INVITATION FOR BIDS (IFB) HIGH COMMISSION OF INDIA …

100
INVITATION FOR BIDS (IFB) HIGH COMMISSION OF INDIA Grant Number: Col/DC/228/3/2011 Grant Name: Construction of Rabindranath Tagore Memorial Auditorium at University of Ruhuna Bid No Description of Work Estimated Cost /(Rs in millions) Contract Period Required Grade Col/DC/228/3/2011 Construction of Rabindranath Tagore Memorial Auditorium at University of Ruhuna 295 (Excluding VAT) 18 months C1 (Buildings) 1. Government of India has approved a grant for Construction of Rabindranath Tagore Memorial Auditorium at University of Ruhunawith the floor area of approximately 3000 sqm. 2. High Commission of India on behalf of Government of India now invites sealed bids from eligible and qualified bidders for construction of the above under National Competitive Bidding procedure. 3. The technical bid (Original & Duplicate) and the financial bid (Original & Duplicate) documents should be sealed by the bidder in separate covers duly superscribed and these four sealed covers are to be put in a bigger cover which should also be sealed and dully superscribed. 4. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet the requirements of ICTAD registration as above or its equivalent. 5. Qualification requirements are indicated in the Bidding document. Additional details are provided in the Bidding Data & Contract Data. 6. The Bidding Document can be seen on Mission’s website www.hcicolombo.org . 7. A complete set of Bidding Document in English language may be purchased by interested bidders from the Project Officer (Development Cooperation), High Commission of India, 36-38, Galle Road, Colombo-03 from 05 August 2015 to 24August 2015 between 09:30 hrs and 16.00 hrs, upon payment of a non-refundable fee of Rs.10,000.00. The payment should be made by cash. 8. Bids shall be delivered by hand to the Project Officer (Development Cooperation), High Commission of India, 36-38, Galle Road, Colombo-03 on or before 15:00 hrs on 04 September 2015. Late bids will be rejected. Technical bids will be opened at 15:30 hrs on 04 September 2015 at the High Commission of India in the presence of the bidders’ representatives. 9. Pre-Bid conference will be held at the Conference Hall, High Commission of India, 36- 38, Galle Road, Colombo-03 at 1500 Hrs on 19 August 2015. 10. Each bidder shall provide the name and contact details of an individual to act as a point of contact during the tender process. That person may be asked to clarify the bid to provide additional information if required. 11. Clarification shall be issued to all bidders as corrigendum. 12. Only communications that are in writing from the High Commission of India, Colombo shall be considered as properly authorized expressions on the Mission’s behalf. 13. In submitting a bid to the High Commission of India, the bidder will be deemed to have understood this bidding document, obtained all requisite information and verified the correctness of any information to be relied upon.

Transcript of INVITATION FOR BIDS (IFB) HIGH COMMISSION OF INDIA …

INVITATION FOR BIDS (IFB) HIGH COMMISSION OF INDIA

Grant Number: Col/DC/228/3/2011

Grant Name: Construction of Rabindranath Tagore Memorial Auditorium at

University of Ruhuna

Bid No Description of Work Estimated Cost

/(Rs in millions)

Contract

Period

Required

Grade

Col/DC/228/3/2011

Construction of Rabindranath

Tagore Memorial Auditorium

at University of Ruhuna

295

(Excluding VAT) 18 months

C1

(Buildings)

1. Government of India has approved a grant for “Construction of Rabindranath Tagore

Memorial Auditorium at University of Ruhuna” with the floor area of approximately

3000 sqm.

2. High Commission of India on behalf of Government of India now invites sealed bids

from eligible and qualified bidders for construction of the above under National

Competitive Bidding procedure.

3. The technical bid (Original & Duplicate) and the financial bid (Original & Duplicate)

documents should be sealed by the bidder in separate covers duly superscribed and

these four sealed covers are to be put in a bigger cover which should also be sealed and

dully superscribed.

4. To be eligible for contract award, the successful bidder shall not have been blacklisted

and shall meet the requirements of ICTAD registration as above or its equivalent.

5. Qualification requirements are indicated in the Bidding document. Additional details

are provided in the Bidding Data & Contract Data.

6. The Bidding Document can be seen on Mission’s website www.hcicolombo.org.

7. A complete set of Bidding Document in English language may be purchased by

interested bidders from the Project Officer (Development Cooperation), High

Commission of India, 36-38, Galle Road, Colombo-03 from 05 August 2015 to

24August 2015 between 09:30 hrs and 16.00 hrs, upon payment of a non-refundable fee

of Rs.10,000.00. The payment should be made by cash.

8. Bids shall be delivered by hand to the Project Officer (Development Cooperation),

High Commission of India, 36-38, Galle Road, Colombo-03 on or before 15:00 hrs on

04 September 2015. Late bids will be rejected. Technical bids will be opened at 15:30

hrs on 04 September 2015 at the High Commission of India in the presence of the

bidders’ representatives.

9. Pre-Bid conference will be held at the Conference Hall, High Commission of India, 36-

38, Galle Road, Colombo-03 at 1500 Hrs on 19 August 2015.

10. Each bidder shall provide the name and contact details of an individual to act as a

point of contact during the tender process. That person may be asked to clarify the bid

to provide additional information if required.

11. Clarification shall be issued to all bidders as corrigendum.

12. Only communications that are in writing from the High Commission of India,

Colombo shall be considered as properly authorized expressions on the Mission’s

behalf.

13. In submitting a bid to the High Commission of India, the bidder will be deemed to

have understood this bidding document, obtained all requisite information and

verified the correctness of any information to be relied upon.

14. In submitting a bid to the High Commission of India, the bidder will be deemed to be

fully informed and to have accepted the terms and conditions outlined in this bid

document.

15. The bidding company and its sister company or subsidiary should not bid separately

in the same bid. A certificate to this effect should be given by the bidding company at

the time of bidding.

16. The decision of High Commission of India in deciding the eligibility of the company

to take part in the tender process is final.

17. The High Commission of India reserves the right to accept or reject any or all Bid(s)

and to annul the bidding process, at any time, thereby rejecting all bids, prior to any

Contract being awarded.

18. The High Commission of India, Colombo reserves the right to clarify without

restriction with bidders on any matter contained in the bids, without disclosing this to

any other person.

19. The bidders should note that in the event of Contract having been awarded, the

contractor will not assign in whole or in part its rights or obligations without the prior

approval of the High Commission of India.

20. The contract will also include provisions for the bidding company to adhere to all

local laws applicable. The contract will also include provisions of Force Majeure,

termination of contract, consequences of termination and re-tendering after

termination of contract.

21. Any dispute or difference regarding the interpretation of the provisions of the

Agreement/Contract shall be resolved amicably between the parties. If the dispute is

not resolved through mutual consultations within a period of six months, either party

may refer the dispute to arbitration in accordance with the Arbitration & Conciliation

Act 1996 of India as amended from time to time. The number of arbitrators shall be

one and that the place of arbitration shall be New Delhi, India. In such a situation the

applicable law will be the law of India. The language of the Tribunal shall be English.

The cost shall be borne by the parties equally unless otherwise determined by the

Arbitral Tribunal.

22. The Bids shall be valid for 150 days from the date of closing of bids or any extended

period. All bids shall be accompanied by a Bid Security as Clause 17.1 of the Bidding

Data.

Second Secretary (Development Cooperation)

High Commission of India,

36-38, Galle Road,

Colombo-03

INSTRUCTIONS TO BIDDERS

Instructions to Bidders applicable to this contract are those given in Section

1 of the Standard Bidding Document for Procurement of Works, ICTAD

Publication No. ICTAD/SBD/02, January 2007, published by the Institute

for Construction Training and Development (ICTAD).

Instruction to bidders shall be read in conjunction with the Bidding Data

provided under Section 2 of the Bidding Document

BIDDING DATABIDDING DATABIDDING DATABIDDING DATA

Bidding Data

Instructions

to Bidders

Clause Reference

(1.1) The Employer is

Name: Second Secretary (Development Cooperation)

Address: High Commission of India

36-38, Galle Road,

Colombo-03

The Employer’s representative:

Name: Vice Chancellor,.

Address: University of Ruhuna

Wellamadama

Matara

The Works consist of Construction of 1500 seats Auditorium

including civil works and specialized works and having floor area

of 3000 sqm (approx.) as shown in the drawings and described in

the BOQ.

(1.2) Intended Completion Date is 18 months from the Commencement

Date.

(2.1) The source of funds is Government of India

(3.1) The registration required:

Specialty : Building Construction

Grade : C1

(4.1) The following information shall be provided in Section 9 Schedules

∗ ICTAD Registration

Registration No: …………………

Grade :………………….

Specialty :………………….

Expiry Date :………………….

∗ NCASL member ship

Number :………………….

Expiry Date :………………….

∗ VAT Registration Number

∗ Construction Program

∗ Legal Status (Sole proprietor, Partnership, company, etc.)

∗ Authentication for signatory

∗ Total monetary Value of Building construction works

performed in last 5 years

∗ Experience in works of a similar nature & size for each of

the last five years.

∗ Major items of construction equipment proposed

∗ Qualification and experience of key staff

In addition to above the Bidders shall furnish the following information:

∗ Audited statements of accounts for last three years

∗ Value of work in hand

∗ Cash flow forecasting statement

∗ Arbitration/Litigation history

∗ Method Statement (The bidders shall submit a complete

method statement indicating the proposed methods and

procedures of; (a) site access and layouts (b) excavation / earth

retention (c) dewatering and disposal of water (d) erection of

formwork (e) production / supply of concrete (f) placing of

concrete (g) erection of roofs (h) filling works (j) transport /

hoisting of materials (k) controlling noise and dust (l) water

and electricity for the works (m) labour / material / plant hiring

and accommodation etc.

(4.2) The qualification criteria is as follows:

(a) Average annual volume of construction work performed in a last

five (5) years.

Average annual volume of construction work performed in a last five

(5) years shall be at least Rs . 300 million

(b) Deleted sub clause 4.2(b) and added following

Experience as prime contractor in the construction of at least one

contract of over 300 million in similar nature and complexity

equivalent to the Works over the last 5 years (to comply with this

requirement, works cited should be at least 70% completed).

(c) Essential Equipment

Proposals for the timely acquisition (Own, Lease, Hire etc.) of the

following essential equipment shall be:

Type Capacity (minimum)

1. Truck Mixer 6.0 m3

2. Mobile Crane 20 Ton

3. Hoist 05 Ton

4. Generator 250 kVA

5. Concrete mixer 10/7

6. Concrete pump car 55m3/Hr

……………………………..

(d) Qualification & Experience of the Contract Manager

• Chartered Engineer (Civil) with minimum 15 years experience.

• Graduate Quantity Surveyor with minimum 2years post qualified

experience.

(e) Liquid assets and/or Credit facilities required

Minimum amount of Liquid assets and/or credit facilities, net of other

contractual commitments and exclusive of any advance payments which

may be made under the contract, shall be not less than Rs 100 Million,

which should be made available exclusively for this project.

10.1 Clarification of Bidding Documents

Employer’s address for clarification of Bidding Documents is:

Name : Second Secretary (Development Cooperation)

Address: High Commission of India

36-38, Galle Road,

Colombo-03

Email: [email protected]

14.4 Adjustments for change in cost

The contract is shall not subjected to price adjustment

16.1 Period of Bid Validity:

The Bid shall be valid for 150 calendar days.

17.1 Amount of Bid Security:

The amount of Bid Security is SLR 6,000,000.00 (6 Million).

The agencies acceptable to Employer are:

• a commercial bank operating in Sri Lanka approved by the Central Bank

of Sri Lanka; or

• a bank based in another country but the guarantee “confirmed” by a bank

operating in Sri Lanka approved by the Central Bank of Sri Lanka; or

• Construction Guaranty Fund.

17.2 Validity of Bid Security:

The Bid Security shall be valid for 195 calendar days.

19.1 Pre Bid Meeting

Pre bid meeting – Venue: Conference Hall

High Commission of India

36-38, Galle Road,

Colombo-03

Date 19 August 2015 Time 1500 hrs

21.2 (a) The Employer’s address for the purpose of Bid submission

The Employer’s address for the purpose of Bid submission is;

Second Secretary (Development Cooperation)

High Commission of India

36-38, Galle Road,

Colombo-03

21.2 (b) Identification Number for Contract

Identification Number for Contract is Col/DC/228/3/2011

22.1 Deadline for submission of Bids

The deadline for submission of Bids shall be 1500 hrs on 4 September

2015 at High Commission of India, 36-38, Galle Road,Colombo-03

25.1 Bid Opening

Bids will be open 1530 hrs 4 September 2015 at High Commission of

India, 36-38, Galle Road,Colombo-03

35.1 Amount of Performance Security

The amount of Performance Security is ten percent (10%) of the Initial

Contract Price and shall be valid up to 60 days beyond the intended

completion date.

Performance Security shall be issued by an agency acceptable to

Employer using the form for Performance Security (unconditional

guarantee) included in Standard Forms and it shall be in favour of High

Commission of India.

The agencies acceptable to Employer are:

• a commercial bank operating in Sri Lanka approved by the Central

Bank of Sri Lanka; or

• a bank based in another country but the guarantee “confirmed” by

a bank operating in Sri Lanka approved by the Central Bank of Sri

Lanka; or

• Construction Guaranty Fund.

37 Adjudicator proposed by The Employer

Any dispute or difference regarding the interpretation of the

provisions of the Agreement/Contract shall be resolved amicably

between the parties. If the dispute is not resolved through mutual

consultations within a period of six months, either party may refer

the dispute to arbitration in accordance with the Arbitration &

Conciliation Act 1996 of India as amended from time to time. The

number of arbitrators shall be one and that the place of arbitration

shall be New Delhi, India. In such a situation the applicable law

will be the law of India. The language of the Tribunal shall be

English. The cost shall be borne by the parties equally unless

otherwise determined by the Arbitral Tribunal

CONDITIONS OF CONTRACT

Conditions of Contract that will be applicable for this Contract are that given

in section 3 of the Standard Bidding Document for Procurement of Works,

ICTAD Publication No. ICTAD/SBD/02, January 2007, published by the

Institute for Construction Training And Development (ICTAD).

Condition of Contract shall be read in conjunction with Contract Data

provided under Section 4 of the Bidding Document

CONTRACT DATACONTRACT DATACONTRACT DATACONTRACT DATA

CONTRACT DATA

Conditions of

Contract Clause

Number/s

1.1.2.2. & 1.3 Employer is

Name: Second Secretary (Development Cooperation)

Address: High Commission of India

36-38, Galle Road,

Colombo-03

The Employer’s representative:

Name: Vice Chancellor,

Address: University of Ruhuna ,

Wellamadama,

Matara.

Name & Address will be intimated at the time of signing the

contract

1.1. 3.3. Time for Time for completion is 18 months

Completion of the

Works

1.1.3.7 Defects Defects Notification Period is 365 Calendar

Notification Period Days

2.1 Right to access to 14 Days after Letter of Acceptance

the Site

4.2 Amount of 10% of the Initial Contract Price in

Performance Sri Lankan Rupees. The acceptable form

Security in unconditional bank guarantee.

8.7 Liquidated damages 0.002% of the Initial Contract Price per

for the Works Day

8.7 Maximum amount 10% of the Initial Contract Price

of liquidated

damages

12.2 (b) Method of The Method of Measurement shall be SLS

Measurement 573 - 1999 Revision

13.4 (b) Percentage for 10%

Adjustment of

Provisional Sums

14.2 Total advance 20% of the Initial Contract Price

(Excluding Provisional Sum)

Payment

14.3 (c) Percentage of 10% of work done

retention.

14.3 (c) Limit of Retention 5% of the Initial Contract Price

Money

14.5 Minimum amount SLR 10 million

of Interim Payment

Certificates

14.8 Alternative method No alternative method allowed

for the Payment of

Retention .

18.2 Third Party This Amount of insurance per occurrence is:

Insurance Rupees 1,000,000.00.

STANDARD FORMSSTANDARD FORMSSTANDARD FORMSSTANDARD FORMS

STANDARD FORMS

• Form of Letter of Acceptance

• Form of Agreement

• Form of Performance Security

• Form of Advance Payment Security

• Form of Retention Money Guarantee

Standard Forms that will be applicable for this Contract are that given in section 5 of the

Standard Bidding Document for Procurement of Works, ICTAD Publication No.

ICTAD/SBD/02, January 2007, published by the Institute for Construction Training And

Development (ICTAD).

Form of Letter of Acceptance …………………….[date]

[LETTER HEADING PAPER OF THE PROCURING ENTITY]

To………………………………………………………………………………………………………

………

[name and address of the Contractor]

I have the honour to notify you that your bid dated ………………….[insert date] for the

construction and remedying defects of the ……………[name of the Contract and

identification number] for the Contract price of ……………….[name of

currency]………………………[amount in figures and words ] as corrected in

accordance with Instructions to Bidders and/ or modified by a Memorandum of

Understanding, is here by accepted.

You are hereby instructed to proceed with the execution of the said Works in accordance

with the Contract Document.

The number allotted to this Contract is .......................... [Contract Number], which

should be quoted in all future correspondence of this project.

You are hereby instructed to call over at the office of the ........................... [Officer &

Address], to sign the formal agreement along with a performance security as stated below

within ........ days on receipt of this Letter of Acceptance. The performance security shall

be in any one of the following forms for ..................................

( amount in figures and words) in favour of the High Commission of India, Colombo and

shall be valid till ......................... [Date].

..................................................................................... [Name of Institutions]

The Start Date of the Works shall be .................... Days from the date of this Letter of

Acceptance. Stipulated deadline or the actual date of commencement which falls earlier

will be reckoned as the start date of the works. The Contract Period shall be

.................................

[ Contract Period ] starting from the Start Date. You may contact .............................

..............................., .................., ..............., .............................. [Officer & Address] to

make arrangements for taking over the site in order to commence the Works.

You are hereby instructed to submit insurance covers from an insurance company

approved by the Treasury in accordance with the ........................... [Clause No].

An advance payment of Rs......................... [Amount] may be paid in accordance with

......................... [Clause No] on submission of an unconditional guarantee.

This Letter of Acceptance and your Bid will form a binding contract until the formal

agreement is signed.

Authorized Signature:

Name and title of Signatory: Name of Agency:

AArrttiicclleess ooff AAggrreeeemmeenntt

This ARTICLES of Agreement, made the …… day of …….......-2014 between High

Commission of India having its office at 36-38, Galle Road, Colombo-03 (hereinafter

called the “the Employer” which term or expression as herein used shall where the

context so requires or admits of construction mean and include its authorised officer) of

the one part and………… … … ……………………………of

……………………………………trading under the name, firm and style of Messrs.

…… ……… …… ………… …… …… a Company duly incorporated and having its

registered office at …………………………………………………(hereinafter designated

"the Contractor" which expressions shall include his or their heirs, executors,

administrators and legal representatives or where the context so admits, include its

successors and permitted assigns) of the other part.

WHEREAS the Employer is desirous that the Contractor execute…………………

………… ………. ……………………………….……………………..(hereinafter

called “the Works”)and the Employer has accepted the Bid by the Contractor for the

execution and completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall have the same

meanings as are respectively assigned to them in the Conditions of

Contract hereinafter referred to, and they shall be deemed to form

and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the

Contractor as hereinafter mentioned, the Contractor hereby

covenants with the Employer to execute and complete the Works and

remedy any defects therein in conformity in all respects with the

provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in

consideration of the execution and completion of the Works and the

remedying of defects wherein the Contract Price or such other sum

as may become payable under the provisions of the Contract at the

times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the

day and year aforementioned in accordance with laws of Sri Lanka.

………………………. ……………………….

High Commission of India Contractor/Director of the Company

WITNESSES:

1. Signature.................…………

Designation :

2. Signature..........………………..

Designation :

Form of Performance Security

(Unconditional)

Issuing Agency: ----------------------------------------------------------------------------------------------------------------------------------

------------- [Issuing Agency Name and Address of Issuing Branch or Office]

Beneficiary: High Commission of India

36-38, Galle Road,

Colombo-03

Date: ---------------------------------

PERFORMANCE GUARANTEE No: --------------------------------------------

We have been informed that ………………………………………….. ….. [name of the

Company] (hereinafter called “the Contractor”) has entered into Contract No.

………………… [reference number of the contract] with you, in the year

.........................., for the……………………………...………

……………………………… ………[name of the Contract] (hereinafter called “the

Contract”);

Furthermore, we understand that, according to the conditions of the Contract, a

performance guarantee is required.

At the request of the Contractor, we ………………………………………….. [name of

Agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total

an amount of …………………… [amount in words]

(…………………..………………….…….) [amount in figures], upon receipt by us of

your first demand in writing accompanied by a written statement stating that the

Contractor is in breach of its obligation(s) under the Contract, without your needing to

prove or to show grounds for your demand or the sum specified therein.

We further agree that no change or addition to or other modification of the terms of the

Contract or of the Works to be performed hereunder or of any of the Contract documents

which may be made between the Employer and the Contractor shall in any way release us

from any liability under this guarantee, and we hereby waive notice or any such change,

addition or modification.

This guarantee shall expire, no later than the …………. day of …………. 20……. [insert

date, 60 days beyond the intended completion Date]and any demand for payment under it

must be received by us at this office on or before that date.

……………………………..

[signature(s)]

Form of Advance Payment Security

Issuing Agency: ------------------------------------------------------------------------------------------------------------- [Name and

Address of Agency, and Address of Issuing Branch or Office]

Beneficiary: High Commission of India

36-38, Galle Road,

Colombo-03

Date: ---------------------------------

ADVANCE PAYMENT GUARANTEE No: --------------------------------------------

We have been informed that ………………………………………….. ….. [name of

Contractor] (hereinafter called “the Contractor”) has entered into Contract No.

………………… [reference number of the contract] with you, in the year

.........................., for the…………………………..…………. ………………… ………

………[name of the contract] (hereinafter called “the Contract”);

Furthermore, we understand that, according to the conditions of the Contract, an advance

payment in the sum ………………………[amount in words] (…………………

………… …… ……………)[amount in figures] is to be made against an advance

payment guarantee.

At the request of the Contractor, we ………………………………………….. [name of

Issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding

in total an amount of …………………… [amount in words]

(…………………..………………….…….) [amount in figures], upon receipt by us of

your first demand in writing accompanied by a written statement stating that the

Contractor is in breach of its obligation in repayment of the Advance payment under the

Contract

The maximum amount of this guarantee shall be progressively reduced by the amount of

the advance payment repaid by the Contractor.

This guarantee shall expire on …………………… [insert date, 28 days beyond the

Intended Completion Date]

Consequently, any demand for payment under this guarantee must be received by us at

this office on or before that date.

……………………………..

