CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD....

38
CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. CONSULTANT: VMS ENGINEERING & DESIGN SERVICES (P) LTD., AHMEDABAD. DOCUMENT NAME: FIRE FIGHTING WORKS TENDER VOLUME-II DOCUMENT NO.: M.TEN.101 R0 VIGNESH NANCY KINJAL 06-09-17 FIRST ISSUE Rev. Prepared By Checked By Approved By Date Status

Transcript of CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD....

Page 1: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD.

CONSULTANT:

VMS ENGINEERING & DESIGN SERVICES (P) LTD., AHMEDABAD.

DOCUMENT NAME:

FIRE FIGHTING WORKS TENDER

VOLUME-II

DOCUMENT NO.:

M.TEN.101

R0 VIGNESH NANCY KINJAL 06-09-17 FIRST ISSUE

Rev. Prepared By Checked By Approved By Date Status

Page 2: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 2

Table of contents

SECTION-I TECHNICAL SPECIFICATION OF WORKMANSHIP AND MATERIALS FOR FIRE FIGHTING

WORKS…………………………………………………………………………………………………….…………3

1. GENERAL SCOPE OF WORK ......................................................................................................................................3

2. DETAILED SCOPE OF WORK FOR CONTRACTOR ..............................................................................................3

3. COORDINATION WITH OTHER SERVICES ........................................................................................................... 11

4. EXCLUSIONS.................................................................................................................................................................. 11

5. DEVIATIONS.................................................................................................................................................................. 11

6. SAMPLES ........................................................................................................................................................................ 11

7. STANDARDS & CODES.............................................................................................................................................. 12

8. TECHNICAL PARTICULARS ...................................................................................................................................... 14

SECTION-II PREAMBLE ............................................................................................................................................... 26

9. FIRE PROTECTION INSTALLATION WORKS...................................................................................................... 26

10. LIST OF APPROVED MAKE / MANUFACTURER .......................................................................................... 31

SECTION-III WORK SCHEDULE / APPROVAL SHEETS ....................................................................................... 33

11. GENERAL ................................................................................................................................................................. 33

12. PERCENTAGES FOR PROFIT, ETC.................................................................................................................... 33

13. SCHEDULE OF BASIC PRICES ............................................................................................................................ 33

14. MATERIAL APPROVAL SHEET .......................................................................................................................... 34

15. DETAILS OF EQUIPMENTS, TOOLS TACKLES PROPOSED TO BE DEPLOYED FOR THIS WORK . 35

SECTION-IV LIST OF DRAWINGS .............................................................................................................................. 38

SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE PROTECTION WORKS ............................................... 38

Page 3: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 3

SECTION-I TECHNICAL SPECIFICATION OF WORKMANSHIP AND MATERIALS FOR

FIRE FIGHTING WORKS

1. GENERAL SCOPE OF WORK

This specification covers the design, manufacturing, testing, painting, packing, forwarding, supply, unloading, storing, erection, testing, commissioning, Performance Trial, Personal Training, handing over and necessary statutory approvals of continuous duty operation (in site conditions), Good for construction drawings of fire protection for the project Fanidhar Mega Food Park Pvt Ltd, Mehsana. stated as below.

• Fire Water Pumping system

• Fire hydrant system.

The scope of work under this tender shall include detailed design, detailed engineering, drafting, manufacture, supply, inspection and testing at Contractor/Vendor’s and / or his Sub-vendor’s works, packing for delivery, transportation, unloading at site, safe custody of the supplied equipment till the time of hand over to Fanidhar Mega Food Park Pvt Ltd, erection, commissioning and carrying out acceptance / guarantee test at site & required legal approval.

The technical specifications of various items are detailed below. In case of non-availability of specification in the enclosed pages, the TENDERER should enclose his own specification and the catalogues. In case of any superior technology or items with better specifications are available; same may be quoted by the TENDERER along with its features. Preference shall be given to better technology, lower cost, environment and energy efficient items and equipment.

