable time interval as per the direction of Engineer in charge including the cost of energy, cost of installation od suitable measuring device to hire charges of pumping set etc complete.

144.00 Per

Hour

80

Disinfection of tube well using bleaching powder solution as per the direction of the Engineer in charge including the cost of bleaching powder and labour etc complete.

6.00 EACH BORE

81

I.S.I marked G.I casing pipe (plain) medium class in 4 to 7 meter length one end fitted with socket as per I.S: 1239(part 2) 1992 with iVth revision (up to date amendments)

120.00 MTRS

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 439

Item No

Description Quantity Unit Rate Total

Amount

82

Making the tubewell functioning by providing, lowering & commissioning of submersibble pumps (of suitable capacity ,discharge and head) as per requirement, including , cables, starters /control panels with enclosures made upof MS structures having lock and key arrangements, HDPE pipes, sluicevalves, non return valves, air relief valve etc complete including necessary arrangement to be provided for obtaining LT powers, etc complete as directed by Engineer in charge. ( materials should be of ISI approved make and should take prior approval before installation)

6.00 NO

83

Earthwork in excavation for pipe trench in all kind of soil and WBM in areas including dressing, watering and ramming and disposal of excavated eath lead up to 50 meters and lift up to 1.5m, disposal earth

3836.09 CU.M

84 Providing and laying non pressure (NP4) RCC socket and spigot pipes with rubber gasket joint including testing of joints

84.00 RMT

85

Providing laying and jointing of following galvanised Iron Pipes with specials (such as bends, elbows, tees etc) class light, medium & heavy including testing of joints, cost of pipes, specials and jointing materials all complete. Pipes and sockets conforming to IS- 1239/2004 Part-II 50mm

1632.20 RMT

86

Providing laying and jointing of following galvanised Iron Pipes with specials (such as bends, elbows, tees etc) class light, medium & heavy including testing of joints, cost of pipes, specials and jointing materials all complete. Pipes and sockets conforming to IS- 1239/2004 Part-II 80mm

562.10 RMT

87

Filling available excavated earth in trenches, plinth sides of foundation in layers not exceeding 20cm. In depth including consolidation of each layer by ramming watering, lead up to 50m and lift upto 1.5m in all kind of soil

3836.09 CU.M

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 440

Item No

Description Quantity Unit Rate Total

Amount

88

Designing (aesthetically/Structurally), and constructing RCC elevated service reservoirs of 5 lac liter capacity with 12mtr RCC staging consisting of columns, internal and external bracings spaced vertically not more than 4.5 meters centre to centre including excavation in all types of strata, foundation concrete, cement plaster with water proofing compound to the inside face of the container including refilling disposing of the surplus stuff with all leads and lifts, all labour and material charges including lowering, laying, erecting, hoisting and jointing of pipe assembly (CI/DI pipes, double flanged pipes and specials like bends, tees, reducers, sockets, spigots, sluicevalves, of inlet, outlet, washout, overflow and bypass arrangements as per departmental/ site requirement, providing and fixing accessories such as M.S. ladder, C. I. manhole frame and covers water level indicatiors, lightening conductor, G. I. pipe railing around walk way and top slab, providing spiral staire case from ground level to roof level,M.S.grill gate of 2 mtr.height with locking arrangement of approved design. B.B. masonry chambers for all valves, ventilating shafts, providing and applying three coats of cement paint to the structure including roof slab epoxy painting to internal surface & anti termite treatment for underground parts of the structure. and giving satisfactory water tightness test as per I.S. code, The job to include painting the name of the scheme and other details on the reservoir as per the directions of Engineer-in-charge. Scope of the work covers Requiste Geo technical investigation to be done before structural designing. And the structural RCC designs needs to be checked and approved by Govt Engineering collage.

500000.00 PER

LITER

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 441

Item No

Description Quantity Unit Rate Total

Amount

89

Designing (aesthetically/ structurally) and constructing RCC ground service reservoirs RCC sumps of 2 lac liter capacity including excavation in all types of strata, foundation concrete, container walls, bottom slab top RCC roof slab / or dome, 20 mm thick cement plaster with water proofing compound in CM 1:3 proportion. to inside face of the container,including epoxy paint from inside including refilling and disposing of surplus stuff with all leads and lifts, all labour and material charges, for laying and jointing of pipe assembly for inlet, outlet washout, over flow and bye-pass arrangement consisting of C.I./ M.S. D/F. pipes, specials and valves of given diameters, providing and fixing accessories such as M.S. ladder inside and outside, C.I. Manhole frame and cover, water top slab, B.B. masonry chamber for all valves, ventilating shafts, including giving satisfactory hydraulic test and water tightness test as per IS code and providing three coat of cement paints to all expose surface of structure including roof surface etc. complete as per design data, criteria, obligatory requirements and detailed specifications.Anti terminite treatment shall be given for under ground portion of the structure.The rate includes construction of RCC pumphouse not less than 15 sqm plinth area having regular features like flooring, finishing, door and window and necessary electrical points and fixtures. Scope of the work covers Requiste Geo technical investigation to be done before structural designing. And the structural RCC designs needs to be checked and approved by Govt Engineering collage.Provisions of wet type pumps( 1no working + 1 no standby) of suitable capacity , cables starters and control panel etc complete including testing and commissioning ie Perfect arrangement for puming of water from sump well to overhead is also included in the scope.