[signature(s)]

Form of Retention Money Guarantee

Issuing Agency: ----------------------------------------------------------------------------------------------------------------------------------

------------- [Issuing Agency’s Name and Address of Issuing Branch or Office]

Beneficiary: High Commission of India

36-38, Galle Road,

Colombo-03

Date: ---------------------------------

RETENTION MONEY GUARANTEE No: --------------------------------------------

We have been informed that ………………………………………….. ….. [name of

Contractor] (hereinafter called “the Contractor”) has entered into Contract No.

………………… [reference number of the contract] with you, in the year

.........................., for the execution of ……… ………… …… ……...………

……………………………… ………[name of the Contract and brief descriptions of

Works] (hereinafter called “the Contract”);

Furthermore, we understand that, according to the conditions of the Contract, when the

works have been taken over and the first half of the Retention Money has been certified

for the payment, payment of the second half of the Retention Money may be made

against a Retention Money guarantee.

At the request of the Contractor, we ………………………………………….. [name of

Agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total

an amount of …………………… [amount in words]

(…………………..………………….…….) [amount in figures], upon receipt by us of

your first demand in writing accompanied by a written statement stating that the

Contractor is in breach of its obligation under the Contract, because the contractor has not

attended to the defects in accordance with the Contract.

This guarantee shall expire, at the latest, …………………….……. [insert date, 45 Days

beyond the intended completion period] Consequently, any demand for payment under

this guarantee must be received by us at this office on or before that date.

……………………………..

[signature(s)]

FORM OF BID

Bid for Bid for Bid for Bid for Construction of Proposed Construction of Proposed Construction of Proposed Construction of Proposed RaRaRaRabbbbindranath Tagore Memorial Auditorium at indranath Tagore Memorial Auditorium at indranath Tagore Memorial Auditorium at indranath Tagore Memorial Auditorium at

University Of RuhunaUniversity Of RuhunaUniversity Of RuhunaUniversity Of Ruhuna

To: Second Secretary (Development Cooperation)

High Commission of India,

36-38, Galle Road,

Colombo-03.

1. Having examined the Standard Bidding Document – Procurement of Works-Major

Contracts [ICTAD/SBD/02-Second Edition, January 2007], Specifications, Drawings and

Bills of Quantities and Addenda for the execution of the above named Works, we the

undersigned, offer to execute and complete such Works and remedy any defect therein in

conformity with the aforesaid Conditions of Contract, Specifications, Drawings, Bills of

Quantities and Addenda for the sum of Sri Lankan Rupees

…………………………………………….…………………………………………….......

................................................................................................................................................

(LKR. ………………………….........), or such other sums as may be ascertained in

accordance with the said Conditions.

2. We acknowledge that the contract data forms part of our Bid.

3. We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably

possible after the receipt of the Engineer’s notice to commence, and to complete the

whole of the Works comprised in the Contract within the time stated in the Contract Data.

4. We agree to abide by this Bid until the date specified in ITB clause 16

......................[insert date], and it shall remain binding upon us and may be accepted at

any time before that date.

5. Unless and until a formal Agreement is prepared and executed this Bid, together with

your written acceptance thereof, shall constitute a binding Contract between us.

6. We understand that you are not bound to accept the lowest or any bid you may receive.

7. We certify/confirm that we comply with the eligibility requirements as per ITB clause 03

of the bidding document.

Dated this ………………… day of ……………………………….......................2015

Signature……………………………………………in the capacity of

……………………............................duly authorized to sign bids for and on behalf of

…………………………………………....................................[in block capitals or typed]

Address: ………………………………………………………

Witness: ....................................................................................

SCHEDULESSCHEDULESSCHEDULESSCHEDULES

SCHEDULESSCHEDULESSCHEDULESSCHEDULES

Standard Schedules for schedules No 01 to No 08 that will be applicable for this Contract are that

given in section 09 of the Standard Bidding Document for Procurement of Works, ICTAD

Publication No. ICTAD/SBD/02, January 2007, published by the Institute for Construction

Training And Development (ICTAD).

SCHEDULE NOS:

Schedule No 01 – General Information

Schedule No 02 – Annual Turnover Information.

Schedule No 03 – Adequacy of Working Capital

Schedule No 04 – Construction Experience in last five years

Schedule No 05 – Major Items of Construction equipment proposed.

Schedule No 06 – Construction Management staff

Schedule No 07 – Time schedule for Key staff

Schedule No 08 – Work Programme

Specifications

GENERAL SPECIFICATIONS

1. Specifications for Building works - Volume I - ICTAD Publication No. SCA/4 /I

3rd

Edition (Revised ) – 2004 July

2. Specifications for Building works - Volume II Sanitary Installations.

ICTAD Publication No. SCA/4/II

2nd

Edition ( Revised) –2001 October

3. Specifications for Water Supply & Sewerage and Storm Water Drainage works

ICTAD Publication No. SCA/3/2.

2nd

Edition ( Revised) –2002 April

4. Specification for Electrical and Mechanical Works associated with Building & Civil

Engineering -. ICTAD Publication No. SCA/8.

2nd

Edition ( Revised) –2000 August

PARTICULAR SPECIFICATIONS The Particular Specification shall be read in conjunction with the General Specification where

applicable. In the event the Particular Specification is in conflict with the General Specification, the

Particular Specification shall prevail.

Note:

In the specifications if any materials/fittings are described by using a trade name, it is only for

the purpose of indicating the minimum level of quality and standard required. The Bidder may

use any other material/fitting, which are considered as equivalent in quality and standard to

those specified therein subject to the approval of the “Engineer”.

1.0 GENERAL

This particular specification shall be read in conjunction with the standard ICTAD

Specification for building works. The standard ICTAD specification and the particular

specification shall be treated as complimentary documents. In case of any ambiguity or

discrepancy between the standard ICTAD Specification and this Particular Specification, the

Particular Specification shall prevail.

The “Officer-in-Charge” stated in the above mentioned ICTAD Specification shall be

“the Engineer” of State Engineering Corporation of Sri Lanka.

QUALITY OF MATERIALS & GENERAL STANDARD OF WORK

All materials used in the work, shall be the best quality of their respective kinds as

specified in this Particular Specification or in the standard ICTAD specifications, shall be

obtained from services and suppliers approved by the Engineer and shall comply strictly

with the test prescribed herein or in the standard ICTAD specification. When such

specifications or tests are not laid down in the said specifications, these shall comply with

the latest issue of the relevant British Standards or other Standards approved by the

Engineer.

Where trade names, brands and/or catalogue numbers are referred to, sole preference for

any manufacturer is not intended. Similar items may be used provided they are

equivalent and provided the characteristics of type, quality, appearance, finish, method of

construction and/or performance are not less than specified and provided also that the

approval is first obtained from the Engineer.

Unless otherwise stated, the cost of all tests required by this specification or the relevant

British or other approved Standards shall be deemed to be included in the contract sum

and rates.

Test Certificates covering all materials for which Certificates are required and are

supplied for the Works shall be submitted to the Engineer for approval.

No materials shall be used in the Works unless they have first been approved by the

Engineer.

No approval by the Engineer of materials inspected by him or acceptance by the Engineer

of Certificates of Tests in lieu of inspection shall vitiate the right of the Engineer to reject

after delivery to site or incorporation in the Works, material found to be unsuitable or not

in accordance with this specification.

Name of Manufacturers

Before ordering materials of any description, the Contractor shall submit, for the

approval of the Engineer the names of the makers or suppliers proposed, and shall

afterwards send to the Engineer, copies in duplicate of the orders given by the Contractor

for the materials.

TEMPORARY SERVICES

The Contractor shall provide and maintain temporary services necessary for the execution

of the Works under the Contract. The Contractor shall make applications and install such

services in accordance with the regulations and requirements of the relevant authorities.

The Contractor shall be responsible for all costs and charges in connection with the

installation, alteration, shifting, adapting use and maintenance of such services. On

completion of the Works, the Contractor shall disconnect such services, which are no

longer required by him and or the Employer and clear away all traces.

a. Power

The Contractor shall apply and pay for the required power and install temporary

electrical installation for the Works, Site Office, Engineer’s and Consultants

Offices, Stores, Labour Huts, Yards and Site lighting and testing for mechanical

and electrical services done by others.

A stand-by Generator, with adequate capacity, should be made available by the

Contractor at the site for use in an emergency and or during power failures. The

cost of supplying, installing running and maintaining of the stand-by generator

shall be borne by the Contractor.

b. Water

The Contractor shall apply and pay for the continuation of temporary water

supply connection to the site and construct storage tanks with adequate capacity,

together with the necessary internal temporary PVC distribution system including

an overhead tank at an adequate elevation, water pumps as may be required and

providing taps, valves, etc. in order to provide water for the Works, for drinking

purposes, and also for washing, bathing and sanitary facilities required by the

Contractor’s workmen, the Employer, the Engineer and the Consultant’s staff.

Water Bowsers with adequate capacity should be made available in order to bring

water to the site from outside and to pump into the storage tanks in an emergency

and/or during water cuts and all costs in connection therewith shall be borne by

the Contractor.

The Contractor shall construct a Tube Well without any additional cost to the

Employer in the premises subject to the following conditions:

1. The location shall be approved by the Engineer

2. The water obtained shall be tested by an Authority and

the Report is to be submitted to the Engineer.

c. Communication

The Contractor shall provide temporary telephone facilities to the Engineer’s

office.

The Contractor shall provide telephone, fax facilities and other communication

facilities to his site office as required by him.

The Contractor shall be responsible for applying for connections and paying all

charges for installation, rental, shifting and adapting same from time to time as

may be required, maintenance and the calls taken by him.

SAFETY MEASURES AND HEALTH

The Contractor shall provide and maintain the following safety measures in accordance

with the regulations and requirements stipulated by the relevant Statutory Authorities.

i. Safe working conditions

ii. Safe means of access and exit

iii. Safety systems for Plant, Machinery and Equipment

iv. Appropriate safety equipment required at the site and yards such as, Helmets,

Gum Boots, Masks, Welding Masks, Safety Belts, etc. to the workmen and others

engaged in the Works.

v. Safety nets, safety canopies, safety signs, handrails, guardrails, platforms and

other measures ensuring safety of workmen and others engaged in the Works.

vi. Training, instructions, information and supervision as may be required to enable

employees to avoid any potential dangers and hazards.

vii. All measures ensuring the health of workmen including satisfactory welfare

facilities, working conditions and environment.

Safety signs should be in the Sinhala, Tamil and English languages.

Services of a suitably qualified and experienced Safety Officer shall be available at the

site on a full time basis.

A comprehensive First Aid Box shall be made available at the Site Office by the

Contractor and he shall ensure that at least three of his staff are trained in first aid

measures.

A vehicle suitable for transporting injured workmen should be made available at the site

by the Contractor.

All costs in connection with safety and health shall be borne by the Contractor.

ACCESS TO SITE

The Contractor shall acquaint himself with the traffic flow on main roads leading to the

site and the restrictions imposed by the Authorities in respect of certain types of vehicles

permitted to use such roadways. The Contractor shall organize and plan movement of

materials and equipment to the site taking into consideration the factors effecting such

movements in order to minimize delays and disruptions to work caused by traffic

congestion, restriction, etc.

The Contractor shall be responsible for maintaining, keeping clean, repairing and

rectifying damaged roads, footpath and pavements.

If damages are caused to existing roadways due to the Contractor’s operations, they shall

be made good to the approval of the Engineer or the Authorities concerned. All costs in

connection therewith shall be borne by the Contractor.

SITE OFFICE AND FACILITIES TO ENGINEER

The Contractor shall provide Office accommodation and separate sanitary

accommodation as specified hereinafter for the use of the Engineer and the

Employer. Servicing and maintaining the above accommodation for the entire

duration of the Works shall be indicated in sufficient detail in the Tender submitted,

and the completed facilities shall be subject to the Engineer’s approval.

The office and sanitary accommodation shall be made ready for use within the

Contractor’s mobilization period.

Cost of alteration shifting offices and adopting same from time to time shall be borne by

the Contractor.

The spaces and facilities required for Engineer’s Office are as follows:

DESCRIPTION UNIT QTY

1. Allow for construction of an Engineer’s Office

having approved floor area of 40 m2

comprising of Office, meeting Room and

Toilet.

Toilet complete with LLWC, Wash basin, Item 1

Bidet sprayers, Bib Tap, Toilet Paper Holder.

2. Conference table and 5chairs Set 1

3. Office table and chairs Set 3

4. Computer table and chair Set 1

5. Visitors chairs Nr. 4

6. Drawers or racks with clips to keep

About 100 drawings Nr. 2

7. Filing cabinet – 4 drawers Nr. 1

8. Steel cupboard Nr. 1

9. Telephone direct line and Fax machine Nr. 1

10. Waste Paper Basket Nr. 2

11. Display Board Nr. 1

12. Magi Board Nr. 2

13. First Aid Box Nr. 1

14. Electric Kettle Nr. 1

15. Helmets Nr. 4

16. Gum Boots – Pairs Pairs 4

SITE SECURITY

The Contractor shall provide all necessary fencing, hoardings, watching and lighting for the

security of site and safeguarding the Works. The shelters, guard house and other facilities to be

provided for the watchmen to do their duty in an efficient manner. Altering shifting and adapting

same from time to time shall also be the responsibility of the Contractor. All costs in connection

with this shall be borne by the Contractor.

UNDERGROUND SERVICE LINES, ETC.

The Contractor shall obtain relevant information about the underground drainage lines,

telecommunication and electrical services lines, etc. from the relevant authorities.

However, it is the responsibility of the Contractor to examine, investigate and satisfy

himself as to the actual location and correct levels of the said existing service lines.

Neither the Employer nor the Engineer shall be responsible for the reliability and

acceptability of records and information obtained by the Contractor from the said

Authorities.

SITE NAME BOARD AND WARNING SIGNS

The Contractor shall prepare and erect a site name board and warning signs as designed

by the Engineer.

The warning signs shall be erected along both access roads as directed by the Engineer.

TEMPORARY WORKS

The Contractor shall submit to the Engineer details, particulars, drawings, etc. of all

temporary works necessary for the Works for latters information. The Engineer reserves

the right to call for technical justification of the Contractor’s proposals and to order any

necessary modifications. But the Contractor shall be solely responsible for the stability

and safety of all temporary works and for the quality of the permanent works resulting

from the Temporary Works eventually adopted.

INSPECTION OF SITE

Particular Attention

All the dimensions given in the drawings should be checked at the site by the Contractor

prior to commencing all work. In the event of any discrepancies, the Contractor shall

inform the Engineer and request instructions well in advance and prior to commencing

work.

PROGRAMMING OF THE WORKS

Master Programme and Records

The Contractor shall furnish in duplicate to the Engineer the Programme and particulars

called for in the General Conditions of Contract. The Programme shall be in the form of a

critical path network with explanatory notes, capable of being monitored and updated

continuously during the progress of the Contract. The Programme shall show inter-alia:

• the dates of possession and the completion named in the Appendix to the Conditions

of Contract.

• the dates as determined or proposed for procurement, delivery to site of materials,

commencement and completion of erection or installation of work in all trades, and

the labour force involved.

• the dates by which the Contractor requires information from the Engineer.

The critical path network, or other similar network, shall describe major plant allocations

and requirements, and major site operations.

• Each month throughout the construction period the Contractor shall submit to the

Engineer further copies of the Programme marked up to show the progress to date,

together with any revision of the Programmes. These shall be submitted one week

before the monthly site progress meetings.

• In the event of the Contractor failing to prepare and complete the Critical Path

Network and Works Programme as described above within four weeks of the award

of this Contract or such extended time as approved by the Engineer, The Engineer

will appoint a Programming Consultant of his choice to assist the Contractor in

preparing them and the Contractor will be obliged to settle all payments agreed

between the Contractor and the said Programming Consultant.

Daily Returns

The Contractor shall submit by 12 noon, on every working day the following daily

returns as may be required by the Engineer.

• A list of the labour employed on the previous day specifying the number employed in

each trade, including expatriate labour, (summary of labour and Plant required

weekly).

• Particulars of all materials and goods delivered off-site and on-site.

Monthly Progress Report

The Contractor shall submit to the Engineer not later than the 5

th of every month, a

Progress Report for the previous month which shall include the following items and

information:

• The marked Programme submitted at the previous Monthly Site Progress Meeting,

amended (if necessary) to indicate agreed revisions

• Weather conditions (daily rainfall, temperature, humidity, etc.)

• Summary of construction Plant on-site and off-site including dates of arrival and

departure of items.

• Summary of principal materials and manufacturers items placed on order and

delivered to the sites.

Construction Programme and Method of Working

The following shall be considered in preparing the Programme and Master Programme

and revisions there to mainly due to reasons of constrained location of site and security

requirements.

Inadequate storage facilities on site.

The eventual necessity of multi-shift working and/or working during week-ends or Public

holidays to overcome the above restraining circumstances.

Failure to consider the above implications, which are neither necessarily in the given

order of priority, nor to be considered as complete, shall not entitle the Contractor to

claim for additional time or extra costs whatsoever.

SECURITY REQUIREMENTS

The Contractor shall allow for ascertaining and complying with Police requirements, and

for all costs as necessary, incurred in connection therewith.

The Contractor shall also allow for requirements of the security departments of the

Employer.

LAND SURVEY AND SETTING OUT

The Contractor shall employ a Licensed Land Surveyor to define the building site works,

etc. and shall obtain a statement when the work has substantially begun, signed by the

Licensed Land Surveyor, certifying the correct setting out of the works in accordance

with the drawings, with such other additional new works. These statements shall be

progressively handed over to the Engineer.

Before establishing any levels, etc. for the new works, the Contractor shall check all the

documents with the Surveyor for any change of levels noted there on and/or any

tolerances that may be allowed particularly with regard to any calculated settlements to

the structure in relating to the linking up of one stage of the newly completed building

with the other. In this regard, the Contractor shall discuss with the Engineer any

pertinent points in relation to linking up of the structure, construction breaks, etc. before

commencing any portion of the work.

The Contractor shall arrange in concert with the Surveyor for the provisions of datum

levels on each floor, for the accurate setting out of works within the Contract.

The Contractor shall set out and check all column centers and floor levels and carry out

such other surveys as may be necessary to establish accurately the placing of formwork

and all other basic structural works and setting out in both vertical and horizontal plane.

All survey marks and pegs shall be clearly identifiable with accurate records kept on site

by the Contractor that must be related to “Bench Marks”. In this regard the Contractor

must maintain accurate survey instruments at the site at all times for any checking of

levels that the Engineer or his Representative may desire.

DRAWINGS OF TEMPORARY WORKS AND METHOD OF ERECTION

As early as possible after acceptance and in accordance with the approved Programme,

the Contractor shall furnish to the Engineer complete drawings of that part of the

temporary work and staging.

AS-BUILT DRAWINGS

Unless otherwise specified the Contractor shall deliver to the Engineer two sets of

transparent copies on polyester of the “As-Built” drawings, all on A0-size standard

sheets.

Drawings of the building site work such as, paving, fencing, drainage, electrical ducts,

water, sewerage system and all other services.

All drawings, documents and manuals shall be to a standard format. All drawings, shall

be to the A0 size unless otherwise approved by the Engineer.

The tender shall be deemed to include the cost of the preparation, supply and delivery of

all drawings, instruction manuals, transparent copies on polyester and information, and

copies thereof, which the Contractor is required to provide under the terms of the

Contract.

ANNOYANCE TO NEIGHBOURS

No work in any trade shall be carried out in such a manner as to cause any nuisance to

adjacent owners, tenants or the public.

2.0 EXCAVATION AND EARTHWORK

Reference shall also be made to BSP 2003 of 1959, in determining the type of Earthwork

supports to deep excavations such as, Basement Work (if any).

If existing sewer lines, water mains, power or telephone cables which are not indicated in

Drawings or other records obtained by the Contractor from relevant Authorities, are

encountered, the Contractor shall notify same to the Engineer. The Contractor shall also

furnish to the Engineer for his approval the Methods of protecting such service lines during

the construction works.

Any excess excavation below the depth specified shall be made good at the contractor’s

expense with “lean mix” concrete.

It is the responsibility of the Contractor to maintain proper and up to date daily records of all

such work duly approved by the Engineer.

All work in connection with protecting and maintaining the said service lines, cables etc.

shall be to the entire satisfaction of the relevant Authorities concerned. The Contractor shall

be solely responsible for any damages caused to such existing work.

Excavated rock boulders not exceeding 600 mm in any direction shall be treated as material

other than rock. The Contractor will not be entitled to claim additional payments for

excavating and removing same.

The excavated material not required to be used in the construction shall be disposed of as

directed by the Engineer.

3.0 CONCRETE WORK

Concrete

Concrete shall be a designed mix (designed by the Contractor) approved by the Engineer.

The various grades of concrete to be used in the works shall be as shown on the drawings

or as described in Bill of Quantities.

Grade 15 - Concrete in blinding layer (screed concrete)

Grade 30 - All reinforced concrete work unless otherwise specified.

Any other information which is indicated on the Drawings or Bill of Quantities, which

may be at variance with the above, shall be brought to the notice of the Engineer.

Minimum free fall of concrete should be limited to 1.5 m during the placement of

concrete. In the event Lift height is greater than 1.5 m Trimy pipe or similar arrangement

should be used. In any circumstances, casting of columns together with slab and beams

will not be allowed.

Workability

The concrete shall be of such consistency that it can be readily worked into the corners

and angles of the formwork and around reinforcement without segregation of the

materials or bleeding of free water at the surface. On striking the formwork the concrete

shall present a uniform face, free from honey combing, surface crazing or subsequent

excessive dusting.

The Contractor shall carry out a series of workability tests on samples obtained from the

batches of the trial mixes used for the preliminary test cubes. These tests shall be carried

in accordance with BS 1881.

No additives or admixtures ie. Material other than cement, aggregate or water shall be

added to the concrete without the written approval of the Engineer.

Testing Concrete Quality Control Engineer

The Contractor shall employ a competent and experienced concrete quality control

Engineer who shall be responsible for all concreting carried out for the work. He shall be

available in site at all times when concreting works are being carried out. The name,

together with details of training and experience shall be submitted to the Engineer for

approval before the concrete quality control engineer is appointed.

Testing Arrangements

Prior to the commencement of concreting, the Contractor shall submit for approval of the

Engineer details of his proposed arrangements for carrying out tests. The results of all

tests shall be communicated to the Engineer as soon as possible. The Engineer may

require to be present at any test.

Cost of Testing Unless specifically provided otherwise in this Contract the cost of all sampling and

testing and the employment of the above mentioned concrete quality control engineer

shall be deemed to be included in the Tender.

Slump Tests A slump test in accordance with BS 1881, shall be performed and recorded for each batch

of concrete mixed. The records shall show in which section of the work the concrete has

been placed.