2. DETAILED SCOPE OF WORK FOR CONTRACTOR

The scope of work for the above item shall also include following and shall be as per all

document, specification attachments including General Condition of Contract as enclosed:

2.1. Design, Engineering & drafting of all above mentioned system.

2.2. Preparation of Specification of all Bought out items.

2.3. Manufacturing, Supply, Installation and dismantling of temporary items if required.

2.4. The tenderer along with the proposal, shall submit a detailed write-up on how he proposes to plan his work, manning program and bio-data of key personnel he proposes to deploy at site and tools and tackles he proposes to deploy at site.

2.5. Inspection by Third party if applicable.

2.6. Testing and commissioning of entire system.

2.7. Manufacturer test certificate for all items including Bought out items in original.

2.8. Earthing of all equipment as per relevant law and Indian standards.

2.9. Manufacturing: The manufacturing of the equipment and its accessories for the above scope of work shall be done by Contractor’s at their premises outside Fanidhar Mega Food Park Pvt Ltd. Only minor work related to assembly at site shall be carried out inside Fanidhar Mega Food Park Pvt Ltd premises.

2.10. Tools & Tackles: All Tools and Tackles and Instruments required to install, commission and performance checking of the above equipment shall be provided by the contractor.

Page 4: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 4

2.11. For safety of work man and the property of Fanidhar Mega Food Park Pvt Ltd, all work at height shall be carried out by using mobile crane, man lift, mechanized scaffolding. The arrangement and cost of this equipment’s shall be in the scope of the contractor.

2.12. Safety Items: All safety items like Safety net, slings, personal protective equipment (helmet, safety belt, safety shoes, hand gloves, eye glass etc.) shall be provided by the contractor at his own cost. The contractor shall provide Safety jacket to its entire workman working at site at his cost.

2.13. Painting:

The equipment supplied by the contractor shall be finished and painted with approved shade/color of paint. Any damage shall also be repaired and Touch Up shall be done to the satisfaction of Fanidhar Mega Food Park Pvt Ltd. In case of painting at Fanidhar Mega Food Park Pvt Ltd site, The Contractor shall clean and prepare the surfaces to the Fanidhar Mega Food Park Pvt Ltd satisfaction and then apply primer with 2 coat of zinc chromate primer (conforming to IS: 2074) with minimum dry film thickness (DFT) 40 microns per coat and final finish of 2 coats of synthetic enamel (conforming to IS: 2932) with minimum DFT 30 microns per coat, thus having total DFT 140 microns minimum. For galvanized pipes after welding, wherever zinc coating gets dissolved, epoxy paint shall be provided to avoid corrosion. All galvanized piping shall be painted with one coat of zinc chromate primer (DFT 25 microns) and two coats of Aluminum paint with 25 microns DFT per coat or as approved by Fanidhar Mega Food Park Pvt Ltd, thus Total DFT 75 microns minimum.

2.14. Legend Plates:

Each supplied equipment shall be provided with a nomenclature name plate / Tag / name printing soon after completion of installation.

2.15. Drawings & Manuals:

• Good for execution drawings shall be prepared by successful bidder and submit to consultant for approval. Submission of Hard copy of as Built drawings in 5 sets in standard size as specified by Fanidhar Mega Food Park Pvt Ltd. The soft copy of all the as built drawings shall also be submitted in software as specified by Fanidhar Mega Food Park Pvt Ltd

• Submission of Hard copy of Operation & Maintenance manual including all bought out items in 3 sets in standard size as specified by Fanidhar Mega Food Park Pvt Ltd. The soft copy of all these shall also be submitted in software as specified by Fanidhar Mega Food Park Pvt Ltd

2.16. Spare Parts:

• The scope of work shall include supply of normal maintenance Spares required for 1-year normal maintenance. The TENDERER shall submit a list of spares as proposed by him along with his offer. Any offer without spare parts list shall be liable to be rejected.

• All spares and maintenance tools and tackles shall be designed to enable maintenance to be carried out in the least time and at the least cost and support resources without affecting the performance and safety aspects.