200000.00 PER

LITER

90

Providing, laying and jointing following socket & spigot centrifugally cast (Spun) Ductile Iron pressure pipes with inside cement mortar lining (class K-7) conforming to IS 8329/2000 with suitable Rubber Gasket (Push on) joints as per IS:5382/85 including

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 442

Item No

Description Quantity Unit Rate Total

Amount

91

Providing, laying and jointing following socket & spigot centrifugally cast (Spun) Ductile Iron pressure pipes with inside cement mortar lining (class K-7) conforming to IS 8329/2000 with suitable Rubber Gasket (Push on) joints as per IS:5382/85 including 100mm

10114.88 MTRS

92

Providing, laying and jointing following socket & spigot centrifugally cast (Spun) Ductile Iron pressure pipes with inside cement mortar lining (class K-7) conforming to IS 8329/2000 with suitable Rubber Gasket (Push on) joints as per IS:5382/85 including 150mm

1612.67 MTRS

93

Providing and Laying Ductile Iron Double Socket 45° Bends conforming to IS-9523/2000 having dimension as per table 16 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining. 100 mm

3.00 EACH

94

Providing and Laying Ductile Iron Double Socket 90° Bends conforming to IS-9523/2000 having dimension as per table 15 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining. 100mm

28.00 EACH

95

Providing and Laying Ductile Iron Double Socket 90° Bends conforming to IS-9523/2000 having dimension as per table 15 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining. 200mm

2.00 EACH

96

Providing and Laying Ductile Iron All socket Tees conforming to IS-9523/2000 having dimension as per table 21 of IS-9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS-9523/2000. 100 mm x 100 mm

18.00 EACH

97

Providing and Laying Ductile Iron All socket Tees conforming to IS-9523/2000 having dimension as per table 21 of IS-9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS-9523/2000. 150 mm x 100 mm

5.00 EACH

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 443

Item No

Description Quantity Unit Rate Total

Amount

98

Providing & fixing of following Cast iron double flanged sluice valves as per I.S.:14846-2000 fitted with cast iron cap including jointing & testing with cost of jointing material such as bolts, nuts, rubber insertions etc. all complete PN-1.0 100 mm

22.00 EACH

99

Providing & fixing of following Cast iron double flanged sluice valves as per I.S.:14846-2000 fitted with cast iron cap including jointing & testing with cost of jointing material such as bolts, nuts, rubber insertions etc. all completePN-1.0 150 mm

8.00 EACH

100

Providing and laying ductile iron PN- 16 type flanged sockets confirming to IS-9523/2000 having dimensions as per table 23 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS- 9523/2000

16.00 EACH

101

Providing and laying ductile PN-16 type iron flanged spigot conforming to IS-9523/2000 having dimension as per table 24 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS-9523/2000

16.00 EACH

102

Providing and laying Ductile iron mechanical joint collar with follower glands conforming to IS- 9523/2000 having dimensions as per table 24 of IS- 9523/ 2000 in the following nominal diameter/Sizes with external bitumen and internal cement mortar.

15.00 EACH

103

Providing and fixing following cast iron double air valves, flanged without in built isolating valve as per IS: 14845-2000 including joints & testing with cost of jointing material and rubber insertion all complete as per IS- 13095-1991 100mm

9.00 EACH

104

Providing and fixing following cast iron double air valves, flanged without in built isolating valve as per IS: 14845-2000 including joints & testing with cost of jointing material and rubber insertion all complete as per IS- 13095-1991 200mm

11.00 EACH

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 444

Item No

Description Quantity Unit Rate Total

Amount

105

Man holes:- constructing Brick Masonary manhole in cement mortar 1:5 ( 1cement : 5 fine sand ) RCC top slab 1:2:4 (1cement :2 coarse sand : 4 Graded stone aggregate 20mm nominal size) foundation concrete 1:4:8 (1 cement:4coarse sand: 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thk with cement mortar 1:3 ( 1 cement: 3 coarse sand) finished with floating coat of neat cement and making channels in CC 1:2:4 (1 cement: 2 coarse sand :4 graded stone aggregate 20 mm nomianl size ) including finishing the channel to shape, curing etc, with CI cover with frame etc. For 1 no. 90 x 80 x 45 cm deep with cover and frame of (23+15) 38 kg

16.00 EACH

106

Providing and fixing 80mm diameter Fire hydrant conforming to IS: 908-1975 wall mounted type gun metal landing valve and brass couplings to receive fire hose including all specials necessary flanges, brass plugs etc complete.