Work Cube Tests

The cubes shall be prepared, cured, stored, transported and tested in compression in the

Laboratory and in accordance with the requirements of BS 1881.

Reports of all tests shall be supplied to the Engineer within 24 hours of the testing being

carried out.

During early stages of the work, or at other times as he may deem necessary, the

Engineer may instruct the Contractor to increase or decrease the frequency of testing.

Rate of sampling for Strength Testing

Foundations and Columns : 1 sample for each 10 M3 or 10 batches

whichever represents the lesser volume.

Beams, Slabs, Walls, Stairs : 1 sample for each 20 M3 or 20 batches

whichever represents the lesser volume.

At least one sample should be taken of each Grade of concrete on each day that concrete is

placed.

From each sample, 6 Test Cubes shall be made, using standard cast steel moulds.

3 Cubes shall be tested for compressive strength at 7 days and 3 Cubes at 28 days. Sampling,

Casting, Curing and Testing shall comply with BS 1881.

The Contractor is to provide a water bath of adequate volume and ensure sufficient stocks of

standard 150 mm cube moulds and slump cones on site, for regular and frequent testing.

The Contractor should carry out tests and submit the following graphical representation of results

to the Engineer, before using the retarded in the works:

a Initial set delay in “hours” at ambient temperature Vs dosage in ml/100kg

cement, the hours ranging from 1 to 8

and

b compressive strength in N/mm2 of 150 mm standard cubes Vs 3 days,

7 days,14 days and 28 days ages, one curve each for the dosage required

for 03hour retardation, 04 hour retardation and 5 hour retardation, respectively.

Testing shall be done in an approved Laboratory.

The casting, curing and testing of cubes should comply with BS 1881 (1970) and interpretation of

results for compliance should comply with BS 5328:Part 4 (1990).

Concrete Cores

If the concrete cube results fail to meet the specified requirements the Engineer may

instruct the Contractor to cut a minimum of four cores of 150 mm nominal diameter

from the hardened concrete affected.

Cores shall be available for inspection by the Engineer prior to preparation and testing

which shall be in accordance with BS 1881.

The Contractor shall provide a coring machine with a diamond bit of at least 150 mm

dia.and all further equipment required.

Trial Mixes

A set of 6 test cubes shall be taken from proposed trial mixes. Three shall be tested

at an age of 7 days and three at 28 days.

At each age of test, no cubes strength should fall below one and one third times (ie.1-1/3

times) the specified works test cube’s strength.

Before beginning the works the contractor shall submit to the Engineer for his approval

full details of these tests together with grading analysis and mix design calculations.

The Contractor shall not place any concrete on site until the Engineer has approved the

Mix Design.

The Engineer may require the Contractor to submit test results at regular intervals from

the concrete cast in the work. The Contractor shall allow for this in his Tender.

Limits of Acceptability

Acceptability

The concrete shall be deemed to be in accordance with the specified requirements if the

following conditions are met.

Work Cube Tests:

Compliance with the specified characteristic strength may be assumed if:

a the average strength determined from any group of four (4)

consecutive test cubes exceeds the specified characteristic

strength by not less than 0.5 times the current margin of

15 N/mm2.

b each individual test result is greater than 85% of the specified

characteristic strength.

Cement:

The cement content of any batch shall be within ±5% of the approved cement content for

the particular grade of concrete.

Workability:

The slump for each batch of concrete shall be within either 25 mm or ¼ of the required

value whichever is greater. The required value for each Grade shall be agreed on the

basis of the trial mixes/type of construction.

Water / Cement Ratio:

The water / cement value of any batch of concrete shall be within –5% of the value

approved for the particular Grade of concrete.

Failure to Comply

If any concrete fails to comply with the requirements of Para3.4.1 above, the Engineer

may order additional testing as he deems necessary and/or may condemn such concrete

and order it to be broken out and made good as directed.

Mixing of Concrete Ready-mix Concrete from a Central Mixing Plant is only permitted. All the details of the Mixing

Plant and relevant Test Results should be submitted to the Engineer for approval.

The Contractor will maintain on site a cellular telephone link between site and the Concrete

Mixing Plant and record times of Truck Mixer leaving Plant, arriving at site and the Truck Mixer

number. Copies of all records are to be delivered to the Engineer’s Representative daily or more

frequently, if requested.

Prior approved of engineer should be obtained for use of site mix concrete.

Placing of Concrete At least 24 hours before the Contractor proposes to place concrete in any section of the works, he

shall notify the Engineer as to his proposed time of commencing. When the Contractor has

completed all preparatory work such as surface preparation, form work, reinforcement, built-in

parts etc. he shall request the Engineer for written approval to commence concreting at a

particular time not less than 3 hours after until all preliminary work has been checked and written

approval given by the Engineer.

Curing Concrete Concrete shall be protected against harmful effects of weather, running water and drying

out by one of the following methods appropriated to the particular situation.

A liquid curing compound shall be applied to the concrete surface by a low pressure

spray until a continuous visible covering is achieved.

The concrete surface shall be covered with hessian, sacking, canvas or other absorbent

material agreed by the Architect.

The concrete surface shall be covered with polyethylene sheets; concrete surfaces which

have become dry shall be thoroughly wetted before the sheeting is placed.

The minimum curing period shall be seven (07) days.

Co-ordination Drawings

Contractor shall be responsible to prepare and submit to the Engineer for approval

following documents at least six weeks before the commencement of the work.

a Co-ordination drawings.

b Shop Drawings (for form work, masonry work including the

stiffener column/beam arrangements, roof steel work).

c Bar bending schedules.

d Construction drawings for all temporary works (including

shoring/cut-off wall construction, dewatering system, etc.)

e Drawings for pouring patterns, casting sequence construction

joints.

Formwork

Construction of Formwork

The Contractor shall be totally responsible for designing the Formwork and supporting

props required to construct the structure in accordance with the Contract.

The Contractor shall submit detailed calculations and drawings of the proposed

Formwork system to the Engineer for his approval well in advance of the actual

commencement of the work at site.

The Formwork shall be of sufficient strength and stability to safely support the wet

concrete and any incidental loads which may be applied to the concrete surface before it

has attained sufficient strength to enable it to safely carry such loads unsupported.

The maximum elastic deflection of any Formwork component shall not exceed 1/500th of

its span.

The Formwork shall be constructed with sufficient camber to ensure that the finished

soffits and top surfaces are plain and true.

The Contractor shall ensure that those part of the structure supporting Formwork for

other parts have attained sufficient strength to carry the loads thus imposed without

causing structural distress and any elastic deflection greater than 1/300th of the minimum

span of such a part.

In all water tight walls, Formwork ties shall be left embedded and shall consist of steel

pins with steel discs welded all round (watertight) to them. The disc shall be located

centrally in the wall.

Classes of Finish

All concrete surfaces of Soffit of slabs and beams in the superstructure should be plastered

Soffit Formwork

The final top surface level of the slab should be correct to a tolerance of +3mm in 3m.

Column Formwork

Plan dimension tolerance permitted is +3 mm for 350 and 600 columns. Deviation in verticality

of column should be within +10 mm in a storey height.

Deflection Limit

Deflection should be limited to under 1/270 of the span.

Striking of Formwork`

Minimum period before striking Formwork.

Vertical Formwork to columns, walls and large beams 03 days

Soffit Formwork to slabs 04 days

Props to slabs 10 days

Soffit Formwork to beams 08 days

Props to beams 21 days

Care should be exercised to avoid damage to the concrete, especially to arises and features.

Location of Joints

Location and design of construction joints, if not shown shall be proposed for the Engineer’s

approval. The use of construction joints shall be kept to a minimum.

Removal of Formwork

The approval of the Engineer shall be required before the removal of any Formwork.

Before soffit forms or supports are removed, the concrete shall be exposed by removal of

side forms, or as otherwise required by the Engineer, for the purpose of verifying that

concrete is sufficiently hardened.

Reinforcing steel

Reinforcement bars should comply with specifications in BS 4449:1988 and mesh reinforcement

with BS 4483:1985. Steel reinforcing bars considered in the design are highly yield strength bars

for diameters 10, 12, 16, 20, 25, 32 the characteristic strength should be 460 N/mm″.

Detailing is prepared on the assumption of the use of 12 m bar lengths.

6mm diameter bars shown in reinforcement details are mild steel (fy = 250 N/ mm″).

Reinforcement bending schedules shall be prepared and produced for Engineer’s approval by the

Contractor. Bending and fixing of bars shall start only after the Contractor has convinced himself

that no changes will be made to the concrete structure.

Mill certificates of composition and strengths of steel and certificates of strength tests on samples

of steel purchased for use on this project and tested in an independent approved local Laboratory

should be furnished.

Spacer for achieving cover to reinforcement

Specified concrete cover to reinforcement bars should be provided using cover blocks. Chairs

should be used to support top horizontal reinforcement and to separate vertical reinforcement in

walls.

4.0 BRICK WORK

Bricks used in this construction shall be moulded burnt clay bricks conforming to Type II

Grade II.

One brick thick walls shall be laid in English Bond and set in 1:6 cement sand mortar one

brick thick wall in contact with ground shall be built in 1:5 cement sand mortar.

The Contractor shall furnish to the Engineer for his approval samples of clay bricks prior

to the delivery of bricks to the site. Bricks used in the construction shall conform to the

approved Standard.

Chasing in Brick Work should be carried out by an experienced mason. Chasing to pipes

exceeding 25 mm shall be carried out only after the written approval of Engineer.

Put log scaffold shall not be used in wall construction, plastering etc.

All Brick Work will be plastered with cement sand mortar, hence bed joints in Brick

Work shall be tooled to form key to plaster work. The faces of the finished brick work

shall be even, and shall not have staggered courses of Brick Work.

Ensure that the maximum finished thickness of plaster does not exceed 20 mm.

Anchoring / Pinning

General

Block work, abutting R.C. structures or M.S. structures shall be anchored to them by

means of galvanized M.S. rod anchors dia. 4 mm or M.S. strip anchors 2 x 20 x 300 laid

at approx. 600 C/C.

Perimeter block/brick walls shall be well anchored to the slabs/structures on which they

are to be erected, in a manner as outlined in above.

Pinning and Wedging

Tops of block/brick walls below non-deflecting structures shall be anchored to all soffits

by means of galvanized m.s. rod anchors, as shown on the drawings and as described in

above.

At deflecting structure, movement shall be assured by means of 30 minutes fire rated

compressible filler 20 thick, as shown on the drawings. Block and brick work should be

anchored to the deflecting structure by means of stainless steel anchors which can

transfer the lateral loads applying on block/brick work while allowing the vertical

deflection of the structure.

Reinforcement of Block / Brick Walls

General

Block / Brick walls, whether solid or hollow, shall, when greater than approx. 12 m″ in

one area and when unsupported laterally by block/brick walls, concrete walls or columns,

be provided with a reinforcing system of R.C. columns and tie beams of a section of 200

by a thickness, depending on the relevant wall thickness.

Where used, expanded metal reinforcement shall be totally embedded in the mortar joints

and kept back 10 mm from both faces.

Columns and Tie-Beams

R.C. columns shall be formed flush with the faces of the block work / brick work and

reinforced with vertical rebars dia.10 mm lapping with starter bars/anchors, tied into the

concrete structure.

RC Tie-Beams shall be formed flush with the faces of the block work/brick work and

reinforced with rebars dia.10mm tied into the columns mentioned in above and anchored

to surrounding R.C. Structures.

Block work/brick work shall be fixed into columns and Tie-Beams with anchors as

specified in above. This applies to any method which will be used to work up block

walls.

Reinforcement of columns and Tie-Beams shall be reinforcement bars lapping with

spacer bars cast into the R.C. structures. Block/brick shall be fixed with anchors to such

columns. The surface of the joints (between concrete and block work/brick work) shall

be sealed with flexible sealant of appropriate colour as approved by the Engineer.

If block/brick walls are longer than 6000, then regardless of height, expansion joints shall

be introduced, composed of polystyrene packing, 10 thick and sealed as illustrated in

drawing with the block work/brick work connected with m.s. anchors specified in above

between every 3rd

course (approx. 600 c/c).

The plaster work at expansion joints should be filled with a flexible sealant. If the

surface is faced with granite or tiles then the joints should be as illustrated in drawing and

the sealant should be of a matching colour approved by the Engineer.

5.0 WATER PROOFING

SPECIFICATION “ A ” 2 coat, single layer application

(Water Proofing for Balcony/ Dry Toilets/ Concrete Gutter/ Vertical surfaces & pipe

penetrations in other waterproofing applications as required)

(2 part cementitious)

1.0 Scope of Work

Waterproofing shall be carried out in specified area of the concrete floor

slab and up to 300 mm above the finished floor level on thinly plastered

masonry/concrete walls. In shower areas, application should be continued up

to 2.1m height.

2.0 Material

2.1 The material used shall be a 2-part polymer or acrylic-modified cementitious

waterproofing slurry (Masterseal 555 S, Deepseal 201, K11 Flex, or

equivalent approved) to a minimum of 1.5mm thickness with adequate

flexibility and sound bond properties. (2coat, single layer application)

2.2 Tensile Strength shall be greater than 1.5 N/ mm2

2.3 Adhesive Strength shall be greater than 1.0 N/mm2

2.4 If so instructed, Contractor should furnish Test Reports from an Independent

Body for Technical Data given in Manufacturer’s printed documents.

2.5 1.0 mm thick sample of the proposed material should be submitted along with

the Tender.

3.0 Execution

3.1 Surface Preparation

3.1.1 Apply the water proofing slurry under shaded shelter to prevent rapid drying

of the coating.

3.1.2 Treat all cracks and joints by “V” grooving, filling with non-shrink/repair

grouts, and top finish with glass wool reinforcing fabric.

3.1.3 Wash and clean the floor slab thoroughly to be free of dirt, loose mortar

particles, paints, films etc.

3.1.4 Provide 20 mm X 20 mm, 450 angle fillet with cement/sand (1:3) mortar at

wall/ slab floor joints & at wall/wall joints in shower areas.

3.1.5 Waterproof interface at any pipe penetration through waterproofing surface

after reinforcing according to manufacturer’s specification Apply all materials

under the direction of the Supplier/ Manufacturer’s representative and conforming

to the Manufacture’s printed literature.

3.1.6 Waterproof Gully area after reinforcing according to manufacturer’s

specification.

3.1.7 Sprinkle water in between coatings, and before application of first coat to

make surface wet and damp, but without standing water or shiny wet

surface.

3.2 Application

3.2.1 Apply all materials under the direction of the Supplier/ Manufacturer’s

representative and conforming to the Manufacture’s printed literature.

3.2.2 Apply 1st coat by brush in one direction at wet film thickness as

recommended, on floor & walls up to 300mm height / 2100mm height.

Allow to dry minimum 3 hours.

3.2.3 Lay glass wool reinforcing fabric strip at corners, (wall-slab & wall-wall

corners in shower areas). Allow to dry as recommended.

3.2.4 Apply 2nd

coat by brush in the other direction at wet film thickness as

recommended, on floor & wall as described above. Allow to cure for 2

days.

3.2.5 Carry out water test by ponding the relevant area with water for at least 3

days. If any leaks are observed the application of the membrane shall be

repeated.

3.2.6 If no leak or dampness is observed in the floor slab, floor tiling or other

finish should follow as soon as possible thereafter, taking care not to

disturb or damage the membrane in any way.

4.0 Certificate & Guarantee

The contractor shall submit prior to acceptance of the work, written

certificate stating that all materials and workmanship in connection with

specified work have been furnished and installed in complete conformance

with these specifications, and with the approved manufacturer’s

requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist waterproofing

materials furnish a guarantee to the Employer valid for a period of 10 years after handing over of

the works, against dampness and/or moisture penetration through treated surfaces due to

defective material and/or defective workmanship.

The guarantee shall provide not only the materials necessary to remedy a problem but also the

labor and equipment to apply the material.

SPECIFICATION “ AA ” 4 coat, two layer application

(Water Proofing for Toilets)

(2 part cementitious)

1.0 Scope of Work

Waterproofing shall be carried out in specified area of the concrete floor slab and

up to 300 mm above the finished floor level on thinly plastered masonry/concrete

walls. In shower areas, application should be continued up to 2.1m height.

2.0 Material

2.1 The material used shall be a 2-part polymer or acrylic-modified cementitious

waterproofing slurry (Masterseal 555 S, Deepseal 201, K11 Flex, or equivalent

approved) to a minimum of 1.5mm thickness with adequate flexibility and sound

bond properties. (4 coat, two layer application)

2.4 Tensile Strength shall be greater than 1.5 N/ mm2

2.5 Adhesive Strength shall be greater than 1.0 N/mm2

2.4 If so instructed, Contractor should furnish Test Reports from an Independent Body

for Technical Data given in Manufacturer’s printed documents.

2.5 1.0 mm thick sample of the proposed material should be submitted along with the

Tender.

3.0 Execution

3.1 Where Applied

3.1.1 - 1st layer: on structural slab or on concrete fill as shown in drawing.

3.1.2 - 2nd

layer: on tile bed/protective screed.

3.2 Surface Preparation

3.2.1 Apply the water proofing slurry under shaded shelter to prevent rapid drying of the

coating.

3.2.2 Treat all cracks and joints by “V” grooving, filling with non-shrink/repair grouts,

and top finish with glass wool reinforcing fabric.

3.2.3 Wash and clean the floor slab thoroughly to be free of dirt, loose mortar particles,

paints, films etc.

3.2.4 Provide 20 mm X 20 mm, 450 angle fillet with cement/sand (1:3) mortar at wall/ slab

floor joints & at wall/wall joints in shower areas.

3.2.5 Waterproof interface at any pipe penetration through waterproofing surface after

reinforcing according to manufacturer’s specification.

3.2.6 Waterproof Gully area after reinforcing according to manufacturer’s specification.

3.2.7 Sprinkle water in between coatings, and before application of first coat

to make surface wet and damp, but without standing water or shiny wet

surface.

3.3 Application

3.3.1 Apply all materials under the direction of the Supplier/ Manufacturer’s

representative and conforming to the Manufacture’s printed literature.

3.3.2 Apply 1st coat by brush in one direction at wet film thickness as

recommended, on floor & walls up to 300mm height / 2100mm height.

Allow to dry minimum 3 hours.

3.3.3 Lay glass wool reinforcing fabric strip at corners, (wall-slab & wall-wall

corners in shower areas). Allow to dry as recommended.

3.3.4 Apply 2nd

coat by brush in the other direction at wet film thickness as

recommended, on floor & wall as described above. Allow to cure for 2

days.

3.3.5 Carryout water test by ponding the relevant area with water for at least 3

days. If any leaks are observed, the application of the membrane shall be

repeated.

3.3.6 If no leak or dampness is observed in the floor slab, as soon as possible,

carryout tile bedding or protective screed (to be priced separately) taking

care not to disturb or damage the membrane in any way.

3.3.7 Carryout the second layer application by following steps 3.2.2, 3.2.3, and

3.2.4.

Immediately thereafter tiling should be done (to be priced separately)

taking care not to disturb or damage the membrane in any way.

4.0 Certificate & Guarantee

The contractor shall submit prior to acceptance of the work, written

certificate stating that all materials and workmanship in connection with

specified work have been furnished and installed in complete conformance

with these specifications, and with the approved manufacturer’s

requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist waterproofing materials furnish a guarantee to the Employer valid for a period of 10 years after handing over of the works, against dampness and/or moisture penetration through treated surfaces due to defective material and/or defective workmanship.

The guarantee shall provide not only the materials necessary to remedy a

problem but also the labor and equipment to apply the material.

SPECIFICATION “ B ”

(Water Proofing for Concrete Roof Slab/ Terraces)

(membrane type)

1.0 Scope of Work

Waterproofing shall be carried out in specified area of the concrete roof slabs/

terraces and up to 350mm (minimum) above the finished floor level on

concrete/thinly plastered masonry walls. Work includes cutting of grooves, supply

& fixing aluminium strips to vertical faces with stainless steel screws etc.

2.0 Surface Preparation and Description of Work

2.1 The concrete surfaces on which the waterproofing application is made shall be laid

to the given grade, even and free of localized depressions or humps. It shall also

be thoroughly cleaned to be free of dust, dirt, debris, oil or grease.

2.2 Any walls which rise above the roof slab shall be thinly plastered smooth to receive

the waterproofing membrane as detailed.

2.3 Provide 40mm X 40mm angle fillet with cement/sand (1:3) mortar as per

drawing/ manufacture’s literature.

3.0 Materials

The waterproofing system should consist of the following and should be subjected

to the approval of the Engineer.

3.1 A prefabricated multi-layer sandwich type membrane conforming to the

following specifications.

(i) Have a minimum nominal thickness of 4mm or as shown in drawings for torch

applied membranes and a minimum nominal thickness of 3mm or as shown in

drawings for self adhesive membranes.

(ii) Shall consist of a minimum of 2 layers of polymeric bitumen having a softening

temperature not less than 100 C as per ASTM D 36 and penetration at 25 0 C not

less than 20mm as per ASTM D-5.

(iii) Shall consist of a polyester-reinforcing mat of minimum weight 140 g/m2.

(iv) Shall consist of flammable polyethylene films on either side for torch applied

membranes and in the cast of self adhesive membranes, release paper on one side

and polyethylene/ polypropylene film on the other.

(v) Tensile strength as per ASTM D-146. Longitudinal & transverse directions.

(vi) Elongation as per ASTM-146. Longitudinal & transverse directions 40 %

minimum.

(vii) Impermeable to water vapors as per ASTM E96.

(viii) Resistance to Aging due to U-V Radiation to ASTM G 53 should show no signs of

deterioration after test.

(ix) Water absorption to ASTM D-570 not greater than 0.15%.

(x) Flexibility at low temperature to ASTM D 146-0C.

(xi) Suitable for application at ambient temperatures between 15 C to 40 C.

(xii) Puncture resistance as per ASTM D 1004.

(xiii) Tear resistance as per ASTM D 1004 Longitudinal & transverse directions 70 N

minimum.

The contractor shall with his tender furnish the details of the waterproofing

membrane he proposes to use together with the relevant literature.

4.0 Procedure for Laying

4.1 Typical details as given in the sketch details attached are suggested to be adopted.

The Contractor shall with his tender furnish the details he proposes to adopt.

4.2 The laying procedure and over laps etc. prescribed by the waterproofing membrane

manufacture shall be followed subject to the approval of the Engineer.

5.0 Certificate & Guarantee

The contractor shall submit prior to acceptance of the work, written certificate

stating that all materials and workmanship in connection with specified work have been

furnished and installed in complete conformance with these specifications, and with the

approved manufacturer’s requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist

waterproofing materials furnish a guarantee to the Employer valid for a period of

10 years after handing over of

the works, against dampness and/or moisture penetration through treated surfaces due to

defective material and/or defective workmanship.