• For all major equipment including pumps, drives, large valves etc., and appropriate structural steel members shall be provided for mounting various handling devices which are necessary for the dismantling and re-assembly of the equipment components during maintenance.

• All the spares and maintenance tools and tackles supplied shall be new and unused.

Page 5: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 5

• The CONTRACTOR shall guarantee that before going out of production of spares and maintenance tools and tackles for the equipment furnished, he shal l give at least 12 months advance-notice to the Fanidhar Mega Food Park Pvt Ltd, so that the later may order his requirement in one lot, if he so desires.

2.17. Unit price:

• In case of piping, Unit price for erection of fittings and flanges shall be included in unit price for erection of pipes of respective sizes and respective grades. Separate prices for supply and installation of hardware like spectacle blinds, nuts, bolts/studs, gaskets are not called for. Supply and installation of these items as required shal l be included in the respective unit price for fabrication and erection of piping. Separate unit price for supply and application of painting for pipes, fittings, flanges, valves and equipment will not be applicable.

• Charges for supply and application of painting of all the items shall be included in the respective unit price for erection of piping, valves and equipment. No unit price has been called for the fabrication of branch connections on piping. These are to be treated as straight pipes only and no separate unit prices will be applicable for fabrication work involved. Wherever bends are to be formed out of straight pipe lengths for sizes 40 mm and smaller, the same shall be fabricated at site and treated as straight pipes only and no separate prices will be applicable for fabrication work involved.

2.18. Testing:

All charges for inspection, testing, radiography, dye penetrant testing, flushing, cleaning, hydro/air testing, purging with inert gases, commissioning, including consumables required for same shall be included in the unit rate for erection of piping/valves/equipment.

2.19. Minor Civil works:

Minor civil works like wall opening, chipping of foundation, grouting of foundations and repairing of wall opening made shall be carried out at no extra cost.

2.20. Damage to Fanidhar Mega Food Park Pvt Ltd property:

Damage made to any property of Fanidhar Mega Food Park Pvt Ltd in the process of execution of the above work shall be made good / repaired and brought back to original condition at the cost of the prospective contractor.

2.21. Government Rules:

The contractor shall ensure compliance to all government rules and regulation regarding their workman deployed at site including payment of PF, ESI etc. Fanidhar Mega Food Park Pvt Ltd may check compliance of some or all the above with each bill raised by the contractor.

2.22. Modifications:

In case the work requires any change / modification of existing facilities e.g. piping, cabling etc., the contractor shall carry out the same at his cost within the scheduled time.

2.23. Measurement of Quantities:

• The Payment to the party shall be as per installed quantities which shall be measured jointly in presence of contractor representative. Any leftover quantities shall be removed by contractor from the site and same shall be supplied immediately on completion of work.

• The measurement of quantities for payment purpose for piping shall be done from corner to corner without deducting length of fittings but after deducting length of valve and specialty, control valve. Similarly, fittings, flanges shall be based on actual quantity erected as per unit price available in the work order.

Page 6: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 6

2.24. Consumables:

All consumables required to complete the above scope of work shall be arranged by the Contractor. The contractor shall comply with instruction of Fanidhar Mega Food Park Pvt Ltd on specification and quality of these consumables.

2.25. Energy:

• Client will provide single point power and water connection to contractor, further power/water distribution shall be in contractor’s scope.

2.26. Site Office:

• For temporary storage of material, Fanidhar Mega Food Park Pvt Ltd will provide space for contractor Site office. However necessary arrangement for covering, safety and security will be done by the Contractor After completion of work, the contractor shall be handed over the site to Fanidhar Mega Food Park Pvt Ltd after removing all temporary structure, material thereon in a clean and tidy condition.

• No space will be available from the Fanidhar Mega Food Park Pvt Ltd to accommodate the Contractor’s workmen and supervisory personnel. Necessary labor colonies/residential accommodation and water, power and other facilities for the same shall have to be arranged by the contractor at his own cost.

• The Contractor shall arrange his own workshop facilities at site if required to carry out fabrication work as required.