2.00 NO

107

Providing ISI mark gasket (push on ) joint as per IS- 5382/85 to the following DI pipes class K-7 and K-9 including testing of joints and cost of jointing material (rubber gaskets and soap solutions etc) 100mm

22.00 EACH

108

Providing ISI mark gasket (push on ) joint as per IS- 5382/85 to the following DI pipes class K-7 and K-9 including testing of joints and cost of jointing material (rubber gaskets and soap solutions etc) 150mm

6.00 EACH

109 H BEAM 152x152 mm, 37.1kg/meter - 13 Mtrs

209.00 NO

110 Earthing Coil / Spiral earth electrodes (coil closelywound 115 turn with 8 G.I . swg wire ) 204.00 NO

111

Supply Installation, Testing & Commissioning of Earthing Coil (Coil of 115 turns of 50 mm dia &2.5 Mtr lead of 4.0 mm. G.I. wire) ( work execute as per MPPKVVCL Standards))

150.00 NO

112 33 KV V Cross arm (75X75X6 MM) 500.00 NO

113 33 KV Back Clamp for V-Cross Arm ( 65 x 8 )mmflat

528.00 NO

114 AAAC DOG Conductor 7/4.26 MM (100 Sqmm)

56.31 K.M

115 Jointing Sleeves suitable for DOG 120.00 NO

116 Supply Installation,Binding wire and tape 118.00 KG

117 33 KV PorcilinePin Insulator' Polymer 1059.00 NO

118 Stay set 20mm complete with back clamp stay wire7/4.0mm (8.5kg stay wire per stay

164.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 445

Item No

Description Quantity Unit Rate Total

Amount

set) and turn buckle

119

Supply Installation, Testing & Commissioning of Anti Climbing devices (Barbedwire 2.24 mm Dia (14 SWG)(3.5 Kg wire per pole) ( work execute as perMPPKVVCL Standards))

345.00 NO

120 33 KV Danger Board with compted set 199.00 NO

121 Supply Installation, Danger Board Enamalled Type 11 KV ( work execute as per MPPKVVCL Standards))

109.00 NO

122 Supply Installation, of Red oxide paint work execute as per MPPKVVCL Standards 462.40 LITER

123 Supply Installation, of Aluminium Silver Paint work execute as per MPPKVVCL Standards.

502.40 LITER

124 Supply Installation, MS Nut & boalts 1332.00 KG

125

Supply Installation, Testing & Commissioning of Concreting (1:3:6) of H-beam@ 0.65 cmt per pole Including base Padding and Muffing ( work execute as per MPPKVVCL Standards))

164.15 Cmt

126 Concreting of Stay set @0.3 CMT per stay 73.20 CMT

127

Supply Installation, Testing & Commissioning of Concreting (1:3:6) of poles @0.3 cmt & stay @ 0.2 cmt per stay ( work execute as per MPPKVVCL Standards))

32.00 Cmt

128 Supply Installation, Testing of Concreting (1:3:6) of stay @ 0.2 cmt per stay (work execute as per MPPKVVCL Standards))

10.40 Cmt

129

Supply Installation, Testing & Commissioning of Concreting (1:3:6) of H-beam@ 0.65 cmt per pole (Base pedding + Muffing)and @ 0.3 cmt per stay & Concreting (1:3:6) of PCC pole @ 0.3 cmt and @ 0.2 cmt per stay ( work execute as per MPPKVVCL Standards))

69.90 Cmt.

130 DC cross arm of 100X50, ISMC channel suitable for 5

25.00 SET

131 33 KV Disk insulator (Polymer) 60.00 NO

132 33 V strain hardware fitting 50.00 NO

133 Horizontal & cross bracing 5' centre with set of 4 back

15.00 SET

134 33 KV 'V' Briddle Cross arm (75X75X6 MM) 4.00 NO

135 33 KV Bridling top clamps 75X75X6 mm angle

4.00 NO

136 33 KV Guarding channel 75X40x6 mm 2.00 SET

137 GI wire 6 SWG (8 mtr/kg) 50.00 KG

138 GI wire 8 SWG (9.8 mtr/kg) 24.00 KG

139 Eye bolt 20mm 16.00 NO

140 33 KV AB switch complete 4.00 SET

141 33 KV Top Clamp (75X75X6 MM) 20.00 NO

142 33 KV V 3 core 3x300 Sq mm XLPE Cable 800.00 MTRS

143 GI Pipe 150 mm B Grade under track 800.00 MTRS

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 446

Item No

Description Quantity Unit Rate Total

Amount

144 GI Pipe 150 mm A Grade along DP 40.00 MTRS

145 Heat shrinkable cable jointing kit with lugs for 33 kV gradeXLPE cable for 3 core 300 sq mm

16.00 SET

146 Earthing Coil ( coil of 115 turns of 50 mm.dia. and 2.5 Mtrs. lead of 4.0 mm. G.I wire) 16.00 NO

147 33 KV Lightening arrestor Gapless type 24.00 MTRS

148 G.I. Wires 6 SWG 80.00 KG

149 33 KV Arial Bunch Cable 200 Sq mm for Jumper

1.00 MTRS

150 Bi-metallic clamps 24.00 NO

151 M.S.Nuts and Bolts 40.00 KG

152 M.S.Flat 200.00 KG

153 Cable marker 40.00 NO

154 Concreting (1:3:6) of cable marker @ 0.2 Cmt.per cable marker

8.00 CMT

155

Supply,installation,testing & commissioning of 33 KV VCB with 300/5 CT and relay panel comprising of combined O/C, annunciation and alarm system I.L.P.B with required structure& arragement for control & relay cable. etc.(on allready foundation)