The guarantee shall provide not only the materials necessary to remedy a problem

but also the labor and equipment to apply the material.

Specification “ D ”

(WaterProofing for Water Sump/ concrete wall (internally)

(crystalline type)

1.1 Scope of Work

Waterproofing shall be carried out in specified areas of the concrete surfaces.

1.2 Surface Preparation

• General - All surfaces shall be examined for from tie holes and defects such as

honeycombing, rock, pockets, cracks etc. These areas shall be repaired in

accordance with the specifications and the manufacturer’s recommendations.

• Concrete finish - Concrete shall have an open capillary system to provide tooth

and suction and shall be clean, free from scale, excess form oil, laitance, curing

compounds and any other foreign matter. Smooth surface or surface covered with

excess form oil, other contaminants shall be washed, or water blasted as required

to provide a clean absorbent surface. Horizontal surfaces shall not be trowel led or

power troweled, and shall be left with a rough float finish. Vertical surfaces may

have a sacked finish. Comply with manufacturer’s specification with requirement

pertaining to minimum “age” of concrete deck surface scheduled to receive

waterproofing.

• Surface Moisture - Waterproofing shall be applied to properly cured concrete,

which has been thoroughly moistened with clean water prior to application. Free

water shall be removed prior to application.

1.3 Material

Material used shall be a cementitious coating containing catalytic chemicals which

migrate into the concrete using moisture and the-hydrated cement in the concrete as

migrating medium which cause the moisture and the un-hydrated cement in the concrete

to react causing the growth of non-soluble crystals of dendritic fibers in the voids and

capillary tracks of the concrete that allow passage of water, thereby rendering the

concrete itself waterproof.

1.4 Application

• General - Apply all material under the direction of the Manufacturer’s

representative.

• Construction joints and surface defects - Comply with waterproofing material

manufacturer’s printed directions in the preparation and treatment of construction

joint and surface defects.

• Surface Application - After all repair, patching and sealing strip placement has

prepared in accordance with manufacturers recommendations and approved by

manufacturers representative, treat concrete surfaces with first coat slurry mix of

crystalline waterproofing compound.

• Brushing - Use a short bristle brush to work the slurry well into the concrete

filling all hairline cracks and surface pores.

• Second Coat - Apply second coat while first coat is still “green” but after it has

reached an initial set, all as recommended by the waterproofing material

manufacturer.

1.5 Curing

• Curing shall begin as soon as the waterproofing materials have set up sufficiently

so as not be damaged by a fine spray. Treated surfaces shall be fog sprayed three

times a day for a two-day period. Allow material to set minimum 12 days before

filling the structure with water (in the case of water sumps).

• Protect treated surfaces from damage-due to wind, sun, rain and temperatures

below 35 degrees F for a period of 48 hours after application. Arrange protections

to permit proper curing conditions for waterproofing materials.

1.6 Testing

The waterproofed areas shall be provided and filled with water & kept for 3days to check

any seepage of water or dampness.

1.7 Protective screed

After the testing of waterproofing, (1:3) cement,& sand shall be done as soon as possible,

thereafter taking care not to disturb or damage the membrane in any way. For the areas to

be ceramic floor, tiling shall immediately follow the waterproofing treatment & testing

using this cement-sand screed as the backing. Other areas shall be finished smooth with

neat cement.

1.8 Certificate & Warranty

The contractor shall submit prior to acceptance of the work, written certificate stating that

all materials and workmanship in connection with specified work have been furnished

and installed in complete conformance with these specifications, and with the approved

manufacturer’s requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist

waterproofing materials furnish a warranty to the Employer valid for a period of 10

years after handing over of the works, against dampness and/or moisture penetration

through treated surfaces due to defective material and/or defective workmanship.

The warranty shall provide not only the materials necessary to remedy a problem but

also the labor and equipment to apply the material.

Specification “ E ” [WaterProofing for Retaining Walls/ Sump(externally)/ Lift Pit (externally)]

(bituminousapplication type)

1.0 Scope of Work

Waterproofing shall be carried out in specified areas of the concrete surfaces or plastered

masonry walls.

2.0 Surface Preparation

The surfaces on which the waterproofing application is made shall be laid

2.1 To the given grade/ slope, even and free of localized depressions or humps. It

shall also be thoroughly cleaned to be free of dust, dirt, debris, oil or grease.

2.2 Provide 40mm X 40mm angle fillet with cement/sand (1:3) mortar as

per drawing/ manufacture’s literature.

3.0 Material

Material used shall be joint less bituminous waterproofing compoun (Aqua shield BX or

equivalent approved)

4.0 Application

• General - Apply all material under the direction of the Manufacturer’s

representative and conforming to the Manufacture’s printed literature.

• Apply 1st coat by brush in one direction.

• Apply 2nd

coat by brush in the other direction.

5.0 Curing

Curing shall begin as soon as the waterproofing materials have set up sufficiently so as

not be damaged by a fine spray. Treated surfaces shall be fog sprayed three times a day

for a two-day period. Allow material to set minimum 12 days before filling the structure

with water (in the case of water sumps).

Protect treated surfaces from damage-due to wind, sun, rain and temperatures below 35

degrees F for a period of 48 hours after application.

6.0 Certificate & Warranty

The contractor shall submit prior to acceptance of the work, written certificate stating that

all materials and workmanship in connection with specified work have been furnished

and installed in complete conformance with these specifications, and with the approved

manufacturer’s requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist

waterproofing materials furnish a warranty to the Employer valid for a period of 10

years after handing over of the works, against dampness and/or moisture penetration

through treated surfaces due to defective material and/or defective workmanship.

The warranty shall provide not only the materials necessary to remedy a problem but

also the labor and equipment to apply the material.

6.0 STRUCTURAL METAL WORK

Mild steel work

• All Structural mild steel work and components, whether used internally or

externally shall be hot-dip galvanized to BS 729:1971.

• All minor damages to hot dip galvanized of steel work shall be repaired without

delay with zinc-rich spray paint, in accordance with BS 4652:1971. Damages

deemed by the Engineer to be more than acceptable “minor damage” will result in

the rejection of the component involved.

• Contractor should be submitted Certification of Hot dip galvanizing from the

relevant specialized sub contactor.

• All GI pipes to be painted with one coat of GI adhesion promoter and apply two

coats Zinc phosphate primer and one coat of black matt enamal paint. Brush and

roller application is suitable for small areas only; otherwise the primer must be

sprayed

Stainless Steel

• All stainless steel for external applications subject to a yield strength

requirement described in above, shall be type 316S16 (18% chromium/10%

nickel formed, flat rolled plate, sheet and strip to BS 1449:Part 2:1983, and

shall agree with the requirements of BS 970:Part 1:1983.

• For internal application type 316S16 (18% chromium/10% nickel alloy) may be

considered as an alternative to the Engineer’s discretion.

• All bolted or screwed fixings to be of stainless steel, or if of other metals to be

fully isolated from the stainless steel by use of nylon or neoprene washers, sheet,

etc.

Welding

• Where stainless steels are welded, this is to be done using chromium-nickel

austenitic or other compatible electrodes for manual metal arc welding to BS

2926:1984. All relevant requirement of Art.5.4 apply to this paragraph.

• Care is to be taken to avoid distortion during welding or damage to or dis-

colouration of surrounding finished surfaces.

• All welds are to be carefully ground and polished as required to blend the weld in

with the surrounding metal.

7.0 WOOD WORK

• General • The quality and properties of building timber shall conform to SLS 263 (1974).

• Timber used shall be of imported CCB pressure treated timber unless specified

otherwise.

• Certificate for the CCB treatment shall be furnished by the Contractor to the

Engineer

• Where a choice of more than one species is allowed only one variety shall be used

for any particular class of work. • All timber sizes indicated in the description shall be nominal sizes.

• All timber shall be kiln seasoned to a moisture content of 12% and shall be free of

all defects such as end splits, surface cracks, warping, seasoning of timber shall

conform to CS (SLS)159. Where specified, timber shall be preservative treated by

application of two coats of approved wood preservation to naturally durable timber

specimen specified.

• If imported timber is used, a Certificate from the exporter giving particulars of

preservative treatment, seasoning, etc. shall be furnished by the Contractor to the

Engineer.

• All timber surfaces in direct contact with masonry or concrete work shall be coated

with an approved fungi resistant water-proof paint or primer.

• The Contractor shall furnish samples of all types of timber used in construction and

also finished sections showing grooves, rebates, splays, etc. indicated in drawings or

as required by the Engineer.

• Timber used shall be sawn square and free from sap, shakes, cracks and edges. It

shall be free from decay and insect attack.

Carpentry The following species of timber shall be used.

Roof Timber & Timber Brackets

Thulan or Balau

Ceiling Timber

Lunumidella for exposed ceiling

Trated Mahogani for facia above the stage front edge

Joinery The following species of timber shall be used.

Sashes Local Teak

Frame work

Local Teak

Stage / wall

Trated Mahogani for top surface and front surface of the stage

Treated Mahogani for Skirting of stage and wall paneling area

Wall paneling

Unless otherwise specified in the respective Trades/Sections, the timber for all trades

shall be as specified in Wood Work section.

Ironmongery Quality

All Ironmongery must be obtained from a approved manufacturer.

All Ironmongery shall be heavy duty and commercial type.

The Contractor shall submit with his bid, sufficient information in the form of catalogues,

drawings, and/or illustrations to indicate fully the ironmongery items he intends to use,

for approval by the Engineer. Engineer’s written approval shall be obtained before firm

orders are made by the Contractor.

Samples of each type of lock, door closer, handle, hinges and all other ironmongery items

required for the works shall be submitted as soon as practicable after commencement of

the works, to the Engineer for approval.

Installation and Handing-Over

All ironmongery shall be installed and fitted according to the printed instructions of the

manufacturer.

Before the start of painting works all locks, handles, etc. shall be carefully removed,

numbered and stored, and replaced before handing-over.

Ironmongery which cannot be removed shall be covered with a linen tape for protection

against damage and paint splashes. This tape shall be removed at handing over and the

ironmongery cleaned.

Locks and Keys

Locks for double doors shall have rebated fore ends to match.

Each lock shall be provided with 3 Nos. best quality brass keys wire together and each

clearly labeled with a laminated plastic or brass identification plate with the door number

or name engraved on it.

Schedule of Locks

The Contractor shall prepare and submit to the Employer a schedule of locks which shall

indicate position, type and designation of all locks, doors, etc. keys and key cabinets.

Hinges and Pivots

All hinges shall be best quality Brass fixed to sashes and frame with matching screws

supplied by the manufacturer of hinges.

Number of hinges per door shall be as shown in details. The following may be taken as a

guide. In case of discrepancies between the following guidelines and the information

furnished in drawings, instructions given by the Engineer shall prevail.

Doors lighter than 30 kg to have a minimum of 2 Nr. Butt Hinges 102 long, unless fitted

with a door closer, in which case 3 Nr. Butt Hinges shall be fitted.

Doors between 30 and 50 kg to have minimum of 3 Nr. Butt Hinges 102 long.

Doors heavier than 50 kg to have 4 Nr. Butt Hinges at least 102 long.

Top of upper hinges approx. 125 mm from top of door, underside of lowest hinge

approx.250 mm from bottom of door, central hinge(s) on fire doors to be equally spaced

between top and bottom hinges. On non-fire doors the third hinge is to be placed

immediately below the upper hinge, on non fire doors requiring 4 hinges, the fourth hinge

shall be placed centrally between the lower and the third hinge.

9.0 HIGH PRESSURE LAMINATED PARTITION SYSTEM

• Intermediate panel, pilaster & door – The intermediate panel is one continued

panel without any joints. All intermediate panels, pilasters and doors shall be

12mm thick with edges chamfered. The solid compact laminate (Phenolic Core

Board or equivalent) is based on thermosetting resins, homogeneously

reinforced with cellulosefibres. Top surface on both sides is melamine coated

which is scratch and impact resistant.

• Hardware and fixing – All pilasters are to be supported by adjustable foot and

non corrosive inserts. Top rail and wall fixing with an exterior polyamide

coating guarantees resistance to breakage, heat humidity and chemicals. The

base of the adjustable foot will be anchored to the floor with a clearance height

of 100-150mm. U Channel will be used for the fixing of intermediate panels to

the wall. Hinges :- Self closing

Accessories – Each toilet compartment shall be equipped with;

Heat & Bacteria resistant Polyamide Privacy Thumb turn.

Extruded Anodized for Epoxy Coated U-Channel

Heat & Bacteria Resistant Polyamide Door Knob.

Heat & Bacteria Resistant Polyamide Coat Hook.

Hinges with Heat & Bacteria Resistant Polyamide Cover.

Heat & Bacteria Resistant Polyamide Top Profile.

Heat & Bacteria Resistant Polyamide Adjustable leg.

Heat & Bacteria Resistant Polyamide Door stopper lining.

Colour of the accessories will be black

MINERAL FIBRE BOARD CEILING • The 15mm thick mineral fibre (square edge) ceiling tiles are to be suspended

using ”T” bars grid system at 600x600mmcentres. The main “T” bars are of

25mm width 38mm height. The cross bars of 25mm width and 32mm height.

The “T” bars system to be manufacture of hot dip galvanized steel. The edge

angle also to be hot dip galvanized steel of size of size 19x24mm.

• The suspension system to be hung from the roof structure along using

adjustable clips and 4mm diameter galvanized hanger rods at 1.2m intervals.

• The frame work should be installed level with no distortion of the suspension

system and to the entire satisfaction of consultant engineers.

• Ceiling system shall be capable of accommodating lighting diffuser panels,

loudspeakers and ventilation (A/C) outlets. Additional framing required for

such products shall be provided where required.

• Panels shall be easily removed for access to services.

• The ceiling panels shall be made out of humidity resistant and non

combustible mineral fiber and shall delivers acoustical performance that

achieves Noise Reduction Coefficient (NRC) of 0.55 and above.

• Ceiling panels shall be manufactured by a reputed company and manufacture

shall offer a minimum 10 years guarantee against visible sag for condition of

humidity up to 90% and 40o C.

FIRE DOORS

GENERALLY

All fire doors to be made to comply with BS 476 and come with a fire and insulation

rating of 120 minutes. The complete unit shall include the door jamb. The door to be

made of electro galvanized steel and coated to colour and finish specified by Consultant

Architect. The top coating to have baked paint or powder coated finishes. The door shall

be suitably insulated to enable non transfer of heat to opposite surface. All gasket

material to be heat resistant. No plastic fittings will be allowed in the construction.

View panels to comply with the BS standard or as detailed in the drawing elevation. The

view panel to use two layers of 6mm thick Georgian Polished Wired glass.

Fire doors to come with stainless steel hinges and panic bolt.

Fire resistance doors should have the capability of resisting the fire for hot less than 1

hour. The passage of flames and providing insulation as defined is under the prescribed

conditions of test appropriate to such construction in accordance with the current BS 476.

Fire door key

Key

FD60 A fire door with 60 units integrity and 60 minute insulation preparation

and complete with in tumescent seals.

SC Self closing device complying with BS 6459 doors closers.

FD60 (S) FD 60 (S) SC & VP - Fire door 60 minutes for rating, smoke sealing

self.

SC & closing and vision panel required

VP

PB-push bar Emergency opening device complying with BSEN 1125 1997

VP Vision panel – required resistance for 60 minutes

FR Fire resisting glazing (60) – 80 minutes resistance

Fire Door signs

All the doors must be signed with following which should meet 80mm x 80m ridged

plastic with 4 screws holes in size.

Sign, colour & Description

Pictogram

Fire door keep shut FDKS positioned at eye level on both faces of each leaf of

self closing fire doors.

Automatic fire door Used on doors connected to magnetic door hold open

devices

keep clear this releases the doors on activation of the fire alarm

system. Signs to be placed on the visible open leaf at eye

level when the door is held open, this is to avoid the

obstructing of the fire doors when released automatically.

Smoke seals in addition to the intumescent strips fire doors must be

fitted

With cold smoke seals or brushes. These smoke seals are

to be brush type and not rubber strip type.

Gaps & Hinges They should be close fitting to the frame with a maximum

gap of 6mm but 3m is the accepted working

gap and hung by 1 ½ pairs of all metal hinges with a

melting point of not less than 8000C (both nylon and nylon

bushed hinges are unacceptable)

Self closing Fitted with an effective self closing device capable of

closing the door tight against the stop, overcoming the

resistance of any latch or lock.

Glazing of fire doors Vision panel or any glazing on fire door, the glazing has

to be fire resisting of 60 minutes integrity (FRO 60)

meeting BS 476 part 22-1987-fire tests on building

materials and structures.

Glass type meeting FRG 60

‘Georgian wired” 6mm polished plate

Georgian wired (PPGW)

Glazing to FEG60 in design, embedded in intumescent paste rebates etc.

All fire doors must be certified by recognized testing laboratory (such as UL) ad must

have the laboratories certification label.

Fire doors can only be held open by a device that automatically release the fire alarm is

activated (such as an electromagnetic hold open device)

Glass thickness shall be 5mm

10.0 ROOF THERMAL INSULATION

Ultra double bubble double side polyethylene air bubble insulation material, both side

laminated with aluminium fire rated (R value 12.3 and thick 4-5mm) should be jointed

with double side tapes and laid over timber frame work.

11.0 SANITARY INSTALLATIONS

• Minimum 20 year guarantee for the product, 2 year warrantee for cistern

mechanism.

• There has to be a local agent with minimum 5 year work experience in selling the

product, information on locations where the fittings have been used to be

obtained.

• Water saving features to be available for the public toilets. Dwell flushing, water

capacity to be minimum (3-4.5 liters of water)

1. LOW LEVEL WATER CLOSET & CISTERN

High quality Vitreous China white colour fire clay ceramic Water Closet (high

quality) or equivalent to Engineer’s approval, complete with seat.

Close couple,dual flush,wash down/suction type, chrome plated top push button

approved colour Fire Clay Ceramic Cistern to Engineer’s approval, complete with

all necessary fittings and fixtures for flushings, securely fixed to wall.

2. SEMI PEDESTAL TYPE WASH BASIN

High quality Vitreous China white colour ,fire clay ceramic central taphole semi

pedestal

type Wash Basin , to Engineer’s approval complete with heavy duty commercial type

brass chromium plated pillar tap ,pop up waste with PVC bottle trap and all other

necessary accessories.

3. VANITY TYPE WASH BASIN

High quality Vitreous China white colour ,fire clay ceramic central tap hole

countertop

Wash Basin to Engineer’s approval complete with heavy duty commercial brass

chromium plated pillar tap, pop up waste with PVC bottle trap and all other necessary

accessories.

4. URINALS

High quality Vitreous China white colour ,fire clay exposed crome plated flush valve

urinals, to Engineer’s approval complete with PVC bottle trap and all other necessary

accessories.

5. SOAP HOLDERS, TOWEL RAIL, PAPER HOLDER

High quality stainless steel to engineer’s approval.

6. HAND SPRAY UNIT,SHOWER ROSES & TAPS

Hand spray units, shower roses ,taps shall be imported heavy quality PVC plated

make or equivalent to engineer,s approval.

7. MIRRORS

5mm thick imported clear float coated copper free mirrors with Bevel Pencil Edge

and distant plate.

12.0 ELECTRICAL INSTALLATIONS

1.0 General Requirements

1.1 Scope of Work

The scope of work shall include the provision of all materials, equipments, plant, labour

and services for the satisfactory installation, testing, commissioning and maintenance,

during the Defects Liability periods of the complete Electrical Installation works as

specified hereafter and as indicated on the Electrical Drawings, and shall include all

minor incidents and associated works which may not be specified in the in the contract

but, which are in the coursed of the functioning and operation of the completed Electrical

Installation, considered necessary in the sole opinion of the consultant/ supervisor, for the

safe and proper functioning and operation of the completed Electrical Installation.

1.2 Application of the Section

The items specified in this section are applicable to all sections of this specification.

1.3 Quality of Material and Equipment

The Contractor shall supply all equipment to be used under the scope of this contract with

a proven quality. The Contractor shall furnish manuals and operational instructions for

each facility where component items of mechanical and/or electrical are furnished under

this contract in accordance with the following clauses.

1.4 Manufacturer's Literature

The contractor shall submit to the Engineer three (03) copies of manufacturer's

descriptive literature in English for each and every item of equipment furnished complete

not later than 2 months prior to the date of provisional hand over.

1.5 Equipment Operation

The Contractor shall furnish manuals and operating instructions for each facility where

component items of mechanical and/or electrical equipment is furnished and/or installed

under this contract within the same time limits as described in Para 1.2 of this section and

in accordance with the following paragraphs.

The draft of each manual shall be submitted to the Engineer for approval before printing.

Each manual shall be printed on good quality paper and be bound in hard covers.

1.6 Operation and Maintenance Charts

The Contractor shall furnish three (03) copies of an operation and maintenance

instruction chart, which will incorporate applicable comprehensive descriptive

instructions, layouts, diagrams or any other information that will be necessary, and/or of

value to the operating and maintenance personnel.

1.7 Operation and Maintenance Manuals

The Contractor shall furnish three (03) copies of an operation and maintenance manual,

which shall contain complete instructions for overall operation, and maintenance of the

facility and its component parts. The manual shall also contain the operating and

maintenance instruction charts as specified in section 1.5.

1.8 Adequacy of information submitted

The Engineer/Consultant reserves the right to determine whether the above specified

information as furnished by the Contractor is adequate and complete and to require such

additional submission by the Contractor as necessary to ensure the satisfactory operation

of the various items of equipment and to fulfil the intent of the specifications.

1.9 Materials, fittings and accessories

Bidders are specifically cautioned to the following minimum considerations, which will

be reviewed by the Engineer/Consultant prior to approving any materials, item of

equipment or assembly of construction.

1. Full conformance with architectural and engineering design criteria, design

concepts and performance requirements.

2. Physical dimension requirements to satisfy the space limitations, indicated on the

drawings.

3. Static and dynamic weight limitations.

4. Audible noise level and vibration generation of equipment or assemblies with

moving parts.

5. Interchangeability of parts and components.

6. Accessibility for preventive maintenance, possible removal and replacement.

7. Compatibility for preventive maintenance, possible removal and replacement.

8. Compatibility with other materials, assemblies and components.

9. Full compliance with all applicable test requirements.

10. Full compliance with guarantee requirements.

Although these designs are mainly based on British Standards and IEE regulations,

equipment designed according to other internationally recognized standards and

satisfying the design criteria and performance requirements mentioned therein will be

acceptable if proved equal or better.

1.10 Un-named Products

Materials, equipment, fixtures, apparatus, appliances, accessories and similar

manufactured products supplied without a manufacturer's name or without a trade name

of the manufacturer, shall include catalogue numbers or similar descriptive data

indicating clearly that the products comply with all requirements of the specification and

the appropriate drawings.