2.27. Maintenance And Protection of Fanidhar Mega Food Park Pvt Ltd Property:

Maintenance and protection of plant and equipment under this contract from the day they are handed over to contractor till the date of acceptance by Fanidhar Mega Food Park Pvt Ltd shall be responsibility of the Contractor. If any existing equipment / structure inside shops or outside shops are damaged by Contractor or his sub-contractor’s workers or staff, Contractor will be penalized by Fanidhar Mega Food Park Pvt Ltd Contractor shall be liable to pay compensation/penalty for the same as decided mutually between Fanidhar Mega Food Park Pvt Ltd& Contractor.

2.28. Progress Review:

The Contractor shall arrange for weekly progress review meetings at site. Delays, if any shall be pinpointed and the Contractor shall indicate the corrective action already initiated and those he proposes to initiate. The program for the subsequent week shall be presented by the Contractor for approval.

2.29. Required resource:

If, in the opinion of Fanidhar Mega Food Park Pvt Ltd, the manpower or tools and tackles, equipment and aids provided by the Contractor are not adequate or are unsafe, the Contractor shall suitably augment or replace the same as directed by Fanidhar Mega Food Park Pvt Ltd. In the event of non-compliance by the Contractor, Fanidhar Mega Food Park Pvt Ltd reserves the right to augment or replace such facilities and back charge the Contractor all expenses incurred in this connection.

2.30. Assigning work:

The whole of the work included in the contract shall be executed by the Contractor. The Contractor shall not directly or indirectly transfer, assign or sublet the contract or part thereof without the written consent of Fanidhar Mega Food Park Pvt Ltd

Page 7: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 7

2.31. Working in Fanidhar Mega Food Park Pvt Ltd shutdown:

In case the above scope of work calls for working in pre -defined planned shutdowns of Fanidhar Mega Food Park Pvt Ltd, the Contractor shall prepare detailed programmed and shall deploy additional workman, supervisor, tools & tackles, machinery etc. along with additional project manager and safety supervisor throughout the working time including night shift, to complete the work as per plan.

2.32. Welding work:

In case the work involves welding, the contractor shall employ Qualified Welde rs who shall be authorized to work, based on test carried out in presence of Fanidhar Mega Food Park Pvt Ltd as per prescribed procedure of Fanidhar Mega Food Park Pvt Ltd

2.33. Operation & Maintenance Tools:

• The TENDERER shall indicate and include in his scope of supply all the necessary tools, tackles, appliances and lifting devices for the effective maintenance and servicing of the equipment and its components. The dispatch of tools, tackles, appliances and lifting devices shall be synchronized with the dispatch of the related equipment.

• Each tool and tackle shall be clearly marked with its size and purpose. Each set of tools and tackles shall be suitably arranged in fitted boxes of mild steel construction; the number of boxes being determined in relation to the layout of the plant in question. The taps, stocks and dies shall be kept in approved mild steel boxes with compartments for individual items. If the weight of any box and its contents is such that it cannot be conveniently carried, it shall be supplied on steerable rubber tired wheels.

• Each tool box shall be provided with a lock and two keys and shall be painted navy blue and clearly marked, in white letters, with the name of the equipment, plant or system.

• The tools and tackles with the appropriate boxes, are to be handed over to the OWNER/EMPLOYER at the time of issue of the taking-over certificate.

2.34. Marking / Legend:

• Each item of plant shall be provided with a nameplate or label designating the service of the particular equipment. The size of the plate and inscriptions shall be approved by the EMPLOYER. Such nameplates shall be of 2-mm thick, 18-8 steel material having engraved black lettering. Alternatively, aluminum anodized plate may be used in place of SS plate. In case of indoor equipment like circuit breakers, starters, etc. the plate shall be of transparent plastic material with engraved black lettering on the back. The nameplates shall be screwed or riveted to the body of the equipment through a support bracket / plate where direct fixing to the equipment is not desirable.

• All piping shall be marked with Color bands as specified in IS: 2379 or as per EMPLOYER specification. Besides these color bands, Name of fluid and arrows shall also be marked at pre-defined intervals. Base color for piping inside shop shall be as Code/Approved shade from Client.