2.00 NO

156

Supply,installation,testing & commissioning of 33 KV VCB with 300/5 CT and relay panel comprising of combined O/C & EFR aux relay for Bucholze transformer diff protection, annunciation and alarm system I.L.P.B with required structure & arragement for control &relay cable. etc.(on allready foundation)

1.00 NO

157 Supply,installation,testing & commissioning of 33 KV lighting arrester

9.00 NO

158 Supply,installation,testing & commissioning of 11 KV lighting arrester

6.00 NO

159 Supply,installation,testing & commissioning of 33 KV Isolator double break, mannualyoperated, 600 A with ES

3.00 NO

160 Supply,installation,testing & commissioning of 11 KV Isolator double break, mannualyoperated, 600 A

10.00 NO

161

Supply,installation,testing & commissioning of 33/11 KV 5 MVA X'mer,Low Loss withOFF LOAD TAP CHANGER (on already ready RCC Foundation )

1.00 NO

162

Supply,installation,testing & commissioning of 11 KV VCB with 400/5 Amp CT and relay panel and auto reclosure (on ready civil foundation) with required structure & arragement forcontrol & relay cable

1.00 NO

163

Supply,installation,testing & commissioning of 11 KV VCB with 200/5 Amp CT and relay panel (On redy civil foundation) with required structure & nessecry arrage ment

4.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 447

Item No

Description Quantity Unit Rate Total

Amount

fortermination of control cable

164

Supply,installation,testing & commissioning of Battery & Battery charger 30 Volts 100 AHNi - CD with automatic battery charger with required stand

1.00 NO

165 Supply,installation,testing & commissioning of Station X'mer 11/0.433 KV 100 KVA DTRS/S as per MPPKVVCL drawing

1.00 NO

166 Outdoor type 33KV/110 V single phase potential transformer (PT) as per MPSEB'sspecifications

3.00 SET

167 Outdoor type 11KV/110 V single phase potential transformer (PT) as per MPSEB'sspecifications

1.00 SET

168 HT meter for SS , 3 phase , 4 wire trivectir meter class 0.5 , DLMS compaitable with GSMwith encloser and all accessories

4.00 NO

169 Supply,installation,testing & commissioning of Distribution Box with MCB,A.C.D.B &D.C.D.B.& all the connecting D.B. for meter ,

1.00 JOB

170 Supply,installation,testing & commissioning of 4 x 24 watt T-5 metal halide onalready availiable tublar pole/ structure

5.00 NO

171 Supply,installation,testing & commissioning of Control un armured cable 12/8/4 core2.5 mm sq. mm with cable termination

1800.00 MTRS

172 Supply,installation,testing & commissioning of Tee clamps & P.G. Clamps

48.00 NO

173 Supply,installation,testing & commissioning of Bi- metlatic clamps

48.00 NO

174

Supply,installation,testing & commissioning of Capacitor Bank 1200 KVAR 11 KVincluding protectionpanel & breaker with devices as per MPPKVVCL and requird structure

1.00 NO

175 Supply,installation,testing & commissioning of 33 KV Bus bar structure of H-Beam .of 152 x 152 mm 37.1 kg/mts, 9 meter long

6.00 NO

176 Supply,installation,testing & commissioning of 11 KV bus bar structure of H-Beam .of 152 x 152 mm 37.1 kg/mts, 9.1 meter long

6.00 NO

177

Supply,installation,testing & commissioning of 7 MTS, 37.1 KG H-Beam FOR 11 KVOut going feeder, & new design grantry structure as per MPPKVVCL DESIGN SUITABLE FOR MOUTING OF ISOLATORS ETC.

8.00 NO

178

Supply,installation,testing & commissioning of 11 KV structure onH-Beam . of 152 x152 mm 37.1 kg/mts, 13 meter long with singel phasing A.B switch

3.00 NO

179

Supply,installation,testing & commissioning of M.S. D.C. cross arm 100x50mm5.2meter long,for top crossarm, middle cross arm, lower cross are, with tension patti& other

58.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 448

Item No

Description Quantity Unit Rate Total

Amount

nessecry material

180 Supply,installation,testing & commissioning of M.S. D.C. cross arm 2.7 meter long 2.00 NO

181

Supply,installation,testing & commissioning of M.S. D.C. cross arm 50X50X6MM ,1.8 meter long with 4' feet with tension patti & other nessecry material

2.00 NO

182 Supply,installation,testing & commissioning of Panther Conductor

0.80 KM

183 Supply,installation,testing & commissioning of 33 KV pin insulator ( polymer) withrequired all arragement

12.00 NO

184 Supply,installation,testing & commissioning of 11 KV pin insulator ( polymer) withrequired all arragement

21.00 NO

185 Supply installation of DP Complate on 13 mtr pole and required MSDC cross arm3.8 mtr 2.7 mtr for 33 kb bus and 11 kb bus

1.00 SET

186 Supply,installation,testing & commissioning of Strain Set with H.W. for 33 KVpolymer disc ( polymer)with required all arragement

33.00 NO

187 Supply,installation,testing & commissioning of Strain Set with H.W. for 11 KVpolymer disc ( polymer)with required all arragement