Products which deviate in minor respects from those specified may be proposed after the

award of contract; providing that the proposal is accompanied by a document and

drawings of deviation clearly stating all deviations. Supplying and installing approved

deviations shall be executed at no additional cost.

1.11 Drawings

1.11.1 General

The Contractor shall carefully investigate the structural and finish conditions affecting all

work and shall arrange such work accordingly. He shall if necessary furnish additional

items, not shown on the drawings but necessary for the works to meet the specifications

and/or conditions, at no additional cost.

1.11.2 Verification of Dimensions

The Contractor shall check all drawings and the site conditions to familiarize himself

thoroughly with all details of the work and working conditions and verily all dimensions

in the field; and shall advise the Engineer/Consultant on any discrepancy or deviation. If

discrepancies or deviations are submitted to the Engineer/Consultant, the Contractor shall

wait for judgment and explanation in writing from the Engineer/Consultant before

performing any work.

1.12 Cutting and Repairing

The work shall be carefully laid-out in advance and no cutting of the structure will be

permitted. Damage to buildings and technical installations as a result of cutting for

installation shall be repaired by persons skilled in the trade involved at no additional cost

to the satisfaction of the Engineer/Consultant. If inspection or tests show defects, such

defective work or material shall be replaced or repaired as necessary and inspection and

tests shall be repeated at no extra cost. Repairs shall be made with new materials.

1.13 Safeguarding the Fixtures, Materials and Equipment during the Installation

Pipe and Ducts openings shall be closed with caps or plugs during installation for

protection against mechanical damage and the client shall not be responsible for theft

damage or loss of any of the materials. Fixtures and equipment shall be covered and

protected against dirt, water, moisture, sand and chemical or mechanical injury. Upon

completion of all works the fixtures, materials and equipment shall be thoroughly

cleaned, adjusted and tested to demonstrate its proper operation to the Engineer.

All materials and equipment shall be properly and adequately protected by the contractor

before, during, and after installation. Material or Equipment damaged due to inadequate

attention of the Contractor shall not be accepted and the client reserves the right to

request replacements for such equipment at the handing over. Replacement of items

damaged due to unavoidable circumstances during removal shall be paid on measure and

pay basis.

It is the responsibility of the Contractor to clean the installation at close of work every

day and also to hand over a clean and neat installation at completion.

1.14 As-Built Drawings

The Contractor shall maintain a complete set of drawings at the site on which details shall

be marked exact locations of all mechanical, electrical and control systems complete with

dimensions taken from column center lines. The crossings of other services, the

termination and equipment layout shall be marked during the installation and the

Contractor shall obtain the approval of such drawing before preparing the final as-built

drawings. As built drawings shall be turned over to the Engineer in accordance with

requirements as specified with the handing over

1.15 Samples

Samples of all electrical, materials, fittings and accessories should be handed over to the

Engineer/Consultant and approval obtained before commencing the work. The work shall

be carried out using such fittings and accessories. These samples will be returned to the

Contractor on successful completion of the project.

1.16 Access Openings

The contractor shall provide all access, openings required for inspection and maintenance

of the installations.

1.17 Language

All information, communications and correspondence shall be in the English Language.

1.18 Codes and Standards

All equipment, materials and workmanship shall be in conformity with relevant and

applicable British Standards and codes of practice where available and currently valid.

1.19 Inspection and Testing

The Contractor shall perform all tests as directed by the Engineer/Consultant and shall

demonstrate the proper operation of all systems. All labour materials and equipment

required for tests shall be provided by the Contractor at no extra cost. Defective

equipment, materials and workmanship shall be replaced, repaired or corrected by the

Contractor and re-tested and re-demonstrated for proper operation.

An Inspection and Testing certificate of the electrical installation conforming to the 17th

edition of the IEE regulations (BS: 7671) should be obtained form a Charted Engineer

before handing over of the installation for relevant authority for approval. If any defects

were detected at this stage Contractor shall rectify the defect or replace the defected items

and re-test if necessary.

2.0 L.V. Main Switch Boards and Sub Distribution Boards

2.1 Scope of work

Scope covers the fabrication, supply, erection and commission of the Main Switchboard

and Sub Distribution Boards inclusive of mounting cable connections, site tests and

commissioning.

Design of the switchboard with detailed drawings and the requirements of trenches inside

the power room and where necessary shall be provided by the successful Bidder.

LV Main Switch Boards and Sub Switch Boards specified in this section shall apply to

all sections of these specifications.

Applicable Publications

Refer Section: General Requirements.

2.2 Applicable Standards

BS EN 60439 – 1, 1994 Low voltage switchgear and control assemblies.

IEC 446, 1989 Identification of conductors by colours and numerals

IEC 529, 1989 Degree of protection (IP Code)

IEC 664-1, 1992 Insulation co-ordination of low voltage switchgear and

control – gear

IEE Regulations 17th

Edition Wiring regulations.

2.3 Operating Parameters and Conditions

Rated continuous voltage: 230 V, 50 Hz, phase to earth and 400V,

50 Hz, phase to phase.

Number of phase: 3 phase, 4 wire system

Type of Earthing: TT system (IEE Regulations)

Installation type: Indoor/Outdoor

Degree of protection of cubicles: (IEC 529) IP 44, Natural ventilation or forced

ventilation.

Maximum Ambient Temperature: 40°C. (Salty condition)

Insulation level: between live parts and earth LI -6 kV PF, 50 Hz- 2.5 kV

Between phases LI –7.5 kV PF, 50 Hz- 4 kV

Fault level at the transformer LT terminals: 18 kA

Pollution category: 1 (IEC 439-1)

2.4 General

Main Switch Board and Sub Distribution Boards in each floor shall be of the wall

mounting, metal clad, flush fronted cubicle type with front access. The cable entries shall

be from the bottom of the switchboard. The switchboards shall be constructed in

accordance with B.S. 5486 for operation in a 400 Volts 3 phase, 4-wire 50 Hz system.

Generally, the switchboards shall be capable, as a whole of withstanding without damage

the electrical, mechanical and thermal stresses produced under short circuit conditions.

Special attention shall be given to insulation and finish of all items and no hygroscopic

material shall be used in any position, and all components shall have a good finish and

perform at 40 C and 90% R.H. (Salty condition).

2.5 Construction

Each cubicle framework shall be fabricated from rolled steel angle sections and shall be

self-supporting when assembled and of standard size, uniform in height and depth. The

cubicle panels and doors shall be fabricated from minimum 14SWG sheet steel to provide

a clean, flush and rigid construction without welded cross struts. The cubicle shall be

strengthened by horizontal and vertical folded channels and corner gussets.

Full access shall be provided to control equipment inside cubicles by means of suitable

hinged doors secured with an approved locking device. All doors shall be provided with

approved type of gasket. The cubicles framework shall be manufactured from electro-

zinc plated sheet steel, and finished with electro-statically applied epoxy powder paint

with a thickness lot less than 80 microns. The epoxy powder paint shall be grey in colour

unless otherwise specified by the Engineer/Consultant.

2.6 Bus Bars

The main bus bars shall be arranged horizontally in a ventilated separate compartment.

The bus bars shall be of adequate cross sectional area to given the current ratings as

shown in the drawings, after allowing for all necessary derating factors. The main bus

bars shall comprise four rectangular section bars of equal cross sectional areas (i.e. full

size neutral) fabricated from hard-drawn high conductivity (HDHC) copper, electro-

tinned for the entire length, rigidly mounted on proprietary made non hygroscopic

insulators. All connectors from the bus bars to the circuit breakers, shall be identified by

means of colour PVC sleeving or painting to indicate the phases.

Bus Bar insulators shall be selected for BIL of 6kV, impulse withstand voltage of 1.2/50

µs impulse, and power frequency withstand for 1minute of 2.5kV at 80kPa and in dry

condition.

2.7 Switch Board Arrangement

The contractor shall provide the proposed switchboard layout drawings for the

Engineer’s/Consultant’s approval before fabrication of switchboards. Switch Boards

shall be arranged to suit the space available.

2.8 Earthing

A suitable earthing terminal shall be provided on the frame of each section of the

switchboard for connection to earth. An electro tinned HDHC copper earth bar shall be

provided in each switchboard for earthing of all outgoing circuits and equipment frames.

2.9 Moulded Case Circuit Breakers (MCCB)

MCCB shall comply with IEC 947-2 or other approved equivalent standards. Frame sizes

current ratings shall be as shown in the drawings. The short circuit breaking capacity of

the MCCB shall be not less than the minimum prospective fault level at the point where

the MCCB is installed.

Calibration temperature shall be at 40 0C the “on” “OFF” and “TRIP” positions of the

operating handle shall be clearly defined.

The breaker shall be of moulded material with good mechanical strength, heat-resistant

properties to withstand the forces under fault current, appropriate to its interrupting

capacity rating. The over current device shall trip all the three phases simultaneously

when operating under over-current and short circuit condition.

2.10 Earth Fault Relays

Earth fault relays to be of the core balance type with adjustable sensitivity and shall be

fully tropicalized. All over-current and earth fault relays shall be tested and calibrated to

the satisfaction of the engineer and all costs connected with this shall be deemed to have

been included in the tender price.

2.11 Current Transformers

All current transformers used for metering and protection shall comply with B.S. 3938:

1973 and they shall be properly selected for which it is used. They shall have adequate

VA rating to match the burdens of the connected load without exceeding its accuracy

limits. At least 50% higher VA rating shall be preferable to accommodate the future

updating of relays and the protection scheme and automation.

Current transformers connected to protection relays shall be class 5P10 while that

connected to measuring instruments shall be class 1M5. Current transformers shall be

provided with adequate support to prevent movement during short circuit condition and

shall be so installed to permit easy access for replacement.

2.12 Indicating Instruments (Meters)

Indicating instruments shall be flush mounted in the switchboard front door unless

otherwise specified. All meter front dimensions shall be 96 x 96 mm and be provided

with a square or rectangular scale extending over an angle of not less than 900. Digital

Instruments of approved type may be used.

The meters shall be fully tropicalized and capable of withstanding the full fault current

passing through the primary of their corresponding current transformer. Mechanical zero

adjustment shall be provided and accessible from the front without dismantling.

The requirements for the various types of meters are as follows:

a. Ammeter

Ammeters shall be current transformer operated type and of accuracy Class 1.5. All

ammeters shall have a continuous overload capability of 120% of its rated value and be

provided with a 20% over scale.

b. Voltmeter

Voltmeters shall be of accuracy Class 1.5 with 500 volts scale. All voltmeters shall be

provided with selector switch of the rotary type with break before make contacts for

selection to measure the phase to phase and phase to neutral voltages. The voltage

selection RY, YB, BR, RN, YN, BN, shall be clearly marked on the switch.

c. Power Factor Meter (if applicable)

Shall be three-phase four wire, unbalanced load type with accuracy Class 1.5 The scale

reading shall range from – 0.5 to 0.5

2.13 Labels

All cubicle doors shall be appropriately labelled to indicate the service. Labels shall also

be provided to identify all items of equipment, circuits, cables and where applicable

current ratings of circuit breakers and setting of relays. Details of the labels shall be

submitted to the Engineer/Consultant for approval prior to manufacture.

3.0 Final distribution board 3.1 Scope of Work

Scope covers the supply, installation and commissioning of the Final Distribution Boards

and AC Distribution boards as per the BOQ. The location of the distribution board is

indicated in the drawing.

Distribution boards specified in this section shall apply to all sections of these

specifications.

• Applicable Publications Refer to section: General Requirements

Applicable Standards

All MCCB, disconnecting devices shall conform to IEC 947-2, IEC 947-3.

The contact separation shall confirm to table 14 of IEC 439-1

All MCB shall confirm to IEC 898.

All RCCB shall confirm to BSEN 61008.

3.2 Construction

It shall be of a reputed make conforming to BS 5486 or equivalent flush mounted suitable

for 400/230 Volts 3 phase/single phase 50Hz supply. The breakers shall be “DIN” rail

mounted type complete with bus bars, neutral and earth bars.

Distribution boards shall be completely enclose in dust, insect and vermin proof units

housing MCB’s, MCCB's contactors, and all necessary items of equipment whether

specified herein or not.

It shall be suitable for indoor service in ambient temperature of up to 400C with 90%

relative humidity at maximum continuous rating without exceeding the maximum

temperature permitted by the relevant B.S. specifications (This site is very near to the

Sea).

All distribution boards shall be manufactured to withstand as a whole the electrical,

mechanical and thermal stress that could be produced by the prospective fault levels at

their respective points of application.

Special Attention shall be given to insulation and finishes of all items and no hygroscopic

materials shall be used in any position and all components shall have a clean finish.

Each distribution board shall be so arranged that all connections are easily accessible

from the front of board. Adequate space shall be provided for out going circuit wiring so

that the cable will not be required to pass between the back of the enclosure and the

circuit breakers.

All cables shall be bundled by means of nylon self-locking cable ties and fixed in a neat

and systematic manner.

Each distribution board shall be provided with a label of laminated plastic black,

engraved in white with the words D.B. followed by the reference designation.

3.3 Residual Current Circuit Breakers (RCCB)

Residual current circuit breakers shall be the current operated type 2 or 4 pole as shown

on the drawings, suitable for operation on 230/400 volts, 50Hz A.C. system and

manufactured to comply with the relevant British standards, BSEN 61008.

The residual current circuit breakers shall be the high sensitivity type with tripping

currents as shown, and shall be so designed that the tripping action is completely

independent of the supply voltage. The rupturing capacity of the earth leakage circuit

breakers shall be adequate to withstand the prospective fault level at the respective points

of application.

4.0 LV Cables 4.1 Scope of Work

Supply, laying, termination, and commissioning of the cables shall be as per the BOQ.

All cables shall be laid, clipped to the walls or slabs, or laid in buried conduit or enclosed

in conduits clipped on to the wall or slab as described in the BOQ.

LV Cabling specified in this section shall apply to all section of these specifications.

4.2 Applicable Publications

Refer to Section: General Requirement

4.3 Applicable Standards

BS 951: 1986 Specification for clamps for earthing and bonding purposes

BS 6346: 1989 Specification for PVC insulated cables for electricity supply.

All multi core cable up to sub distribution boards shall be as indicated in the BOQ and

the drawings. The single core/two core cables running in conduit shall be PVC insulated

with or without PVC sheath. All cables shall be with high conductivity stranded copper

conductors and sizes shall be as indicated in the contract drawings.

4.4 Cable Codes

The following cable codes are used throughout and as called for by this specification and

drawing.

a. PVC Polyvinyl chloride insulated

b. PVC/PVC Polyvinyl chloride insulated and Polyvinyl Chloride sheathed.

c. PVC/SWA/PVC Polyvinyl chloride insulated steel wire armoured and

polyvinyl chloride sheathed.

d. XLPE/PVC Cross linked polyethylene insulated and polyvinyl chloride

sheathed.

PVC, PVC/PVC, PVC/SWA/PVC CABLES

PVC, PVC/PVC, PVC/SWA/PVC Cables shall be of 600/1000 volts grade with high

conductivity stranded copper conductors of sizes as shown in the drawings.

The cables shall be manufactured to B.S. 6004 or B.S. 6376 as appropriate. Insulation

colours can be in accordance with current editions of British IEE wiring regulations.

XLPE/PVC CABLES

Cross linked polyethylene insulated cables shall be of 600/1000 volts grade

comprising high conductivity stranded copper conductors manufactured to B.S. 5467

and finished with extruded black PVC over sheath.

4.5 Underground Cable Installation

Underground cables shall be laid in trenches or pulled into cable ducts where indicated in

the drawings. Full safety precautions shall be taken to prevent damage to the cable during

the installation.

All trenches shall be excavated to provide a minimum cover of 750mm in open ground

and under pavement and 1000mm under all roadways. Details of the trench construction

shall be as specified in other clauses of this specification.

Where cable passes through a roadway, pavement or enters a building, it shall be

threaded through steel or PVC pipes of minimum 100mm dia. Pipes under roadways shall

be protected with 100mm thick concrete on both sides and top.

All pipes shall be properly sealed to prevent ingress of water. The cable trench shall have

water drain outlets to prevent collecting water inside the trench.

For work where it is involved in digging or interference with existing roads, car parks,

pavements and other services such as gas, water etc., prior approval shall be first obtained

from relevant authorities before carrying out such work.

Cables shall normally go under all obstructions such as mains, sewers, drains conduits

and the like.

The removal, alteration or diversion of mains, sewers, drains, conduits and the like, shall

normally be avoided.

The contractor shall excavate trial holes as and when required by the Engineer/Consultant

in order to determine the location of existing cables or other utility services and mains.

The contractor is advised to familiarize himself as to the nature of the surfacing materials

of both paved and unpaved surfaces roadways etc., and shall satisfy himself before

submitting his tender as to he nature of the subsoil and in general shall obtain all

necessary information as to the risks contingencies and other circumstances which may

influence or affect his tender price as no claim for additional cost will be allowed.

4.6 Termination

The contractor is to be wholly responsible for the sealing and termination of all cables

erected under this contract (in salty condition).

The contractor shall terminate all cable ends and shall make final connection to all sub

switchboards.

The specified sub main cable cross-sections may have been oversized to minimize

voltage drop over long runs. Where these cables are too large for termination within the

distribution board terminal blocks, isolating switches, etc., suitable reducing terminating

tags or lugs shall be used.

Cable sealing and termination is to be in accordance with the best current practice and of

first class workmanship. Where cable sheaths are used, as earth continuity conductor

glands are to have the necessary contact surfaces or straps to provide a low resistance

path under fault conditions.

Compression type glands shall be used for the termination of underground cables. The

design of compression glands to be such that the cable is not twisted when the gland is

tightened.

Appropriate bending radius depending on the cross sectional area of the cable shall be

provided so that the cable insulation is not subjected to stress or damages due to bending

of the cable.

4.7 Straight Joints

Straight joints in any of the cables installed under this contract will only be permitted in

very exceptional circumstances and only with the Engineer’s/Consultant’s approval in

writing. The cost of such straight joints, if permitted by the Engineer/Consultant shall be

born by the contractor.

All joints, which are buried in the ground, shall be compound filled. The design of the

box and the composition shall provide an effective seal to prevent moisture-gaining

access to the conductor ferrules and Armour clamps.

A suitable contract joint marker to the Engineer’s/Consultant’s approval shall be placed

above each under ground cable joint to mark its position. The depth of burial of the cable

joint shall be indicated on the joint marker.

4.8 Excavation of trenches, backfilling and reinstatement

Excavation of trenches where required, shall include all timbering, pumping and baling

required and the provision of all necessary labour, plant, tools, additional soil, fuel and

motive power for such purposes and the cost of this service and of the supply of the

expendable materials shall be included in the contract price.

The contractor shall include for all materials and labour to reinstate the ground to the

same condition as existed prior to excavation.

All trenches shall be of sufficient width to enable the following minimum spacing

between cables to be maintained.

Between HVC and LV cables: 300 mm

Between LV cables: 75 mm

Between LV and ELV cables: 300 mm

Before the cables are laid, the bottom of the trench shall be lined with sifted soil, which is

to be punched down to a thickness of 50mm to form a bed. After the cables are laid, the

first 75mm depth of cover back fill shall consist of sifted soil over which shall be placed

protective cable slabs of an approved design.

After all cables and protective cable slabs have been laid, the trenches shall be backfilled

in 150mm layers, each layer being well rammed and consolidated.

The surfaces of the re-filled trenches shall be temporarily reinstated and maintained in a

thoroughly safe condition until complete consolidation of the soil is achieved.

The contractor shall supply backfill material necessary for the replacement of unsuitable

excavation material together with the backfilling reinstatement and removal of surplus

material, which shall be included in the contract price.

4.9 Cable Slabs

Protective cable slabs shall be of reinforced concrete and unless otherwise approved,

shall be 750mm long, 230mm wide and 50mm thick. Samples of the cable slab shall be

submitted to the engineer or the engineer for approval before production and installation.

The supply and laying of cable protective slabs shall be included in the rate for cable

laying.

4.10 Cable Ladders

Cable ladders shall be of the sizes shown on the drawing. All ladder systems shall be

built up from components from a matching range of straights, bends, tees, reducers,

supports etc.,

The ladder system shall be capable of supporting a load of 75-kg/linear meter over a span

of 6.1 meter with a vertical deflection (sag) of less than 50 mm at mid span.

The ladder system shall be of an approved proprietary manufacture of welded or site

fabricated construction using either aluminium or steel components or both. All steel

components shall be hot dip galvanized. Electro galvanizing will not be accepted.

Unless shown otherwise on the drawings, ladder runs shall be parallel to walls, ceilings

floors, etc., Supports shall be installed at center-line distances not greater than that shown

on the drawings or, where not directed at distances not greater than those recommended

by the manufacturer for the loading concerned.

The Contractor shall co-operate with other trades so as to ensure that the completed

ladder installation does not interfere with other services in the same area.

4.11 Cable Tray

Cable trays shall be of sizes shown on the drawings. All tray systems shall he built up

from a matching range of straights, bends, reducers, tees, supports etc., They shall be of

an approved proprietary manufacture fabricated from minimum 1.2 mm mild steel

perforated to between 25% and 50% of the total area. After fabrication the trays shall be

hot dip galvanized.

Trays shall have upturned edges and be of a width as indicated in the drawing, suitable

for the number of cable to be supported and shall be supplied with purpose-made

galvanized steel bracket suitable for mounting from the building stricture.

Support brackets for cable trays shall be fabricated and finished as for the tray and

provided at intervals not exceeding 1200 mm with 2 bolts to each bracket. Bracket shall

he fixed with not lees than 2 bolts to the wall/slab or other available and approved

supports.

Cable shall be supported by a cable tray inside the cable trench. The contractor shall

submit the detailed drawing of the cable trays for the approval of the Engineer/Consultant

4.12 Test During Laying

Where required by this specification and as required from time to time by the engineer,

the contractor shall subject completed portions of the cable installation to voltage tests to

prove the soundness of the conductor insulation and the soundness of the protective

sheathing.

4.13 Cable Record Drawings

Cable record drawings of “As Installed” drawings showing the exact route of cables and

positions of all joints etc. shall be submitted for the Engineer’s/Consultant’s review.

5.0 Conduit Installation 5.1 Scope of Work

All the non-armoured cables and cable bunches shall be installed in PVC conduits.

Contractor shall submit the drawings of the conduits where it unavoidable to break the

structure to place the conduits. The conduit runs shall be installed in the way that

minimum damage and necessity of re plastering etc. is applicable.

Conduit installation specified in this section shall apply to all sections of these

specifications.