• All underground piping shall be marked with land markers/Caution Tape. The distance between the land markers shall be as approved by the Engineer In charge.

2.35. Calibration:

All instruments used for critical measurement such as pressure gauges for leak tests, instruments for measuring performance parameters; instruments for precision dimension measurements shall have valid calibration certificates traceable to national standards. This means that the calibrating agency engaged by the CONTRACTOR shall use instruments which are in turn calibrated by Government approved agencies and such information shall be

Page 8: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 8

recorded in the calibration certificate issued by the calibrating agency by giving the certificate number, date and date of validity of the certificate given by the Government approved agency.

2.36. Inspection at Makers work:

In case of mechanical and electrical works all materials shall be offered by the vendor for inspection to EMPLOYER before their dispatch to site. The inspection shall be carried out as per relevant IS/BS. EMPLOYER shall have the right to inspect the material at manufacturer’s works or waive of the inspection for dispatch and inspect at site. Even after this inspection the Contractor shall be responsible for the performance of the equipment of the Plant.

2.37. Performance tests at site:

• Performance tests shall be carried out as per relevant / mutually agreed / specified Codes and Standards. These tests may repeat the tests carried out at the MANUFACTURER's works and/or his SUB-VENDOR / SUB-CONTRACTOR's works and any other tests the ENGINEER may require in order to determine that the equipment is in accordance with the specification and guarantees

• A programme and write-up on 'Procedure for conducting the performance tests' shall be submitted by the Contractor to the Engineer In charge for approval, at least thirty (30) days before the commencement of the tests.

• Performance tests shall be conducted by the CONTRACTOR on plant/equipment supplied by him. The CONTRACTOR at his own expense, shall make all preparations, furnish testing equipment and testing personnel and incur all expenses with such tests. The date for such performance tests shall be mutually agreed upon by EMPLOYER and CONTRACTOR.

• If the CONTRACTOR so desires, the equipment may be run for a reasonable time, immediately before the performance test is conducted. A request for this run, stating duration and operating point must be made, in writing to the Engineer in Charge at least seven (7) days before the performance test.

• During any performance and efficiency test, the plant shall be operated by the EMPLOYER's staff under the direction of the CONTRACTOR's representative, but under the general supervision of the ENGINEER IN CHARGE.

• Test shall be carried out at steady state condition and at nearly the load point. The test may be conducted at convenient time of the day or night, when the condition can be held steady.

• The plant / equipment shall be continuously operated at full load for at least seventy-two (72) hours to prove its performance. For the period of the test, the time of operation shall be counted. Minor interruptions, not exceeding four (4) hours, attributable to the CONTRACTOR are acceptable. However, the test shall be prolonged for such periods of interruptions. If the interruptions are more than four (4) hours, the CONTRACTOR shall repeat the test for the full period of seventy-two (72) hours. If the interruptions are not attributable to CONTRACTOR, and the period of such interruptions is less than twelve (12) hours, the test shall be prolonged for such period of interruptions. If the interruptions not attributable to the CONTRACTOR exceed twelve (12) hours, the test shall be prolonged for a period of twelve (12) hours only. Further if the interruptions not attributable to the CONTRACTOR occur after sixty-five (65) hours of effective test period, the TENDERER / CONTRACTOR need not carry out the test thereafter.

• In case the test conditions deviate from design values, the results of performance tests shall be correlated to the specified conditions by correction factors, which shall be defined by means of correction curves. These correction curves shall be submitted with the Bid and shall be reproduced and incorporated in the operating and maintenance manuals. Each correction curve must have a minimum range from 15% below to 15% above the specified conditions.

Page 9: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 9

• Should any Plant or equipment or any portion thereof fail, under the tests, to give the guaranteed performance, the CONTRACTOR shall be given the option of making rectification / correction after which the tests shall be repeated at the CONTRACTOR's expense. The repeat tests shall be carried out within 21 days or such extension of time as may be allowed by the ENGINEER IN CHARGE to remedy the deficiencies. All expenses for the modifications in the equipment shall be done by the Contractor, who shall have no right to claim the same from EMPLOYER.