78.00 NO

188 Concreting, Civil work for x'mer foundation 70.00 CMT

189 Supply,installation,testing & commissioning of PVC cable 70 sqmm 3.5 core 200.00 MTRS

190 Supply,installation,testing & commissioning of PVC cable 2x2.5 sqmm copper 36.00 MTRS

191 Supply,installation,testing & commissioning of GI plate earthing S/S(As per MPSEBtechnical specs)

1.00 Job

192 Supply,installation,testing & commissioning of Painting of structure

1.00 Job

193

Supply & installation testing commessining of 3phase 4 wire CT-PT METERING UNIT 33k.v.with required structure & arragement for control & relay ca ble

1.00 Job

194

Supply & installation testing commessining of 3phase 4 wire CT-PT METERING UNIT11k.v.with required structure & arragement for control & relay ca ble

3.00 Job

195 Supply,installation,testing & commissioning of M.S. nuts, bolts and clamps andsundries material to complete job

1.00 Job

196

Construction of New control Room , Internal electrification work of control room with P/F Fans,tubelights etc.Plinth protection of control room & providing interlocking tiles,Providing & fixing fire fighing stand with buckets & sign board including letterwriting , Providing & fixing curbing stone &

1.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 449

Item No

Description Quantity Unit Rate Total

Amount

construction of earth pits,

197 Construction of Toilet,Septic tank etc 1.00 NO

198 Drilling of tube well up to 500 feet deep,P&F,submersible Pump in theTubewell,Overhead tank and toilet etc.

1.00 NO

199 Moorum and metalling work in yards and providing & laying G.I.pipe line for earhpit. 1.00 Job

200 Construction of Cable Trench in yard approximate 30 Mtr length

1.00 Job

201 Yard fencing with chain link mesh over brick wall.Fencing for S/S land with RCCPost and barbed wire fencing

145.00 MTRS

202

Providing and fixing OE M.S SINE BOARD, BAY INDICATION BOARD, RYBPHASE INDICATION BOARD, EARTHING INDICATION , SLD BOARD, NOTICE BOARD, SHOCK TREATMENT CHEAT, OFFER BOARD, SHOUT DOEN BOARD,

1.00 Job

203 PROVIDING & fixcing of subrmisibal pump, hand pump, firefighting equepment 1.00 Job

204 Providing and fixing steel compound gate and wicket Gate on R.C.C column 1.00 NO

205 Yard fencing with chain link mesh over brick wall.Fencing for S/S land with RCCPost and barbed wire fencing

219.45 RMT

206 Construction of approach Road & hum o=pipe 1.00 NO

207 Remote terminal unit 1.00 NO

208 Multi Function Transducers 9.00 NO

209 Contact multiplying relay 132.00 NO

210 Heavy Duty Relays for CB Trip/Close 27.00 NO

211 Routers 1.00 NO

212 LDMS 1.00 NO

213 Printer 1.00 NO

214 LDMS SOFTWARE 1.00 NO

215 SCADA compatible Differential Relay (for 8/10 MVA X-mer)

1.00 NO

216 SCADA Compitable Numerical Relay 9.00 NO

217 Master Trip Relay 9.00 NO

218 Aux relay (30 v DC 4 NO + 4 NC) 30.00 NO

219 Contractors 25.00 NO

220 Transformer Pressure Indicator (TPI) 1.00 NO

221 Winding tempretutr indicator (WTI) 1.00 NO

222 Oil Tempreture indicator (OTI) 1.00 NO

223 Isolator Contacts 19.00 NO

224 Control cable 2 Core. 2.5 Sq.mm. (Unarmoured)

0.75 KM

225 Control cable 4 Core. 2.5 Sq.mm. (Unarmoured)

2.50 KM

226 Control cable 8 Core. 2.5 Sq.mm. 0.30 KM

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 450

Item No

Description Quantity Unit Rate Total

Amount

(Unarmoured)

227

Supply Installation, Testing & Commissioning of H-Beams 152 X 152 mm, 37.1 Kg/ Mtrs 11 Mtr. Long ( work execute as per MPPKVVCL Standards)

102.00 NO

228

Supply Installation, Testing & Commissioning of 11 KV 'V' Cross-arm angle type (65X65X6 mm angle) ( work execute as per MPPKVVCL Standards))

80.00 NO

229

Supply Installation, Testing & Commissioning of Back clamps (65X6 mm flat) for 140 KG PCC Pole ( work execute as per MPPKVVCL Standards))

80.00 NO

230

Supply Installation, Testing & Commissioning of 11 KV Top Clamps angle type 65X65X6 mm (work execute as per MPPKVVCL Standards))

80.00 NO

231

Supply Installation, Testing & Commissioning of 11 KV PIN insulator Polymer with all necessery arragement ( work execute as per MPPKVVCL Standards))

240.00 NO

232 Supply Installation, Testing & Commissioning of 11 KV PIN Insulator (Polymer)( work execute as per MPPKVVCL Standards))

24.00 NO

233 Supply Installation, Testing & Commissioning of AAAC Raccoon Conductor with 3% Sag ( work execute as per MPPKVVCL Standards))

12.00 Kms

234

Supply Installation, Testing & Commissioning of Jointing sleeves suitable for 80 Sq. mm Al. Conductor Equivalant to AAAC with all necessecry arragement (work execute as perMPPKVVCL Standards)