5.2 Applicable Publications

Refer Section: General Requirements

5.3 Applicable Standards

BS 6053: 1991 Specification for outside diameter of conduits for electrical

installations and threads for conduits and fittings

BS 6099: Conduits for electrical installations

5.4 General

All conduits, fittings and accessories shall be PVC and shall comply with British

standards. Conduits shall be concealed in walls, columns and floors unless otherwise

shown or called for in this specification and drawings.

5.5 Installation

All concealed conduits shall be arranged with an adequate number of boxes accessible for

the life of the installation so as to allow easy draw in or draw out of any cables at any

time. Conduits size shall not in any circumstances be less than 20mm dia and cables

drawn in shall not be greater than appropriate number permitted in IEE wiring regulation

16th

edition. Cables for low voltage circuits shall not be drawn into the same conduit for

extra low voltage systems. A number of final sub circuits may be grouped together in

large conduits provided that all sub circuits in one conduit are of the same phase. In the

case of three phase circuits all 3 phases and neutral of any circuit should be drawn into

the same conduit. Wiring lighting shall be run exclusively in separate conduits.

Where a large group of cables run, those may be put in a metal conduit trunking, in which

a false ceiling or a false wall covering shall be used to cover such trunking or surface

conduits. All surface wiring for the final circuits shall be in PVC casings of white colour

Where condensation is likely to occur in surface conduits they shall be laid with falls so

as to drain off condensed moisture without entry into termination.

Immediately on completion of installation of conduits during building construction, all

exposed conduits and boxes shall be plugged effectively against the ingress of water and

dirt particularly where concrete will be poured.

Such seals shall be maintained in good order for such time as is necessary to complete

wiring and connection of fittings and switches.

On completion of erection, the Engineer/Consultant will inspect the conduits before any

wire is drawn in. All conduits shall be swabbed out and free from moisture to the

Engineer’s/Consultant’s satisfaction, before wiring is commenced.

5.6 Conduit Fittings

At every lighting outlet points the conduit shall terminate into a PVC junction box either

one way or multiway as required. These boxes shall be suitable for flush mounting. At

every switch position, conduits shall terminate in a 86mm x 86mm or 186mm x 148mm

injection moulded PVC box. At every socket outlet, telephone, TV or bell position,

conduits shall terminate similar to switch position shall be attached to the boxes using the

clip-in adaptors and suitably glued.

Conduits shall be installed with junction boxes, end boxes, draw wires etc., such that the

cables can be drawn in after the installation has been completed without damage to cables

and their installation.

6.0 General Lightning and Power Installation 6.1 Scope of Work

Scope covers the Supply, install, wire and commission of all light fittings, wall switches,

socket outlets and isolators as per the BOQ. The locations of each point are given in the

drawing. However exact locations shall be verified from the Engineer.

General lightning and power installation specified in this section shall apply to all

sections of these specifications.

6.2 Applicable Publications

Refer to section: General Requirements

6.3 Applicable Standards

Each light fitting for interior use shall be design, manufacture and tested in accordance

with the appropriate section of BS 4533:102.1/EN 605982.1 and together with all

components shall be suitable for service and operation in the local climatic conditions.

Louvers shall comply with CIBSE LG3 VDT recommendations. The luminaries shall be

class 1 electrical.

All other accessories shall conform to following specifications.

Fluorescent tubes BS1853

Chokes BS2818

Capacitors BS4017

Starters BS3772

Lamp Holder and Starter Holder BS5042

All lighting fittings shall be earthed.

6.4 General

The contractor shall supply, install, wire and connect all lighting fittings as shown on the

drawings. The exact location of all lighting fittings must be checked on the architectural

detailed drawings before installation is commenced. The contractor will be expected to

examine the architectural floor plans and ceiling details in order to fully familiarize with

the type of ceilings and surfaces into and upon which lighting fittings are to be installed.

The contractor shall supply all fixing, brackets angles etc., necessary to fix the lighting

fittings in the locations shown.

The numbers of lighting fittings for the different areas of the building have been

calculated using the photometric data equivalent to Phillips, Thorn, Thorlux or Fitzgerald

Lighting Fittings and GE, Osram and Phillips lamps. If the contractor is offering

fitting/lamps different to the above, he shall provide the calculations to prove the required

numbers of lighting fitting using the photometric data of the lamp offered to the

satisfaction of the Engineer/Consultant.

Care must be taken to ensure that other services such as air conditioning, water piping

etc., are properly coordinated and the contractor will be required to maintain close liaison

with other contractors in this respect.

6.5 Lighting Fittings

6.5.1 General

The types of lighting fittings to be provided are shown on the drawings and described in

the accompanied schedule of lighting fittings.

All lighting fittings shall be supply complete with lamp, control gears and power factor

correction capacitor.

At every light fitting, an approved type-earthing terminal shall be provided for

connection to the earth continuity conductor of the final sub-circuit.

Plastic diffusers where used, shall be of non-deteriorating and ultra-violet stabilized

material and shall not change in shape with time or due to handling. Plastic diffusers shall

be washed with a detergent solution and drip-dried immediately prior to installation to

restrict electrostatic dust adhesion.

Fittings and accessories for external use shall be of weatherproof construction specially

treated for corrosion for use in salt laden atmosphere. Totally enclosed fittings shall have

sealing gaskets and shall be insect-proof.

Cables within the lighting fittings shall be neatly bundled by nylon self-locking cable ties.

Wiring shall be properly routed and secured away from heat-generating accessories

like control gear etc.

Each light fitting for interior use shall be design, manufacture and tested in accordance

with the appropriate section of BS 4533:102.1/EN 605982.1 and together with all

components shall be suitable for service and operation in the local climatic conditions. It

is the Contractor’s responsibility to get the approval from the Engineer/Consultant for all

light fittings before the installation.

6.5.2 Recessed Florescent Fitting 6.5.2.1 Light fitting

The lighting fitting shall be recessed modular fluorescent luminaries for use in standard

concealed metal tray ceilings, having low brightness reflectors categorized to CIBSE

LG3 Category 2 or 3 as per VDT recommendations.

Module Size: 1200*300 mm

Number of lamp per fitting: 2 x 36 Watts

The luminaries shall be double parabolic reflector louver type fitting. 6.5.2.2 Lamps

The fluorescent lamp shall be manufactured and tested in accordance with the BS 1853,

IEC 81 and shall be bi-pin types with following details.

Power Output: 36W T8 linear fluorescent tubes

Diameter: 26mm

Length: 1200mm

Initial Lumen output: 2450

Light Colour: Neutral white

Colour Rendering Index: 80-90 6.5.2.3 Control Gear

The control gear shall be switch start and shall incorporate high power factor and

interference suppression capacitors and shall be quick or resonant start type. Choke shall

be impregnated and solidly filled with polyester resin or their approved high melting

compound and shall be manufactured to restrict the third harmonic content to less than

25% of the uncorrected current value and shall be silent in operation. 6.5.2.4 Materials/ Finish

Body shall be white stove enamelled steel. The louvers shall be specular and semi-

specular aluminium with low iridescent finish. The louver shall be opened by one

end when replacing the lamp.

All fittings shall confirm to BS 4533 and shall be have approved design and of a reputed

make and shall be made with M.S. Sheet not less than 24 SWG and painted with one coat

of anti-corrosive paint and finished with white stove enamelled. Capacitors shall be

parallel connected. All accessories shall conform to the following specifications. 6.5.2.5 Installation/ Mounting

The installation shall be parallel to the ceiling grid. The luminaries shall be self

supported and shall complete with wire suspension and adjusting facilities to ensure

correct levelling within the ceiling aperture. The suspension wire shall GI and shall

be galvanized.

The light fitting shall be connected via suitable length of supply wire so that it can

be moved either sides of the ceiling aperture depending on the floor partitioning.

Installation locations are as per the drawing. 6.5.2.6 Surface mounted/Suspended Fluorescent Lamp Fitting

The lighting fitting shall be surface mounted/suspended type fluorescent luminaries to be

used as specified in the drawing.

Module Size: 1200 mm

Number of lamp per fitting: 1x36 Watts

The lamp shall be completed with clear acrylic prismatic diffuser with switch start

control gear.

6.5.3 Down Lights 6.5.3.1 Down Lights - Recessed

Recessed down light of 13/18W Compact Fluorescent Lamps (CFL) switch start shall be

installed in areas specified as per the drawing. CFL shall have the Total Harmonic

Distortion (T.H.D) less than 20%. The reflector shall be aluminium with anodised finish.

Body shall be galvanized steel or polycarbonate. The light colour shall be neutral white. 6.5.3.2 Down Light - Surface Mounted (on slab-indoor)

The down light shall be circular/rectangular polycarbonate interior surface

mounted luminaire with opal diffuser and white body with high power factor

control gear. The lamp shall be 13W compact fluorescent with neutral white light

colour. The installation location shall be as per the drawing. 6.5.3.3 Down Light - Surface Mounted (on slab-outdoor)

The down light shall be circular/rectangular polycarbonate corrosion resistant, totally

enclosed exterior surface mounted luminaire with opal diffuser and white body with high

power factor control gear. The lamp shall be 13W compact fluorescent with warm white

light colour. These shall be installed in the balcony area as per the drawing.

6.5.4 Wall light – Outdoor

The outdoor type wall light shall be wall bracket mounting type. The wall light body

shall be cast aluminium painted white and silver grey and opal glass lamp enclosure.

The lamp canopy shall be conical type with opal methacrylate or grey painted ABS.

The diameter of the canopy shall be 475mm while the height of the lamp with the

canopy excluding the bracket shall be 445mm. The lamp shall be 13W 4-pin cap

type compact fluorescent with warm white light colour. 6.5.4.1 Lamp Terminal Box

Each perimeter lamps shall be fed from the lamp terminal box as per the drawing.

The box shall flush mounted and suitable for outdoors installation confirm to IP65.

The box shall be completed with copper terminal bar of suitable cross section, fuse

etc. 6.5.4.2 Wall Light Fitting (Bracket type)

The lighting fixture shall be sphere type suitable for indoor application. The sphere

shall be opal polycarbonate and the bracket shall be engineering polyester. The

diameter of the sphere shall be 250-300mm. The lamp shall be 13W CFL with

neutral white light colour.

6.6 18 Inch Ceiling Mounted fans with Guard

The ceiling fans shall be 18 inch three bladed type. Blades shall be covered with anti

corrosive removable steel guard. The ceiling fans shall be complete with inductive type

regulator conforming to BS 5060. The motor shall be single-phase 230V, 50Hz totally

enclosed capacitor type with grease packed ball bearing. The terminal block on the fan as

well as the capacitor and the fan hook shall be provided with removable covers.

Fan hook shall be made with 12mm diameter. MS Rod and rust protected and be of

approved pattern by the Engineer/Consultant. When the fan is installed, the blades shall

be at an approximate height of 2.7m from the finished floor level. Fan and the regulator

shall be earthed. Porcelain connectors shall be used for all connections. Fan regulator

shall be mounted closer to the light switch.

6.7 Ceiling Roses

Shall be three-pole type conforming to BS67. Connections to all lamps and ceiling fans

shall be given through a ceiling rose.

6.8 Screw and Panel Pins

All screws and panel pins shall be brass. Brass plated items shall not be used.

Junction boxes, switch boxes for socket outlets etc., shall be of injection moulded PVC.

These shall be to the approval of the Engineer/Consultant. Timber boxes shall not be

used.

6.9 Lamp Holders

All lamp holders shall be brass or an approved thermosetting plastic with brass insert.

6.10 Lighting Switches

Sub-circuit switches unless otherwise shown on the drawings shall be single pole, quick

make and slow-break silent switch action type with solid silver alloy contacts the totally

enclosed switch action for flush wall mounting.

They should be housed in injection moulded PVC boxes completed with conduit

knockouts and made up into single or multi-gang units.

Switches associated with essential supply shall be provided with red toggles.

Switches shall conform to BS 3676 and shall be rated 5 Amps/10 Amps or 15 Amps as

determined as circuit lode suitable for use in A.C. inductive circuits or fluorescent lamp

circuits.

Single pole switches shall be connected to break the phase wire of the supply. The neutral

wire shall not be routed through switch boxes.

For group switching, switches of appropriate loading shall be used. In case if the switch

body is metallic, an earthing shall be continued at every switch point. This is not

necessary if insulation of switch body is ensured according to the class-2 insulation.

6.11 Switch Socket Outlets

Switch socket outlets shall be to B.S. 1363 single pole – 13 Amp 3 rectangular pin,

switch shuttered outlets, one or two gang for indoor service except as otherwise shown on

the drawings and either surface or flush mounting according to location.

5/15 Amp socket outlets shall be 3 pin round type to B.S. 546 shuttered of a finished

similar to 13 Amp. Switch socket outlets and mounted in flush PVC conduit boxes.

Switch socket outlets for indoor use shall be housed in suitable injection moulded PVC

boxes to B.S. 4662 with conduit knockouts.

6.12 Ventilation Fans

The motor shall be of the totally enclosed shaded pole induction or capacitor type suitable

for use in 230V 50Hz a.c. supply with grease packed ball baring having a easily

accessible lubricators and it shall be controlled by a regulator designed for regulation if

speed down to 60 to 70%. The regulator unless fully insulated shall be earthed complete

with all necessary connections and fixtures.

The air displacement and sweep shall confirm to BS 848/1949.

6.13 Standard Heights of Electrical Wiring Accessories

Heights measured from finished floor level.

300mm -Socket outlet, telephone socket outlets at general areas.

1800mm -Socket outlets, cooker control unit at pantry and kitchen.

1400mm -Switches, dimmer switches, fan regulators and general areas.

1800mm -Main switches, earth leakage circuit breakers.

1800mm -MCB Distribution boards

2400mm -Wall brackets, lamp fittings, fuse distribution board geyser outlets, and

power outlets.

2400mm -Pendant lamp fittings

Note: -

The above heights shall be varied according to the interior design, and installation heights

shall be adjusted accordingly to the Engineer’s/Consultant’s approval.

7.0 Earthing System 7.1 Scope of Work

Earthing systems, testing L.V. equipment specified in this section shall apply to all

sections of these specifications.

7.2 Applicable Publications

Refer to Section: General Requirements

7.3 General

Earthing system and lighting protection for each building shall include ground rods,

cable-accessories, devices and other items necessary for the complete and satisfactory

installation and operation of all equipment.

7.4 Earthing System

a. Equipment Earthing

All exposed metalwork of all electrically operated equipment, metal cable trays and other

exposed (un-insulated) metal work of all electrical services shall be earthed by cables and

conductors of adequate sizes as given in the regulations. All cables above 6mm2 in size

shall be connected by nuts and bolts as relevant with pressure cable connections of

appropriate size.

b. Conductors

All earthing and earth continuity conductors shall be installed in strict conformity with

the I.E.E. regulations and British standard codes of practice.

Cables and conductors shall be sized in accordance with BS table D2M, with the

exception that the smallest size of conductor is 2.5mm2.

This cable or conductor shall be identified by green/yellow insulation. All earthing bars

shall be identified by green/yellow colour codes.

Earth conductors shall be provided for the following equipment.

c. Socket Outlets

From each socket outlet-earthing terminal a wire shall be provided. The wire shall be

connected to the earthing terminal in the outlet box, or junction box.

d. Switches

From each switch earthing terminal a wire shall be provided. The wire shall be connected

to the earthing terminal in the outlet box, or junction box.

e. Luminaries

From each luminaire (lighting fixture) earthing terminal wire shall be provided. The wire

shall be connected to the earthing terminal in the outlet box.

f. Distribution Boards

From the earthing bar in the distribution boards earthing wires shall be provided to the

equipment as cable trays, outlet boxes etc., as specified.

7.5 Distribution System

Provide separate green-yellow insulated equipment earthing for each single or three-

phase circuit. The required earthing conductor shall be installed in the common conduit

or cable with the related phase and/or neutral conductors. Single-phase sub circuits

required for 230 volts lighting, socket outlets and motors shall consist of phase, neutral

and earth conductors.

7.6 Panel Boards

In addition to the active circuits, provide pressure connectors for all three-phase spare

circuits.

7.7 Earth Electrodes

Earth electrodes shall be of earth pipe, earth rod connected to the ground grid of buried

conductors to the area covering not less than 1m2 at the building close to the sub-stations.

The incoming cable from the main distribution board shall be connected to the earth

electrode. The earth electrode and the conductors shall be sized to the full short circuit

current value of the sub-station or incoming supply cables as relevant.

The grounding grid shall be of soft annealed high conductivity copper strip of area not

less than 100sq.mm and will be installed at a depth of 2m or more in the ground. The

distance between copper strips shall not less than 100mm.

The earth electrode resistance shall be less than 5 ohms tested on a dry day.

7.8 Conductors

All cables and conductors shall be of copper. Joints in copper tape shall be braced. No

joints are allowed in sub-circuit cables.

7.9 Residual Current Protection

Socket outlets shall have earth leakage protection provided with residual current circuit

breakers (RCCB) 30/100 mA sensitivity of the current operated type. The breakers shall

be suitable for operation on a 400/230V level at a frequency of 50Hz.

7.10 Earth Loop Impedance and Earth Resistance Tests

The entire installation shall be tested for Ohmic resistance as given in regulation E.3 and

Appendix 6 of the IEE regulations. The installation shall be tested to the requirements of

regulation E.4 of the regulations. The test results shall be submitted to the

Engineer/Consultant for approval. The engineer or his representative shall be present at

the testing.

7.11 Earthing L.V. Equipment

All equipment shall be earthed by connection (via green/yellow covered earth wire) to a

common LV inter connected earthing terminal in the Power Room in accordance with the

following: -

The earth resistance of the complete earthing system including all connections between

equipment and earth shall not exceed 5 ohm.

All parts of the earthing system, which may carry low voltage currents shall be so

designed and constructed that damage does not result from the passage of such currents.

The minimum size of the LV earthing conductor shall be as follows: -

In circuits with live conductors not larger than 16mm2 the minimum size of the earthing

conductor shall be not smaller than the live conductor.

In circuits with live conductors exceeding 16mm2 and less than 35mm2, the minimum

size of the earth conductor shall be not smaller than 16mm2.

In circuits with live conductor-exceeding 35mm2 and above, the minimum size of the

earth conductor shall be not smaller than half the size of the live conductor.

All earth conductors shall be covered by a green/yellow PVC sheath. Green-Yellow shall

not be used for any active, neutral, switch or control wiring and shall be used solely for

earth connection.

13.0 LIGHTNING PROTECTION The Contractor shall be responsible and shall include in his costs for the supply, erection,

testing, commissioning and setting to work of a lightning protection system as indicated

on the tender drawings.

The base of the down conductors shall be taken to earth electrodes. Each electrode shall

be 600X600mm copper-bond type fitted with clamps for earth tape connection. The earth

electrode shall be protected at the top by concrete brick lines complete with the

inspection cover. Provision shall be made within the pit for disconnection of the tape for

test purposes.

The Contractor shall test the resistance to earth of the complete system in accordance

with BS Code of Practice 326 and BS 6651 and obtain a resistance to earth not exceeding

1 ohm. The contractor shall submit a detailed working drawing with all the components

properly marked for a complete workable system (as recommended by the Manufacturer).

The lightning protection system shall comprise of the following but not limited to:

a) Air terminals of 25 x 3 mm bare copper conductor at the top of the structure. 25 x

3 mm copper strips shall be fixed at the top of the structure as shown in the

drawings using proper clamps and connectors of approved type and make.

b) Down conductors of 25 x 3 mm bare copper or 70 sq. mm LSF insulated copper

wire from the air terminals to the earth electrodes.

c) Earth terminations of 600X600mm copper plate earth electrode buried 1.6m

below the ground.

The lightning conductor (air terminal) shall be connected to the down conductor with a

connecting clamp. All joints of the lightning conductors shall be carried out using

purpose made clamps of approved types and makes. No joints will be permitted in the

down conductors.

1.1.1 Installation of Lightning Protection System Lightning protection systems shall be installed in accordance with the Particular

Specification and Drawings, and as directed by the Engineer.

1.1.2 Scope This Sub-section covers lightning protection systems applicable to buildings and similar

structures. It does not cover the protection of overhead lines and other specialized

applications. The installation shall conform to the requirements and recommendations set

out in the British Standard BS 6651 “Code of Practice for Protection of Structures against

Lightning”.

1.1.3 Type of Lightning Protection System A lightning protection system shall comprise air termination connected by down

conductors to earthing electrodes. In larger schemes more than one of any or all of the

above items may be used. Air terminations may be interconnected by means of roof

horizontal conductors.

1.1.4 Air Termination Air termination shall consist of vertical or horizontal conductor(s) or combination of

both.

No part of the roof shall be more than 5m from the nearest horizontal conductor. For

larger flat roofs, this shall be achieved typically by an air termination network mesh of

approximately 10mX10m.

On a reinforced concrete structure, the air termination shall be connected to the

designated reinforcing bars in the number of positions required for down conductors.

All metallic projections on or above the main surface of the roof which are connected,

intentionally or fortuitously, to the general mass of the earth should be bonded to, and

form part of, the air termination network.

1.1.5 Down Conductor The dimensions of down conductors to be used shall be annealed tinned copper strip 25 x

3mm.

Where the steel work of the structure is used as down conductor, coordination with the

Building Contractor is required to ensure the continuity of the steel work. In this

connection the ends of the steel work shall be connected to the lightning protection

system by a jointing method which is suitable for bonding dissimilar metals and approved

by the Engineer. A test joint shall be provided at each connection.

When down conductors adhered on the external wall are specified, they shall be fixed by

means of suitable spacer saddles at regular intervals of not exceeding 1m apart. The down

conductor shall follow the most direct path possible between the air termination network

and the earth termination network. When more than one down conductors are installed,

they shall be arranged as evenly as practicable around the outside walls of the structure

starting from the corners.

Each down conductor shall be connected to an earth termination.

1.1.6 Test Joint Test joints shall be of phosphor bronze, gunmetal or copper. They shall comprise a heavy

circular base, to which a heavy circular cover of the same material shall be bolted. The

flat copper conductor shall be overlapped and placed so that they are clamped between

the cover and the base by means of at least four screws or studs.

The test joints shall be positioned so that they shall not be tampered with by unauthorized

persons. In cases where this is not possible, the earth tape/rod connector clamp shall be

used as an alternative test point in place of the test joint.

1.1.7 Earth Termination Unless otherwise specified, earth termination shall be of rod electrodes complying with

Sub-section 6.3.

Each earth termination shall have a resistance to earth not exceeding the product given by

10Ωtimes the number of earth terminations to be provided. The whole of the lightning

protection system shall have a combined resistance to earth not exceeding 10Ω. Where,

due to local conditions, it is difficult to obtain a value of less than 10Ωby the sole use of

rod electrodes, alternative or additional methods, e.g. the use of deep bore holes, the

installation of tape or plate electrodes complying with Section 6, may be used at the

discretion of the Engineer.