• The values used in the performance calculations shall be the arithmetic average ( or as otherwise agreed upon) of the observations made and recorded for the agreed test period.

• After the results of the performance tests have been submitted to and approved by the ENGINEER IN CHARGE, a summary of the test readings and the performance calculations shall be incorporated in the final version of the Operating and Maintenance Instruction Manuals.

• Any damages / breakages during the trial operation shall be repaired / replaced by the CONTRACTOR at no additional cost. This has to be done with the written approval from ENGINEER and, if so advised by the ENGINEER IN CHARGE, the performance tests shall be repeated.

2.38. Performance within guarantee period:

• The EMPLOYER reserves the right to carry out further tests to check the performance and efficiency of the plant at the end of the guarantee period. The Contractor will be notified so that he can be present, if he so desires. Such adjustments to the plant as may be considered part of normal operating routine shall be carried out prior to these tests. Should the results of such repeat tests carried out by the EMPLOYER indicate that performance values deviate from guaranteed values within permissible units, then the CONTRACTOR shall be given the opportunity to take corrective measures and carry out further test, all at his own expense. Should the test indicate performance values below and auxiliary power consumption values above guaranteed value then a reduction in the Contract Price may be claimed by the EMPLOYER.

2.39. Rejection of plant:

• Should any plant or equipment or any portion thereof fail after repeat tests, then the EMPLOYER shall have the right to reject the plant or equipment, notwithstanding the previous issue of a Taking-over Certificate.

• Any item of plant shall be subject to rejection by the EMPLOYER, in accordance with the General Conditions of Contract, should they fail to comply with the guarantees, after taking into account any permissible tolerance. For this purpose, each item of plant shall be considered the subject of a separate contract.

2.40. Designing & Drawing:

All drawings submitted by the VENDOR/CONTRACTOR including those submitted at the time of bid shall be with sufficient detail to indicate the type, size, arrangement, weight of each component, breakdown for packing and shipment, the external-connections, fixing arrangements required, the dimensions required for installation and inter-connection with other equipment and materials, clearance and spaces required between various portions of equipment and any other information specifically requested in the specifications. The term "CONTRACTOR" used hereafter in this specification shall mean "VENDOR" also wherever applicable. Each drawing submitted by the CONTRACTOR shall be made in metric units.

2.41. Codes & Standards:

All equipment and work covered under this specification shall comply with currently applicable status, regulations and safety codes in the locality where the equipment will be installed. They shall comply in all respects with the requirements of the latest editions of the

Page 10: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 10

codes and standards. The Contractor shall obtain prior written approval of Fanidhar Mega Food Park Pvt Ltd on safety regulations to be followed before taking up any fabrication, erection, dismantling, testing and commissioning work. In case of conflict between codes and standards referred to in this specification or documents enclosed with specification and requirements of this specification, the more stringent specification shall govern.

2.42. Measurement of work for payments:

Contractor is advised to bring in material as required for completing the job. EMPLOYER shall pay for the material which is installed at site and measured jointly by EMPLOYER and Contractor. A report to this effect shall be attached with every Bill. All left out material shall have to be taken back by the Contractor. The site need to be cleared of any material, equipment, shed etc. before settlement of Final Bill.

2.43. Government Approvals:

In case any of the work requires approval of any Government department / agency, same shall be in the scope of Contractor. All expenses for getting such approval shall be borne by the Contractor. However, any Fee paid to the Government by the Contractor shall be reimbursed by the EMPLOYER on submission of Original receipt of payment made by the contractor. Preparation of Drawings, site inspection etc. required for government approval shall be done by contractor under intimation and approval of the EMPLOYER. No site inspection shall be carried out by any outside agency including that of Government without written permission of the EMPLOYER.