24.00 NO

235

Supply Installation, of Stay Set 16mm. Complete with back clamp, stay wire 7/3.15 mm (5.5 Kg. stay wire per stay set) and turn buckles ( work execute as per MPPKVVCL Standards))

48.00 Set

236

Supply Installation, Testing & Commissioning of Stay set 16mm complete withback clamps stay wire 7/3.15 mm (5.5 Kg stay wire per stay set) and turn buckle ( work execute as per MPPKVVCL Standards))

92.00 Set

237

Supply Installation, Testing & Commissioning of D.C. cross arm of ISMCChannel of 100X50, Suitable for 4' centre DP with 2 pair of Clamps suitable forH-beam ( work execute as per MPPKVVCL Standards))

8.00 Set

238 Supply Installation, Testing & Commissioning of 11 KV Disc Insulator (Polymer)( work execute as per MPPKVVCL Standards))

99.00 NO

239

Supply Installation, Testing & Commissioning of 11 KV Strain Hard ware fittingfor polymer ( work execute as per MPPKVVCL Standards))

99.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 451

Item No

Description Quantity Unit Rate Total

Amount

240 Supply Installation, of Horizontal Cross Beacing 4' Center with set for backclamp suitable for H-beam

4.00 Set

241 Supply Installation, Testing & Commissioning of Horizontal Cross Beacing 4'Center with set for back clamp suitable for H-beam

4.00 Set

242

Supply Installation, Testing & Commissioning of 100 KVA Transformer 11/0.4KV (Conventional type) work execute work execute as per MPPKVVCL Standards))

1.00 NO

243 Supply Installation, of H-Beam 152X152X37.1 Kg/Mtr, 11 Mtr Long ( work execute as per MPPKVVCL Standards))

2.00 NO

244

Supply Installation, of D.C. Cross arm of 100X50X6 mm. 8' centre with 2 pair of clamp suitable for H-Beam ( work execute as per MPPKVVCL Standards))

1.00 Set

245 Supply Installation, of 11 KV DO fuse unit ( work execute as per MPPKVVCL Standards)) 3.00 NO

246 Supply Installation, Testing & Commissioning of 11 KV DO fuse unit ( workexecute as per MPPKVVCL Standards))

60.00 NO

247 Supply Installation, of 11 KV lighting arrestor ( work execute as per MPPKVVCL Standards)) 3.00 NO

248

Supply Installation, Tof Transformer mounting DC cross arm 100X50X6 mm channel ( work execute as per MPPKVVCL Standards))

1.00 Set

249 Supply Installation, of Transformer Clamping set 50X50X6 mm angle ( work execute as per MPPKVVCL Standards))

1.00 Set

250

Supply Installation, of Transformer belting with 50X50X6 mm angle with 2 cross fixing channel ( work execute as per MPPKVVCL Standards))

1.00 Set

251

Supply Installation, Testing & Commissioning of Stay set 16mm complete with back clamps stay wire 7/3.15 mm (5.5 Kg stay wire per stay set) and turn buckle

4.00 Set

252 Supply Installation, Testing & Commissioning of AAA Rabbit Conductor for jumper ( work execute as per MPPKVVCL Standards))

30.00 Mtr

253 Supply Installation, Testing & Commissioning of Earthing set ( work execute as per MPPKVVCL Standards))

1.00 Set

254 Supply Installation, Distribution box mounting channel (75X40X6 mm) ( work execute as per MPPKVVCL Standards))

2.00 NO

255

Supply Installation, of 11 KV DO fuse & Lilghting Arrestor mounting channel (75X40X6 mm) with 2 back clamp suitable for H-beam ( work execute as per MPPKVVCL Standards))

2.00 Set

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 452

Item No

Description Quantity Unit Rate Total

Amount

256

Supply Installation, Testing & Commissioning of LT Distribution box suitable for100 KVA Transformer (Without TPN switches) with MCCB on incoming & PFunits on outgoing sites ( work execute as per MPPKVVCL Standards))

21.00 NO

257

Supply Installation, Testing & Commissioning of 70 Sq. mm Single core XLPE insulated un-armoured Aluminium conductor cable ( work execute as per MPPKVVCL Standards))

80.00 Mtr

258

Supply Installation, Testing & Commissioning of 150 Sq. mm Single core XLPE insulated un-armoured Aluminium conductor cable ( work execute as per MPPKVVCL Standards))

840.00 Mtr

259

Supply Installation, Testing & Commissioning of 11 KV A.B. Switch with all required materail ( work execute as per MPPKVVCL Standards))

1.00 Set

260 Supply Installation, Testing & Commissioning of 11 KV A.B. Switch ( workexecute as per MPPKVVCL Standards))

20.00 Set

261

Supply Installation, Testing & Commissioning of LT CT operated 3 phase 4 W static energy meter with CT & Modem ( work execute as per MPPKVVCL Standards))

1.00 NO

262 Transformer 11/0.4 KV 3 Star rated 200 KVA 2.00 NO

263 H-Beam 152x152x37.1kg/mtr., 11mtr. Long 8.00 NO

264 D.C.cross-arm of 100 X50X 6 mm. 8' centre with 2 pair of clamp suitable for H-Beam 4.00 Set

265 11 KV (45 KN) Polymer disc insulator 12.00 NO

266 11KV Strain hard ware fitting 12.00 NO

267 11 KV D.O. fuse & Lightening Arrestor mounting channel (75X 40 X 6 mm.) with2 back clamp suitable for H-Beam