1.1.8 Spacer Saddle Spacer saddles shall be of high quality metal. For copper conductors, brass or gunmetal

shall be used. Non-metallic spacer saddles shall only be used when down conductors are

provided with PVC sheathing.

1.1.9 Connection to Earth Termination Down conductors and bonding conductors shall be connected to the earth electrode in

accordance with Sub-section 6.4. Each connection shall be separately clamped and shall

be fitted with a warning notice in accordance with Sub-section 3.3 in Part A

1.1.10 Bonding to Other Services Lightning protection systems shall normally be kept segregated from the metalwork of

other services. Minimum isolation clearances as given in BS 6651 shall be maintained.

However, in certain circumstances, e.g. where fortuitous contact with other systems

cannot be avoided, earth electrodes for lightning protection may, at the discretion of the

Engineer, be bonded to other such services including the metal sheath and armouring of

low voltage cables, the consumer's low voltage earth system, metal water pipes and steel

reinforcement for the foundation and structure.

Cables and earthing systems belonging to the Supply Authorities, the Telephone

Company and other authorities shall not be bonded except with the written permission of

such Authorities. Gas pipes shall not normally be connected to any earth electrode.

1.1.11 Bond Bonds for use in connecting the lightning protection system of other metal work shall be

of soft annealed copper strip of 25 x 3mm. Bonds connecting movable items to the

lightning protection system shall be of flexible copper strand 475/0.5mm diameter or

equivalent. Connections to other metalwork shall be of negligible resistance, metal to

metal and mechanically sound with non-ferrous nuts, bolts and washers using clamps

where necessary.

1.1.12 Joint in Conductors Joints in roof conductors and/or down conductors shall be made by double riveting or by

suitable tape clamps. When clamps are used, the tape clamps shall each be provided with

at least 4 screws or bolts. All such joints shall be tinned and shall have negligible

resistance and good mechanical strength.

Alternatively, connectors may be jointed together by means of exothermic or thermal

welding utilizing the high temperature reaction of powdered copper oxide provided that

the proper material and equipment are used in accordance with the manufacturer's

recommended process.

1.1.13 Testing On completion of the installation, the lightning protection system shall be tested for

continuity between air terminations and earthing terminations and the resistance shall be

recorded. The earthing resistance of each earthing electrode shall also be tested and

recorded.

The tests shall be carried out in accordance with Part C of this Specification and shall be

submitted to the Engineer for approval. All instruments used for testing shall be properly

calibrated.

14.0 LOOP PILE CARPET

All loop pile carpets to be imported Philadelphia or equivalent and should satisfy the

following.

Tufted yarn weight - 20 ounce

Dye method - Solution Dyed

Construction - Tufted level loop pile

Fibre - 100% perma colour polypropylene

Tufted pile height - 0.187 inches

Finished pile thickness - 0.118 inches

Stitches per inch - 11.3

Gauge - .1.10

Primary backing - Polypropylene

Secondary backing - Polypropylene

Width - 12’0” x 15’0”

Density - 6120 ounces cubic yard

NBS. smoke density

chamber flaming - Less than 450

Electrostatic Propensity - Permanent static control

Wear warranty - Ten year limited commercial wear warranty

Edge of the carpet layer should be fixed and finished with edge strips/ edging.

Under Layer for cut pile & loop pile carpets

The under layer should be luxurious high density latex foam ‘Guardian R’ or equivalent

with flame retardant properties, satisfying flammability test (BS+4790). It should have

ribbed profile with minimized carpet rucking.

Under layer weight - 1180g/m2

Thickness - 8mm BS 4051

Breaking strength &

Extension under force BS 2576

Work of compression BS 4098

BS 4052

Loss in thickness after dynamic loading BS 4052

Loss in thickness after static loading BS 4939

Resistance to cracking BS 5808

15.0 AUDITORIUM ACOUSTIC AND VIDEO

Auditorium Acoustics

Minimum noise is expected considering the location and the construction of the

auditorium.

Perimeter walls of the auditorium shall preferably be constructed of hollow cement

blocks. However,15mm thick marine treated plywood panels rigidly fixed on 50mm x

45mm hard wood battens is proposed on the specific portions of the inner surface of the

auditorium, as indicated in the drawing.

Coarse woven fabric lining on 5mm thick sponge rubber layer is also proposed on the

plywood sheet paneling, panel sizing and layout scheme as per the architect’s or interior

designer’s ID scheme. Other areas of the inner walls shall be plastered with coarse

granular “popcorn” / fine mountainous of Nippontex kote or equivalent cement layer or

applied with acoustic paint (on normal plaster).

The seats for the audience are proposed to be fabric lined. Carpeting is proposed only

along the isles to keep the costs low, but the same is adequate to cut down reflections

from floor to an acceptable level. Colour schemes may be decided by the architect or

interior designer.

Ceiling construction with mineral fiber ceiling sheets has been proposed and specific

colour scheme of the ceiling shall be decided with the interior designer.

Loudspeaker selection has been done considering the floor, seating, wall paneling and

ceiling layouts indicated in the design drawings. Ability to provide sound effects, if

required, has been incorporated in the design and may be provided electronically by the

PC based DSP controller.

Roof construction is proposed with clay tiles over corrugated asbestos sheets over.

Thermal insulation layer will also be provided just under asbestos sheets. Background

noise generated from AC System and otherwise shall be limited to 45dB. It is necessary

to air condition the sound mixing room to keep the temperature of the room within

acceptable limits.

Considering the functions envisaged in this auditorium, acoustic treatments proposed

above and the sound reinforcement proposed in the design is adequate.

Sound Reinforcement

Sound reinforcement will be provided mainly by a set of linear array speaker system,

powered by two networked digital amplifiers (mounted on the speaker string), at each

side. However, rear areas need to be filled up by 2 nos. speakers located at both left and

right sides. Four stage monitor speakers located in front of the stage and two reference

standard monitor speakers with subwoofer has been provided in the mixing room.

Video Projection

7000 ANSI Lumen multimedia projector is proposed at the stage with necessary

connectivity at the stage and podium. However, one fixed video screen of size 9m x 5m

has been proposed on the rear wall of the auditorium depending on the seating

arrangements, and some interior design features. Provision of a video camera to capture

and project the stage activities for the rear end audience may also considered with two

LED screens fixed at a rear location.

16.0 AUDITORIUM STAGE LIGHTING

Adequate number of pre-installed stage lighting system has been proposed including

electrical

distribution and wiring considering the anticipated functions that will be held in this

auditorium. A number of spare socket outlets re-wired at the lighting bar has been also

provided.

It is observed that minimum amount of natural lighting is available in the auditorium. A

general lighting proposal in line with the ceiling layout has been done by the electrical

trade.

17.0 FURNITURE

Auditorium Audience chair

An ergonomically manufactured high back chair with heavy duty scotch guard

protected fabric and powder coated steel base to be mounted to the floor with

two legs. Manufacturer certificate for scotch guard protection of fabric shall be

submitted together with bid submission. Powder coating thickness should be

suitable for the marine environment and Corridors not acceptable. Chair size to

be 570 mm in width, 1000mm – 1030mm in overall height and 665mm in depth.

Chair seat back cover to be heavy duty nylon material and chair seat to provided

numbering facility. Writing tablet which could be folded in to the arm rest to be

provided. Top cover of arm rest should be in timber. Chairs should be fixed on

curved tiers as per given layout.

Sample of chair and sample card of fabric should be submitted for inspection,

selection and approval. All technical literature complying to specifications to be

submitted together with the bid submission. 03 years comprehensive warranties

should be given. If necessary testing could be done to identify the compliances.

All necessary expenses for the testing should be borne by the contractor.

Head table and podium

Solid Timber Furniture

Supply of wooden furniture with Treated Mahogany wood. All timber should

have free from defects, free from knots and free from irregular grains. Joints of

timber panels with defective bonding, uneven surfaces, and overlaps, gaps in face

area not accepted. Termite treatment and necessary treatments should be done.

Certificates for treatments taken from the reputed independent organizations

should be submitted for approval of client and the consultant before

manufacturing. All furniture to be finished with Mahogany stain or any other

specified and applied with two coats of heavy duty lacquer (Refer detail for

dimensions)

Solid Timber Internal Framework Of Furniture

Furniture structure of the table top and base (side panels) to be reinforced with

treated Mahogany timber framework and applied with wood preservative and

finish to smooth surface. Termite treatment should be done for durability.

Certificates for treatments taken from the reputed independent organizations

should be submitted for approval of client and the consultant before

manufacturing. Tenderers shall responsible for membrane sizes, strength and

durability.

Submission of samples, technical literature and test certificates All bidders shall submit samples together with relevant technical literature

complying to give specification for all items required in manufacturing of all

categories of furniture for inspection.

Samples of all categories of furniture to be forwarded for approval of client and

the consultant before manufacturing.

Randomly selected finished samples of furniture to be inspected in labs for

compliances. All necessary expenses for the required tests to be borne by the

successful bidder.

Submission of warranties 03 year comprehensive warranties for each items and equipments should be given.

18.0 STAGE CURTAIN

1. MAIN CURTAIN (Location A)

• Triple Pleated Two –Way type Curtain is Stitched with Two sections and

including with Ribbon Border for the bottom part of the curtain.

• Time for Opening to be open within 35 seconds.

• Color of front curtain – Samples catalog to be submitted for colour selection.

• Material – Velvet

• Lining – Black colour lining stitched with Twill

• Curtain to be operate with Electrical and Manual Operating Systems

including Puller System with Stand, Side Puller System and heavy duty

Cables (6mm Galvanized) Racers and Electric Gear Motor (0.25 H/P)

• Ability to operate the curtain in Control Room to be provided.

• Curtain Track to be fabricated in Heavy duty Iron work and treatment should

be according to the Eng. Details.

• Curtain to be moved on Heavy Duty Nylon Rollers (Runners) with 6mm

Galvanized cable (Cable management system)

• Curtain track to be directly fixed to the GI or MS truss work which is fixed to

the roof structure. Size and the design of the truss to be finalized considering

the site conditions. Treatment should be according to the Eng. Details.

• Size of the curtain to be finalized according to the site measurements.

2. FRILL CURTAIN FOR MAIN CURTAIN (Location A1)

• Triple Pleated Frill Curtain to be stitched with Ribbon Border for the bottom

part (End) of the curtain

• Color of the front curtain – Samples catalog to be submitted for colour

selection.

• Material - Velvet

• Lining – Black colour lining stitched with Twill

• Frill curtain to be directly fixed to the Iron Truss Work; in front of the Main

Curtain

• Size of the curtain to be finalized according to the site measurements.

3. MAIN SIDE WING CURTAINS BOTH SIDE OF THE MAIN CURTAIN-

(LOCATION B)

• Curtain to be stitched with Ribbon Border for the bottom part of the curtain.

• Colour – Black color – Samples catalog to be submitted for colour selection.

• Material – Velvet

• Lining – Black colour with lining stitched with Twill

• Curtain Track to be directly fixed to the GI or MS Truss work which is fixed

to the roof structure. Size and the design of the truss to be decided

considering the site conditions No corrosion allowed . Treatment should be

according to the Engineer’s. Details.

• Size of the curtain to be finalized according to the site measurements.

4. REAR CURTAIN (BLACK CURTAIN) – (LOCATION C)

• Triple Pleated Two –Way type Curtain is Stitched with Two sections and

including with Ribbon Border for the bottom part of the curtain.

• Time for Opening to be open within 35 seconds.

• Color of front curtain – Samples catalog to be submitted for colour selection.

• Material – Velvet

• Lining – Black colour lining stitched with Twill

• Curtain to be operate with Electrical and Manual Operating Systems

including Puller System with Stand, Side Puller System and heavy duty

Cables (6mm Galvanized) Racers and Electric Gear Motor (0.25 H/P)

• Ability to operate the curtain in Control Room to be provided.

• Curtain Track to be fabricated in Heavy duty Iron work and Treatment should

be according to the Engineer’s. Details.

• Curtain to be moved on Heavy Duty Nylon Rollers (Runners) with 6mm

Galvanized cable (Cable management system)

• Curtain track to be directly fixed to the GI or MS truss work which is fixed to

the roof structure. Size and the design of the truss to be decided considering

the site conditions. Treatment should be according to the Engineer’s. Details.

• Size of the curtain to be finalized according to the site measurements.

5. FRILL CURTAIN FOR REAR CURTAIN (BLACK CURTAIN) -

(LOCATION C1)

• Triple Pleated Frill Curtain to be stitched with Ribbon Border for the bottom

part (End) of the curtain

• Color of the rear curtain – Samples catalog to be submitted for colour

selection.

• Material - Velvet

• Lining – Black colour lining stitched with Twill

• Frill curtain to be directly fixed to the Iron supportive structure work; in

front of the Main Curtain

• Size of the curtain to be finalized according to the site measurements.

6. SIDE WING CURTAINS (SIDE LEG CURTAINS) – (LOCATION D)

• Curtain to be stitched with Ribbon Border for the bottom part of the curtain.

• Colour – Black color – Samples catalog to be submitted for colour selection.

• Material – Velvet

• Lining – Black colour with lining stitched with Twill

• Curtain Track to be directly fixed to the GI or MS Truss work which is fixed

to the roof structure. Size and the design of the truss to be decided

considering the site conditions. Treatment should be according to the

Engineer’s. Details.

• Size of the curtain to be finalized according to the site measurements.

7. FRILL CURTAIN AT CENTRE OF STAGE (AT LOCATION OF SIDE

LEGS (E)

• Triple Pleated Frill Curtain to be stitched with Ribbon Border for the bottom

part (End of the curtain)

• Color for the frill curtain – Samples catalog to be submitted for colour

selection.

• Material - Velvet

• Lining – Black colour lining stitched with Twill

• Frill curtain to be directly fixed to the Iron supportive structure at ceiling

level.

• Size of the curtain to be finalized according to the site conditions

• Curtain to be hanged to 1st Dia. Heavy duty Galvanized Pipe (G.I.) and

directly fix to the roof structure.

8. IRON TRUSS WORK

• Curtain Tracks to be directly fixed to the Hot dip galvanized truss work

which is fixed to the roof structure. Size and the design of the truss to be

decided considering the site conditions. Curtain supporting structure

Treatment should be proposed by the contractors / suppler.

• Size and structural system to be decided by the supplier considering the

available spaces (Ceiling void), existing sizes and spacing of existing roof

truss arrangement.

• Exposed surfaces or formworks shall be painted on same colour of adjoining

ceiling.

WARRANTIES

• 03 year comprehensive warranties should be given for operation system,

Cable management system, motors, fixing and the colour of fabric.

SUBMISSION OF SAMPLES, SHOP DRAWING AND TECHNICAL

LITERATURE

• Samples, sample catalogs, shop drawing including fixing details and technical

literature should be submitted by the tenderes or bidders together with duly

filled tender documents.

• Maintenance manual/ maintenance procedure to be submitted to the client.

19.0 FABRIC WALL PANELLING

• Coarse woven fabric lining finished with 5mm thick rubber sponge layer

(back layer) fixed on 15 mm thick treated marine plywood sheet, should be

fixed on 50mmx 45mm treated hard wood (Thulan or Balau) frame work.

Timber framework should be fixed rightly with 1200mmx1200mmm grid

pattern to the wall by nails on leveled surface to maintain the neatness of the

finished surface. Treated mahogany beading (with neatly finished edges)

should be fixed along all joints to cover nail heads which were used to fix

fabric finished panels to the framework. Top edge and the bottom edge should

be finished with treated mahogany molding and skirting.

20.0 FIRE PROTECTION AND DETECTION SYSTEM

1.0 GENERAL

1.1 SCOPE OF WORK

This section specifies the requirements for the design, manufacture, transport,

delivery to site, unloading, complete erection/installation, site testing, setting to

work and maintenance for a period of one year of the Fire Protection, Detection

and Alarm system for the protection of goods, personnel, buildings etc. of

proposed Rabindranath Tagore Memorial Auditorium at the University of

Ruhuna.

The work covered in this section shall include, but not to be limited to all labour,

materials, equipment and services required in connection with Fire Protection

System and related work as stipulated in the specifications, drawings and the

equipment list for proposed building for Rabindranath Tagore Memorial

Auditorium at the University of Ruhuna.

To meet the requirements of the Local Fire Service Authority regulations the

following services shall be provided in the premises complying with BS standard

and Fire Offices Committee (FOC) regulations and as detailed in the drawings.

1. Supply and Installation of hose reel system to cover the entire building as

per drawings and specifications.

2. Supply and Installation of portable Fire Extinguishers at the locations

shown on drawings.

3. Supply and Installation of Conventional Fire Alarm Control Panel, Smoke

detectors, Manual Call Points, Alarm Sounders with wiring as per

drawings and specifications.

Contractor should obtain all approvals and compliance from the Fire

Regulation Authorities/Fire Services Department of Sri Lanka before

commencement of installation, during and after completion of the

installation as specified by Fire Service Department of the Urban Council.

1.2 Submissions

The Contractor shall submit for approval the following documents and samples

in quantities as indicated:

1.2.1 Shop Drawings

Shop drawings of all protection systems, electrical circuit and wiring diagram

and any other drawings necessary for fabrication and installation of the system.

1.2.2 Technical Literature of Equipment

Technical literature of all equipment proposed to be used in the system

inclusive of dimensional drawings, capacity tables, test reports and other

relevant information shall be supplied in triplicate for the Engineer to determine

the adequacy and suitability of the equipment for the proposed fire Life Safety

system.

1.2.3 Maintenance & Operating Manuals

Maintenance and operating manuals of all equipment supplied shall be

furnished in triplicate with detailed wiring of the equipment and instructions of

the regular maintenance of the equipment. All manuals should be printed, and

ring bound with hard cover.

A schedule which may be in the form of a material list giving all particulars

together with ordering references of all replaceable parts for all the equipment

which will be supplied.

1.2.4 Samples

Samples of all materials to be supplied under the contract such as

Extinguishers, Smoke Detectors and other electric components shall be supplied

to the Engineer for approval. Such samples shall be kept with the Engineer

until completion of the Works and same will be released to the Contractor on

completion of work. The items of supplies used for the project shall be at least

equal in quality to the approved sample.

1.2.5 As-Built Drawings

On completion of the installation, the Contractor shall prepare a set of As-built

drawings incorporating all changes made to the original design and drawings,

which drawings shall represent an accurate description of the installed systems.

These drawings shall be bound with covers in to an album and handed over to

the Engineer.

1.2.6 HANDING OVER DOCUMENTS

The final handing over documents to be submitted by the Contractor on

completion of the installation shall comprise the following :

a) Operation and maintenance manuals (3 copies)

b) Commissioning sheets (3 copies)

c) Test reports (3 copies)

d) As built drawings (3 copies)

These documents in required number of copies specified should be supplied to

the Engineer within 30 days on issue of taking over certificate.

1.2.7 TRAINING OF OWNER'S STAFF

Bidders shall submit with the bid, a full proposal of the recommended training

necessary for the owner's personnel to attend to routine testing, maintenance

service and minor repairs including an indication of the duration of such

training.

The number of persons required to be trained shall be determined jointly by the

Engineer, and the Contractor.

The scope of training shall include on-site training and such training shall be

prior to hand-over of the system. Technical training and system operation

instructions to the owner's personnel shall also be provided during the

commissioning and performance tests phases of the system.

System operation instructions shall be given by an experienced and competent

representative of the Contractor who is thoroughly conversant with the fire

protection system installed.

1.2.8 TESTING AND COMMISSIONING

Bidders shall submit with the bids, a complete proposal with time schedule for

testing and commissioning of the fire protection system. The program shall

include a trial operation of all main equipment with any necessary adjustments

to ensure that the system is working correctly. The Contractor shall provide all

instruments and equipment together with commissioning engineers and

adequate assistance for carrying out the commissioning and testing activity

which shall be done in accordance with the recommendations of relevant

Standards. If any portion of the works fails to pass the tests, the Contractor

shall, at his own expense carry out such alterations or replacements as are

required to the satisfaction of the Engineer. The Engineer shall be at liberty to

call for further commissioning when such alterations have been completed to

their satisfactory. The Contractor shall provide commissioning spares at his

own expense.

Spare parts earmarked for maintenance shall not be used during this period.

1.2.9 MAINTENANCE CONTRACT

Bidder shall submit the terms and charges for service and maintenance contract

along with the bid.

1.3 STANDARDS

The installation shall comply with the following standards and references :

BSEN-3 - Portable Fire Extinguishers

BS 5274 - Fire hose reels (water) for fixed installation.

BS 5839 (BSEN 54)-Specification for smoke/ heat detectors & alarm

system

ICTAD - Fire Detection & Protection system

NFPA - Fire Detection & Protection system

2.0 FIRE PROTECTION SYSTEM

2.1 GENERAL

Fire protection system shall comprise of the following fire pumps.

Item Type Qty

Main Pump Centrifugal 01

Stand-by Pump Centrifugal 01

The capacities of fire pumps are given in the detailed technical specifications.

The fire pumps will be installed at the Fire pump room at the Ground level of

the building. The underground water sump is located as shown in the drawing.

Manual swing type fire hose reels complying with BS 5274 shall be installed at

each floor level in the locations shown in the drawings. The hose reels shall be

3/4"(19mm) connected to the wet riser system by flanges of heavy duty

galvanized steel pipe to BS 1387.

Hose reel riser pipe work shall be heavy duty galvanized iron (GI) pipes to BS

1387 with Victualic grooved couplings or similar approved mechanical

couplings.

The distribution pipe network shall be kept pressurized at all times.

The pipes shall be run concealed in ceiling voids where available and in the

ducts provided. The hose-reels and landing valves shall be housed in Fire

cabinets located as indicated in the drawings.

The work shall conform to BS 5306: Part 1 except where otherwise required by

this Specification.

2.2 DESIGN REQUIREMENTS

- Water flow rate at Main pipe -

2.27 l/s

- Water quantity at furtherst hose reel connection -

0.5 l/s

- Minimum pressure required at hose reel nozzle (4.5mm) -

4.0 bar

- Maximum static pressure in hose reels when water is shut off -app.

5.5 bar

2.3 OTHER REQUIREMENTS

2.3.1 If the specification, capacities and sizes given are not adequate or have to be

changed to suit an equipment of any manufacturer for producing required design

conditions the Contractor shall include his charges for these with the quotation.

Once the contract is awarded no extra cost will be made to the Contractor for such

changes.

2.3.2 All the materials shall be new without any defects and to be approved by the

Engineer.

2.3.3 All the approvals required to be obtained prior to the installation and after the

completion shall be obtained by the Contractor from the respective Local Bodies.

2.3.4 All builders work required with respect to plinths and foundations, opening on

walls and floors and any additional provisions required shall be included in the

Scope of Work.