2.44. Tests at manufacturer's works:

The tests at Works shall include electrical, mechanical and hydraulic tests in accordance with the appropriate clauses of Statutory Regulation, relevant codes and standards and approved drawings / specifications and in addition any test called for by the EMPLOYER or the CONSULTANT to ensure that the Plant being supplied full fills the requirements of the Specifications. The VENDOR shall carry out all the shop tests and inspections specified under individual items of the Equipment, in addition to those normally required as per codes / standards. For items not covered by any code or specifically mentioned in the Specifications, the tests are to be agreed with by the CONSULTANT/ENGINEER INCHARGE.

2.45. Test Certificates:

Test certificates including test records, performance curves and balancing certificates shall be supplied according to the Distribution Schedule. All the tests shall be carried out in accordance with the provisions of the 'Contract'. All test certificates must be endorsed with sufficient information to identify the material or the Equipment to which the certificates refer, and must carry at the top right-hand corner the identification of the EMPLOYER and the 'Contract'.

2.46. Working at site:

• The Contractor shall take all precaution to prevent any accident in connection with the performance of the work and shall put up and maintain suitable and sufficient barriers, lights etc. The Contractor will make his own arrangement for lighting for carrying out the work during day and night as required. Only general lighting of the area as already available shall be maintained by Fanidhar Mega Food Park Pvt Ltd

• The Contractor shall construct, at no extra cost to Fanidhar Mega Food Park Pvt Ltd, temporary foundations, anchors, and structures as necessary for his erection equipment / piping, subject to Fanidhar Mega Food Park Pvt Ltd approval. Such foundations/anchors/structures shall be removed expeditiously after their use for erection purpose.

Page 11: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 11

• The Contractor shall carry out, at no extra cost to Fanidhar Mega Food Park Pvt Ltd, minor temporary earth work required for erection purpose, e.g. filling, access ways, ramps, etc. for movement of equipment, trailers, cranes. The temporary earth work shall be removed immediately after its purpose is served. The Contractor shall also provide and lay timber sleepers, blocks, planks etc. on the ground to facilitate safe movement of equipment, and cranes etc. where required at no extra cost to Fanidhar Mega Food Park Pvt Ltd.

• The entire work shall be carried out with necessary safety precautions to meet the rules of local statutory / site authorities to have the utmost protection to men and materials. Use of safety equipment shall be enforced. All rigging and lifting equipment will have to be tested for reliability and operation.

2.47. Site Inspection

The Contractor shall provide, for purpose of inspection, access ladders, scaffoldings, lighting and necessary instruments at his own cost. No overrun compensation will be paid and work schedule shall be jointly worked out between the Contractor and Fanidhar Mega Food Park Pvt Ltd to minimize the idle time for the Contractor.

3. COORDINATION WITH OTHER SERVICES

The Contractor shall be required to coordinate his activities with all other services such as Mechanical Piping Contractor, Electrical and Civil (Trenches, Road Crossing, and Hume Pipes etc.)

4. EXCLUSIONS

• All civil / structural builder works, major or minor, shall be included in the scope of the work to be executed by the Main Civil Contractor unless otherwise specified. All such builder works shall be shown in the shop drawing of specialized sub-contractor.

• The Contractor shall however furnish all details and relevant data required for design and detailed engineering of all such civil work.

5. DEVIATIONS

• Deviation from specification must be stated in writing at quotation stage.

• In absence of any deviation statement it will be assumed that the requirement of specification is met without any deviation.

6. SAMPLES

The Contractor shall be required to produce samples of the following items for approval, which shall be carefully maintained at site after approval. The Contractor shall use only those items whose samples have been approved.