8.00 Set

268 11 KV D.O. fuse unit 12.00 NO

269 9 KV Gapless type (5 KA) polymer lightning Arrestors for DTR

13.00 NO

270 Transformer mounting DC cross-arm 100 X 50 X6 mm. channel

4.00 Set

271 Stay set 16 mm. complete with back clamps, stay wire 7/3.15 mm. (5.5 kg.staywire per stay set ) and turn buckles

16.00 Set

272 Concreting (1:3:6) of H-Beam @ 0.65 cmt. per pole

5.10 Cmt.

273 Concreting (1:3:6) of Stay @ 0.2 cmt. per stay 3.20 Cmt.

274 AAA Conductor Rabbit for Jumper 120.00 Mtr.

275 Danger Boards Enamalled Type 11KV 4.00 NO

276 Earthing set 4.00 Set

277 Anti climbing devices (Barbed wire 2.24 mm Dia (14 SWG) (3.5 Kg. wire perpole) 8.00 NO

278 Red oxide paint 8.00 Ltr.

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 453

Item No

Description Quantity Unit Rate Total

Amount

279 Aluminium paint 8.00 Ltr.

280 M.S.Nuts and Bolts 56.00 Kg.

281 Distribution Box mounting channel with back clamp (75x40x6 mm.)

4.00 set

282 (iii) For 200 KVA Transformer (600 A. Isolator & 9 SP of 120 A.)

2.00 NO

283 50 Sq.mm.,single core XLPE insulated un-armourered aluminium conductorcable 1.00 Mtr.

284 70 Sq.mm.,single core XLPE insulated un-armoured aluminium conductor cable 1.00 Mtr.

285 150 Sq.mm.,single core XLPE insulated un-armoured aluminium conductorcable 318.00 Mtr.

286 300 Sq.mm.,single core XLPE insulated un-armoured aluminium conductorcable 160.00 Mtr.

287 11 KV A.B. switch 4.00 Set

288 Three phase meter 20-80 Amps.with L.S. & TOD Facility with box

2.00 NO

289

For DTR metering -LT 3 phase 4 wire 3x240 volts, lb=5 amps Imax x 10 amp, trivector meter class of accuracy 0.5s, DLMS Compliant category A Metersalong with GSM (GPRS compatible ) modems with box

4.00 NO

290

291 Transformer 11/0.4 KV 3 Star rated 315 KVA 2.00 NO

292 Transformer clamping set 50X50 X6 mm Angle

6.00 Set

293 Transformer belting with 50 X 50 X 6 mm.angle with two cross fixing channels 2.00 Set

294 (iv) For 315 KVA Transformer (600 A. Isolator & 12 SP of 120 A.)

2.00 NO

295 50 Sq.mm.,single core XLPE insulated un-armourered aluminium conductorcable 1.00 Mtr.

296 70 Sq.mm.,single core XLPE insulated un-armoured aluminium conductor cable 1.00 Mtr.

297

Supply Installation, Testing & Commissioning of H-Beam 152X152X37.1Kg/Mtr, 11 Mtr Long ( work execute as per MPPKVVCL Standards))

40.00 NO

298

Supply Installation, Testing & Commissioning of D.C. Cross arm of 100X50X6mm. 8' centre with 2 pair of clamp suitable for H-Beam ( work execute as perMPPKVVCL Standards))

20.00 Set

299

Supply Installation, Testing & Commissioning of 11 KV DO fuse & LilghtingArrestor mounting channel (75X40X6 mm) with 2 back clamp suitable for H- beam ( work execute as per MPPKVVCL Standards))

40.00 Set

300 Supply Installation, Testing & Commissioning of Distribution box mountingchannel (75X40X6 mm) ( work execute as per

40.00 NO

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 454

Item No

Description Quantity Unit Rate Total

Amount

MPPKVVCL Standards))

301 Supply Installation, Testing & Commissioning of 11 KV lighting arrestor ( workexecute as per MPPKVVCL Standards))

60.00 NO

302

Supply Installation, Testing & Commissioning of Transformer mounting DCcross arm 100X50X6 mm channel ( work execute as per MPPKVVCL Standards))

20.00 Set

303

Supply Installation, Testing & Commissioning of Transformer Clamping set50X50X6 mm angle ( work execute as per MPPKVVCL Standards))

20.00 Set

304

Supply Installation, Testing & Commissioning of Transformer belting with50X50X6 mm angle with 2 cross fixing channel ( work execute as perMPPKVVCL Standards))

20.00 Set

305 Supply Installation, Testing & Commissioning of AAA Conductor Rabbit forjumper ( work execute as per MPPKVVCL Standards))

600.00 Mtr

306 Supply Installation, Testing & Commissioning of Earthing set ( work execute asper MPPKVVCL Standards))

20.00 Set

307

Supply Installation, Testing & Commissioning of 70 Sq. mm Single core XLPEinsulated un-armoured aluminium conductor cable ( work execute as perMPPKVVCL Standards))