2.4 HOSE REEL FIRE PROTECTION SYSTEM

2.4.1 FIRE PUMPS FOR HOSE REEL SYSTEM

The Contractor shall supply, install and hand over in good working condition the

electrically powered centrifugal type main, standby pumps complete with valves,

gauges and fittings. The pumps and accessories shall be installed in the fire pump

room as shown in the drawings. The capacity of main/standby pumps shall be 60

l/min at 50m head.

A pressure tank of sufficient capacity shall also be installed on the delivery side of

the pumps.

2.4.2 CONTROL SYSTEM

The pressure required to be maintained in the main pipe line, is 5.0 bars. When

the pressure in the line drops below the set pressure of 3.0 bars the main (duty)

pump shall start and run until the pressure is restored.

In case there is a demand in the line and the pressure drops below 1.0 bars the

standby pump should automatically start and run until the pressure is brought back

to 4.0 bars. The duty pump shall be cut off when the full pressure is maintained.

A run-on indication lamp shall be provided in the Pump Control Room Panel and

Fire Alarm Room Control Panel.

Further, a key operated Auto/Manual selector switch shall be provided in the

pump control with Start/Stop/Reset buttons for manual operation.

2.4.3 FIRE SUMP

The water sump is situated at the location shown in the drawing. Water supply for

the fire protection system will be drawn from the water sump. The lower part of

the tank (min capacity 2m3) will be reserved for Fire Protection System while the

upper part of the tank will feed service water system of the building. The pumps

shall be located in a pump room as shown in the drawings.

2.4.4 VALVES

All valves shall be new, of approved manufacture, which includes Angus, Pegler,

Aywaz

or as approved. Samples of valves proposed for use shall be submitted for

approval.

All valves shall be placed in accessible positions for operation and repairs. The

connections between each valve and adjacent piping or equipment shall be made

either with a flange (65 mm dia and above) or a union (upto 50mm dia).

The valves and glands shall be designed to withstand without leaks, the system

pressures whether the pumps are in operation or not.

Each isolating valve shall be provided with a means for attaching a strap so that

the hand wheel may be secured in any desired position to prevent unauthorized

use.

A purpose-made strap of leather or reinforced plastic material not less than 12mm

wide nor less than 2mm thick and a small non-ferrous padlock to secure the two

ends of the strap shall be supplied with each valve.

Alternative means of securing the valves against unauthorized use may be offered.

Straight pattern valves shall be of the full-way gate type.

The bodies of valves upto and including 50mm diameter shall be of cast gunmetal

or bronze. Bodies of valves 65mm diameter and above shall be of cast iron.

Castings shall be of good quality, clean and smooth and free from scale or falls.

The system drain valves shall be 25mm diameter, key operated type with hose

unions fitted to the discharge end.

2.4.5 PRESSURE GAUGES

Pressure gauges 65mm dia. maximum, shall be installed in the following

locations:

(a) Top-most point of wet riser

(b) In the positions shown in the drawings and where deemed necessary

The gauges shall be provided with a device to dampen pulsations and the fixing of

the gauge shall be such that it may be removed and re-fitted without shutting

down the line.

2.4.6 PIPES

Pipes shall be galvanized mild steel to BS 1387, heavy gauge.

All pipes and fittings shall be new, of approved manufacture and the right grades.

Each length of pipe shall be thoroughly cleaned and blown out to remove all scale

and dirt before erection. Rusting pipes and fittings and piping and fittings of

classes other than specified will be rejected.

2.4.7 PIPE WORK JOINTS AND FITTINGS

Pipes of 50mm diameter and smaller shall be screw jointed. At dismantling points

or where pipe work is connected to an appliance (eg. hose reel), ground-in

spherical seated unions shall be used.

Joints in pipe work 65mm and above shall be made with Victaulic (The

Victaulic Company, P.O. Box 13, Hitchin, Herts SW4 OUD, U.K.) grooved

couplings or similar approved mechanical pipe couplings, Couplings shall be

self-centering and engage and lock in place the grooved or shouldered pipe and

pipe fitting ends in a positive watertight couple providing some allowance for

angular pipe deflection, contraction and expansion. Coupling housing clamps

shall place a composition water sealing ring so designed that the internal water

pressure increases the watertightness of the seal. The coupling assembly shall

securely hold together by two or more trackhead, square or oval-neck, heat-

treated carbon steel bolts and nuts requiring only a single spanner. All pipe

fittings connected to mechanical pipe couplings shall have grooved or

shouldered ends and shall be malleable iron castings. Flanged or threaded

valves may be used with grooved adaptor.

Before grooved couplings are assembled, pipe ends and seal rings shall be

lubricated as recommended by the manufacturers, to facilitate installation. Pipe

grooving and the entire coupling installation shall be in accordance with the pipe

coupling manufacturer's specifications. Couplings and fittings shall be capable of

withstanding a test pressure of 10 bar or 1½ times the working pressure,

whichever is greater.

2.4.8 PIPE SUPPORTS

Pipe work shall be supported so as to permit free movement due to expansion and

contraction. Pipe work supports shall be arranged as near a possible to joints and

changes in direction, and each support shall take its due proportion of the load.

The spacing of the supports shall be in conformity with the recommendations of

the grooved coupling manufacturer but shall not exceed the centers given below.

Where there are two or more pipes, the spacing shall be based on the centres

required by the smallest bore pipe work.

Size of Pipe

(mm)

Intervals for Horizontal

runs (m)

Intervals for Vertical

runs (m)

25

32

40

50

65

2.4

2.7

3.0

3.0

3.7

3.0

3.0

3.7

3.7

4.6

Vertical rising pipe work shall be supported at the base to withstand the total

weight of the riser. Branches from riser shall not be used as a means of support

for the riser.

Brackets screwed to walls shall be secured by expanding plugs or other purpose

designed fixing devices to suit the material of the wall (e.g. brick, concrete,

hollow block etc., Wooden or plastic plugs will not be permitted.

Pipe work of 65mm size and above subject to expansion and contraction and hung

from supports shall be suspended on swivel hangers unless otherwise agreed with

the Engineer.

For horizontal pipelines, hangers shall be of split ring adjustable type hung on

mild steel rods. Caliper hooks may not be used. Where pipelines run along walls,

columns or ceilings, brackets may be used.

A support shall be installed not more than 600mm from each change of direction.

Special care shall be taken when making piping connections to equipment (e.g.

pump set) to ensure that the connections are properly aligned and that no stresses

and strains are imposed on the equipment.

2.4.9 PIPEWORK - GENERAL

The whole of the installation, including all valves and fittings, should be

satisfactory to the local fire authority. Before any work starts, plans showing

details of the arrangements proposed shall be submitted to the fire authority and its

approval obtained.

The design and installation of the hose-reel system shall be closely correlated with

all other services being provided in the building.

All fittings shall, as far as practicable, be the same size as the pipes connected to

them. Bushed outlets will only be accepted if the required outlet size of a fitting is

not standard manufacture.

All changes in the direction of a run piping shall be made with standard bends,

springs or long turn fittings. Elbows may be used with the concurrence of the

Engineer where space restrictions do not permit the use of easy bends.

Pipes shall be removed after cutting and shall be thoroughly cleaned before

erection. Open ends left during the progress of work shall be temporarily closed

with purpose-made metal or plastic plugs of caps, or blank metal flanges.

No pipe shall be installed so as to cause unusual noise from the flow therein under

normal operation.

Joints shall not be made in thickness of any wall, floor or ceiling or in any

inaccessible space, and pipe work shall not be embedded in the structure of floor

unless otherwise instructed by the Engineer.

Where pipe work passes through walls, floors or ceilings, sleeves shall be

provided. Pipe work passing through floors shall be provided with 3mm mild

steel floor and ceiling plates fastened securely to the sleeve. Sleeves shall be

formed from pipes of suitable larger diameter and the space between pipe work

and sleeves shall be plugged with an approved sealant, which will not cause

hindrance to pipe expansion and contraction and will not run.

All piping shall generally be run parallel to the axes of the building, concealed in

the false ceilings and ducting where possible, arranged to conform to the

architectural and structural requirements and to suit the necessities of clearance for

the work of other trades. The clearance between pipe work and the wall and any

other fixtures shall be not less than 25mm.

The pipe work shall be graded to ensure venting and draining.

Reinforced moulded bellows expansion joints with integral flanges shall be

incorporated into the suction line between the pump set and the sump to prevent

the transmission of vibration to the sump connection. The joints shall adequately

restrained and supported in accordance with the manufacturer's recommendations.

2.4.10 FIRE HOSE REELS

Hose reels shall be provided internally at each fire cabinet as shown in the

drawings.

Hose reel shall be of the Manual swing type (according to location and as

scheduled) complete with 30m of 20mm (internal diameter) non-collapsible, non-

kink reel hose and Brass spray/jet/shut-out nozzle.

All water passage shall be in non-ferrous corrosion resistant materials.

The side plates of the hose reel shall be of pressed steel and all metal work shall

be finished in stove-enameled signal red.

To facilitate ease of installation and maintenance, a gate valve and union shall be

fitted between the rising main and the hose reel.

Reels shall be of sufficient size to carry the length of hose fitted, excluding the

nozzle, within the space defined by the end plates.

The hose shall be capable of being run out of the reel, through the hose guide

where fitted, in any generally horizontal direction upto the limits of the hose

length.

The hose shall conform to BS 5274.The hose shall comply with the requirements

for type A (design working pressure of 15 bar) hose specified in BS 3169.

Each length of hose shall be durably marked at the nozzle end and at intervals not

exceeding 10m, with the following information:

(a) Manufacturer's name or identification

(b) The number of the specified BS with the type letter suffix eg. BS 3169/A

(c) The nominal bore size, eg. 20mm

(d) Month and year of manufacture eg. 10/95

(e) The design and working pressure

This information may be conveniently presented in the following manner.

MR/BS 3169/A/20mm/10/95/15 bar

Hose reel brackets shall be firmly fixed to the wall so that casual knocks received

during normal use of the building and the stresses incurred during use for fire-

fighting will not prevent the unimpeded use of the hose reel.

2.4.11 AIR VENTS

Automatic air vents shall be used at the top of riser.

They shall have gunmetal or brass bodies, non-ferrous or stainless steel floats and

guides and non-corrodible valves and seats. An air outlet, tapped to accept a drain

line should be provided.

A manual test cock shall be fitted to the automatic air vent so that it is possible to

check the vent is not air bound due to the orifice being clogged and to enable

manual venting if the automatic vent fails.

The automatic vent shall be isolated from the system with a gate valve to permit

cleaning and repair if necessary.

Air release pipes shall be run to discharge at the nearest visible point to be agreed

with the Engineer and where maintenance personal can regularly check for

leakage.

PORTABLE FIRE EXTINGUISHERS

2.5 GENERAL

Portable fire extinguishers shall be of the re-chargeable, metal-bodied type

containing and extinguishing agent expelled by the action of internal pressure.

They shall be manufactured to BS EN 3 or equivalent and approved by the Fire

Service Department of the Colombo Municipal Council, Sri Lanka.

The extinguishers shall be Colour Coded to BS for easy identification and shall be

fitted with a visual "discharged" indicator to prevent accidental use of an empty

cylinder.

The extinguisher shall be operated by piercing, opening and/or breaking a sealing

device and thus releasing the contents. The method of operation shall be readily

apparent. It shall not be necessary for any movement of the actuating mechanism

or mechanisms to be repeated in order to initiate discharge of the extinguisher.

All portable Fire Extinguishers shall comply with BS Codes and extinguish shall

be released by means of a lever-operated valve provided with a safety pin. The

extinguisher shall be capable of controlled partial discharge. All extinguishers

marked with clear instructions for use in the English language.

The quantity, types, sizes and locations of the extinguishers to be provided shall

be in accordance with the Drawings and Part II of the Specifications.

The following portable fire extinguishers shall be installed in each floor as shown

in the drawings.

* 3 kg CO2 fire extinguisher fully charged with metal bracket fixed on to the

wall & kept at the Fire Hose Reel Cabinet.

* 9 litre water CO2 fire extinguisher fully charged with metal bracket fixed on

to the wall & kept at the Fire Hose Reel Cabinet.

* 6 kg ABC dry powder fire extinguishers fully charged with metal bracket

fixed on to the wall in Generator Room/Electrical panel Room at Ground

floor.

MOUNTING

All internal extinguishers shall be wall mounted and attached in a manner

affording quick release from the supporting bracket. They shall be installed so

that the top of the extinguisher is not more than 1.5m above the floor and in no

case shall the clearance between the bottom of the extinguishers and the floor shall

be less than 1m. The extinguishers shall be positioned so that the instructions for

operation face outward.

3, FIRE DETECTION AND ALARM SYSTEM

3.1 GENERAL

A complete Fire Alarm System shall be supplied and installed as shown on the

tender drawings and the requirement described herein. The Fire Alarm System

shall be microprocessor controlled, reporting fire alarm type, required to form a

complete, operative, coordinated system. It shall include, but not be limited to,

alarm initiating devices, alarm notification appliances, Fire Alarm Control Panel

(FACP) and auxiliary control devices.

The fire alarm system shall be manufactured by an ISO 9001 certified company

and meet the requirements of BS EN9001: ANSI/ASQC Q9001-1994. The system

and its components shall be Underwriters Laboratories, Inc. listed under the

appropriate UL testing standard as listed herein for fire alarm applications and the

installation shall be in compliance with the UL listing & local Fire authority

codes.

Contractor shall provide the services of factory trained and authorized technician

to perform all system software modifications, upgrades or changes when

necessary. Modification includes addition and deletion of devices, circuits, zones

and changes to system operation and custom label changes for devices or zones.

The system structure and software shall place no limit on the type or extent of

software modifications on-site.

All equipment and components shall be new, and the manufacturer's current

model. The materials, appliances, equipment and devices shall be tested and listed

by a nationally recognized approval agency for use as part of a protective

signaling system, meeting the National Fire Alarm Code. Equipment and

components shall be installed in strict compliance with manufacturers'

recommendations.

3.2 CABLES AND WIRING

3.2.1 GENERAL

All exposed wiring shall be installed in steel conduit & embedded wiring in PVC

conduit. Conduit fill shall not exceed 40 percent of interior cross sectional area

where three or more cables are contained within a single conduit. Cable must be

separated from any open conductors of power, or Class 1 circuits, and shall not be

placed in any conduit, junction box or raceway containing these conductors as per

NEC Article 760-29.

Wiring for 24 volt DC control, alarm notification, emergency communication and

similar power-limited auxiliary functions may be run in the same conduit as

initiating and signaling line circuits. All circuits shall be provided with transient

suppression devices and the system shall be designed to permit simultaneous

operation of all circuits without interference or loss of signals.

Number and size of conductors shall be as recommended by the fire alarm system

manufacturer, but not less than 18 AWG for initiating device circuits and

signaling line circuits, and 14 AWG for notification appliance circuits. All wire

and cable shall be listed and/or approved by a recognized testing agency for use

with a protective signaling system. Cables used for the multiplex communication

circuit (SLC) shall be twisted and unshielded. All field wiring shall be electrically

supervised for open circuit and ground fault.

3.2.2 FIRE RESISTANCE CABLES

Fire resistance cables shall be manufactured to comply with C, W, and Z category.

Conductor shall be high conductivity copper wire stranded. Each core is insulated

with polyethylene. The cores are suitably laid ¬up, filled with filler and tape

bedded. The outer sheath should be of fire retardant low smoke and halogen

polyethylene. The cable shall be manufactured comply with IEC 331, BS 6387

and BS 6724

a. IEC 331 Fire resisting characteristics of electric cables

b. BS 6387 Performance requirements for cables required to maintain

circuit integrity under fire conditions

c. BS 6724 Smoke emission test

3.3 FIRE ALARM CONTROL PANEL

A complete Fire Alarm System shall be supplied and installed to suit a 2 – wire

system as shown on the tender drawings and the requirement described herein.

The Fire Alarm control panel shall be completed with following features.

a. All manual call point circuits should be powered by this FACP.

b. An audible alarm shall activate on activation of any Zone.

c. A fault indication system to indicate any fault power connection or fault zone

connection.

d. The unit shall incorporate a rectifier and battery charger system so that

normal power will be obtained from the mains and converted to 24V. When

there is a breakdown in power supply the battery bank shall provide the

backup supply. The battery bank supplied shall be rechargeable and must

have the capacity to meet the demand of the whole detector system.

In addition, provisions should be made for the following functions in case of a

fire.

a. Alarm signal to the fire brigade.

b. Signal to be sent to control units of Lifts.

c. Trip signal should be sent to relevant power panels to shut down AC System.

The control panel shall be designed to continuously monitor and display the status

of the system, giving zoned location of a fire or fault and providing power to

entire detection and alarm system.

The control unit shall be housed in a heavy gauge metal cabinet designed for

semi-flush mounting. The cover shall be lockable to prevent unauthorized access.

The operating controls and indicators shall be located behind the locked door.

The control unit shall be of a solid- state modular design incorporating plug- in

cards to permit subsequent expansion. One plug- in zone module shall be

equipped for not more than 4 zone circuits.

All detection and alarm indicator circuits shall be monitored against open/short

circuit and earth faults. A malfunction in any one circuit shall result in fault

condition in that Zone only, while other zones continue to operate normally. A

fault shall be indicated by a distinct local audible alarm and a zone number

indicator lamp.

On accepting the fault, it shall be mute the audible alarm, but the visible alarm

shall go off automatically only on rectification of the fault. On acceptance of a

fault condition in the zone, subsequent fault in another zone shall re- activate the

audible alarm. There shall be a clear distinction between the alarm audible and the

fault signals.

Lamp indicators one or other of the following:

(i) Two lamps connected in parallel associated with each indicator and arranged

so that the failure either of the lamps is apparent during the course of a

routine test.

(ii) One lamp only associated with each indicator and circuit arranged so as to

given an audible fault warning immediately on the failure of any lamp in

any time.

Lamp having two filaments in one envelop shall not be used. Each zone shall have

separate fault and alarm lamps.

Each fire alarm indicator shall be clearly labeled with the word “ FIRE” ; each

fault warning indicator lamp shall be labeled with the word “FAULT”.

In addition to labeling, each fire alarm indicator shall be colored red and each fault

warning indicator shall be colored amber. The two colors shall not be used for any

other indicator. A zone alarm indicator lamp shall be arranged to flash to indicator

a newly initiated alarm. Upon acknowledgment, any flashing signal then existent

shall be replaced by a steady signal.

Upon loss of mains power, the power supply unit shall automatically revert to

battery power.

When battery voltage drop below 20V , a fault indication shall be provided to

indicate a battery fault condition.

A visible and audible alarm signal shall be provided to indicate that the control

unit is operating on emergency power. A mute switch shall be provided to cancel

the audible signal upon acknowledgement.

When AC power is restored, the control unit shall automatically revert to normal

operation without need for any manual switching procedure.

The entire power supply and charger circuits, including all fuses shall be

supervised. Any mal function or blown or missing fuse shall result in a fault

indication on the control unit. The control system shall incorporate a facility for

and shall include a one-man inspection device. By plugging in this device to the

control system, it shall be possible for one person to check the operation of

detectors by activating each detector in turn from the detector location. The one-

man inspection device shall automatically reset the alarm system to normal after a

pre-set interval once the alarm has been activated by the detector under test. The

time interval shall be adjustable in steps up to about 30 seconds.

The control panel shall contain necessary contacts and devices to transmit a fire

alarm to the city fire brigade through dedicated telecommunications loops

provided by the fire authority and to monitor the system. Test facility shall be

provided for routine testing of the system by prior arrangement with the fire

brigade. There shall also be a facility to suppress the transmission of an alarm to

the fire brigade during routine functional testing of the detection and alarm system

locally. All equipment provided shall confirm strictly to the fire department

requirement.

Output contacts shall be available to provide individual zone repeat output for

alarm signaling.

Protection shall be provided for solid state components against reversal of polarity

of the battery supply.

Power supply to the fire alarm control panel shall be obtain from isolator switch

closed to the control panel provided by others.

3.4 PHOTO ELECTRIC SMOKE DETECTOR

The photoelectric smoke detector shall be a spot type detector that incorporates

an extremely bright laser diode and an integral lens that focuses the light beam

to a very small volume near a receiving photo sensor. The scattering of smoke

particles shall activate the photo sensor.

The laser detector shall have conductive plastic so that dust accumulation is

reduced significantly. The laser photo detector shall have nine sensitivity levels

and be sensitive to a minimum obscuration of 0.03 percent per foot. The laser

photo detector shall support standard, relay, isolator and sounder detector bases.

The laser photo detector shall include two bicolor LEDs that flash green in

normal operation and turn on steady red in alarm

3.5 INTELLIGENT THERMAL DETECTORS

Thermal detectors shall be rated at 58 degrees Celsius and have a rate-of-rise

element rated at 9.4 degrees C per minute. It shall connect via two wires to the

fire alarm control panel signaling line circuit.

3.6 MANUAL FIRE ALARM BOX (RELEASE BUTTON TYPE)

Manual fire alarm boxes shall, on command from the control panel, send data to

the panel representing the state of the manual switch and the communication

module status. They shall use a key operated test-reset lock, and shall be designed

so that after actual emergency operation, they cannot be restored to normal use

except by the use of a key.

All operated stations shall have a positive, visual indication of operation and

utilize a key type reset. Manual fire alarm boxes shall be constructed with clearly

visible operating instructions provided on the cover. The word FIRE shall appear

on the front of the stations in raised letters 44 mm or larger.

3.7 ALARM SOUNDER

Fire Alarm Sounder shall be an electronic sounder with frequency characteristics

complying with the frequency requirements of BS 5839 Part 1 or equivalent.

Sounder output shall be not less than 90 dB (A_. A volume control shall be

incorporated inside the unit enabling the sound output to set to suit a vide range of

locations. Alarm sounder shall be suitable for surface mounting. Fire Alarm

Sounders shall not be installed in Wards to avoid panic of patients. In such

locations only Visual Alarms shall be provided at the Nurse’s Stations.

4 EXIT SIGN BOARD

The following photo luminescent type of sign board shall be used at the locations

on drawings.

- Exit sign board which indicates the EXIT route shall bear direction arrow and

the international symbol for fire escape on one side or both sides wherever

applicable.

- Exit sign boards which indicate on Exit door shall bear the text EXIT.

5 RECOMMENDED PRODUCTS

Fire detection system main alarm panel Notifire

Honywell

Ziton

Secutron

Fire Alarm system main field devices Notifire

Honywell

Ziton

Secutron

Fire pumps Grundfos

KSB

MAS-DAF

Fire hose reels Angus

Collings

SRI

General purpose valves Angus

Pegler

Showa

Pressure reducing valves Honywell

Pegler