1600.00 Mtr

308

Supply Installation, Testing & Commissioning of LT CT operated 3 phase 4 Wstatic energy meter with CT & Modem ( work execute as per MPPKVVCL Standards))

20.00 NO

309 HT tape for covering for LT Bushing including winding & blower heating ( workexecute as per MPPKVVCL Standards))

630.00 Mtr

310

Supply Installation, Testing & Commissioning of 175x85 MM 19.6 Kg/ Mtr, 9.3Mtr long RSJ support ( work execute as per MPPKVVCL Standards))

40.00 NO

311 Supply Installation, Testing & Commissioning of LT 5 pin Bracket ( workexecute as per MPPKVVCL Standards))

60.00 NO

312 Supply Installation, Testing & Commissioning of Shackle hard ware X75 mm (work execute as per MPPKVVCL Standards))

60.00 NO

313 Supply Installation, Testing & Commissioning of Earth Knob ( work execute asper MPPKVVCL Standards))

60.00 NO

314 Supply Installation, Testing & Commissioning of PVC arm cable 35 Sq mm (work execute as per MPPKVVCL Standards))

2.50 Km

315 Supply Installation, Testing & Commissioning of PVC arm cable 25 Sq mm (work execute as per MPPKVVCL Standards))

2.39 Km

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 455

Item No

Description Quantity Unit Rate Total

Amount

316 Supply Installation, Testing & Commissioning of Stay set ( work execute as perMPPKVVCL Standards))

20.00 NO

317 GI wire for Guarding ( work execute as per MPPKVVCL Standards))

60.00 Kg

318

Supply Installation, Testing & Commissioning of 175x85 MM 19.6 Kg/ Mtr, 9.3Mtr long RSJ support ( work execute as per MPPKVVCL Standards))

1.00 NO

319 Supply Installation, Testing & Commissioning of LT- 5 pin Bracket ( work execute as per MPPKVVCL Standards))

100.00 NO

320 Supply Installation, Testing & Commissioning of Shackle Insulator 90x75 mm (work execute as per MPPKVVCL Standards))

640.00 NO

321 Supply Installation, Testing & Commissioning of Shackle hard ware 90X75 mm (work execute as per MPPKVVCL Standards))

100.00 NO

322 Supply Installation, Testing & Commissioning of Earth Knob ( work execute as per MPPKVVCL Standards))

100.00 NO

323 Supply Installation, Testing & Commissioning of PVC armoured cable 35 Sq mm( work execute as per MPPKVVCL Standards))

4.55 Km

324 Supply Installation, Testing & Commissioning of PVC armoured cable 25 Sq mm( work execute as per MPPKVVCL Standards))

4.55 Km

325 Supply Installation,Red Oxide paint 40.00 Ltr

326 GI wire for Guarding ( work execute as per MPPKVVCL Standards))

48.00 Kg

327 Terminaton Box for Loop-in loop-out 1800.00 NO

328

Outdoor type Street light control penals 100 amp TPN MCCB, 20 KA, 100 amp contactor with 24 hours ON/OFF timer as incomer with 32 amp SP MCCB 6 nos , one energy meter with CTs complete with galands, lugs termination , GI pipe for laying cable from penal to pole, two nos pipe earthing as per IS , GI strip 40x5 mm compete and civil work (as per detailed specs and drgs)

4.00 Nos

329 Supply Installation, Testing & Commissioning of PVC armoured cable 35 Sq mm( work execute as per MPPKVVCL Standards))

1.00 Kms

330

Decorative street light mounting bracket complete with all material and mounting of the street lighting fitting of all type with 2.5 sqqmm cable . Bracket and light fixture shall be earhed with GI wire 4 sqmm with pole box and pole. Comlete job as per drawing and design

120.00 Nos

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 456

Item No

Description Quantity Unit Rate Total

Amount

331

Pole mounted junction box suitable for outdoor mounting and complete with10 amp fuse, Elmex type terminals, three nos glands, lugs for termination and looping of 25 sqmm, 3.5 core armoured aluminium existing street light cable compelet with loop in and loop out)

120.00 Nos

332 High Mast Fitting 16 mts complete as per design and specifications .

3.00 Nos

333 140 Watt LED lumniares with IP-66 degree of protection as per detailed specifications on decorative brackets

30.00 Nos

334 70 watt metal halide street light luminaire with CDM-TT metal halide lamp on existing pole complete work on decorative brackets

90.00 Nos

Tender document for Infrastructure development works for proposed Apperal & Pharma- Herbal Cluster at Bijeypur Village, Tehsil Depalpur, Dist. Indore

Contractor MPAKVN (I) Ltd Page 457

18. List of Drawings

Sr.No Name of the Drawings Drawing No.

1. Master Plan Ac/PHAC/T NO 1

2. Site Development AC/PHC/T no 2

3. Cross Section of Road AC/PHC/T no 3

4. Water Supply AC/PHC/T no 4

5. Bore Well AC/PHC/T no 5

6. Food Court AC/PHC/T no 6

7. Toilet Block AC/PHC/T no 7

8. Security Cabin AC/PHC/T no 8

9. Parking AC/PHC/T no 9

10. Administrative Building AC/PHC/T no 10

11. Bus Shelter AC/PHC/T no 11