• Pipes and fittings

• Pipe supports and clamps

• Gasket

• Nut & bolts

• Single headed hydrant valve

Page 12: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 12

• RRL hose

• Sluice valve

• Butterfly valve

• Ball valve

• Non-return valve

• Y strainer

• Pressure gauge

• Pressure switch

7. STANDARDS & CODES

ANSI: 70.2 American National Standards Institute Control Valve Seat Leakage classifications. ASME: American Society for Mechanical Engineers BS: British Standards ANSI B16.1 Cast Iron Valve Ratings ASME B16.34 Ratings of Valves-Flanged, Threaded and Welding Ends API 594 Wafers and Wafer - Lug Check Valves API 600 Steel Flanged and Butt Welding End Gate Valves API 602 Steel Gate Valves, Threaded and Socket Welding Ends API 609 Butterfly Valves BS 1414 Steel Gate Valves, Flanged and Butt Welding Ends BS 1868 Steel Check Valves, Flanged and Butt Welding Ends BS 5351 Steel Ball Valves BS 5352 Steel Gate, Globe and Check Valves, 50 mm and Smaller IS 778 Bronze Valves MSS-SP 67 Butterfly Valves IS: 554 Dimensions for pipe threads where pressure tight joints are required

on the threads. IS: 638. Sheet rubber jointing and rubber insertion jointing. IS: 778 Copper alloy gates globe and check valves for water work purposes. IS: 780. Sluice valves for water-works purposes (50 mm to 300mm). IS: 901. Couplings double male and double female, instantaneous pattern for

firefighting. IS: 1239 Mild steel tubes, tubular and other wrought (Part I & II) steel fittings. IS: 388. Hose tubing. IS: 10221 Anti corrosion treatment for underground MS pipes. Wrapping and Coating for Underground Pipes IS: 5312 Swing check type reflux (non-return) valves. ASME Sec VIII Unfired pressure Vessels IS: 554 Galvanized piping threads ANSI B31.3 Welders and welding procedure API STD 598 Test pressure applied to valves ASME Sec. IX Inspection of all welds API Code 1104 The procedure and quality of Radiographic Exam ASTM E-94 & 142.

Page 13: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 13

IS 816.tests Evidence of welder’s qualification IS-800 Codes of practice for Structure IS-226 Structural steel (standard quality) IS-2062 Structural steel IS: 2379 Color Code for Identification of Pipe Lines IS: 1520/IS: 5120 Pump Design IS: 14846, Gate valves IS: 5312 Non-return valves SA 194 Gr. 4 Nuts SA 320 Gr.4 Studs IS: 1520 Horizontal centrifugal pumps for clear, cold and fresh water. BS: 599 Methods of testing pumps. PTC: 8 ASME Power Test Codes - Centrifugal Pumps. IS: 325 Induction motors, three phase IS: 7816 Guide for testing insulation resistance of rotating machines. IS: 4029 Guide for testing three phase induction motors. IS: 3043 Code of practice for earthing. IS-5 Color for ready mixed paints and enamels IS-9537 Specification for conduits for electrical wiring PART-11 IS-1554 PVC insulated (heavy duty electric cables part-l working Voltage up

to & including * 11QOV IS-10810 Method of test for cables part-53-flammability test PART-53 ISA 255A 983 Code of practice for installation and maintenance Power cables up to

and including 33kV rating IS-3043-1987 Code of practice for Earthing. UL-50 Cabinets and Boxes NBC, 2016 National Building Code of India Local AHJ All requirements of Authorities Having Jurisdiction. BS-5308 Part-I Specification for Polyethylene insulated cables. IEC: International Electro Technical Commission IEC 79 Electrical Apparatus for Explosive Gas atmosphere IEC-332 Test on bunched wires or cables. IEC 529 Classification of degree of protection provided by

Enclosures IEC 584-2 Thermocouple Tolerances IEC 751 Industrial RTD Sensors. IEC 801 Electromagnetic compatibility for industrial for industrial

Process measurement and control. ISA: Instrument Society of America ISO: International Organization for Standardization. NEC: National Electric Code NEMA: National Electrical Manufacturer’s Association ICS-6 Enclosures for industrial control system IS: 13947 Low voltage switchgear and control gear General

Part-1 rules IEC 326. Printed Circuit Boards

Page 14: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 14

8. TECHNICAL PARTICULARS

8.1. PUMPING SYSTEM

8.1.1. DETAIL SCOPE FOR PUMPING SYSTEM

This specification covers the design, manufacturing, testing, painting, packing, forwarding, supply, unloading, storing, erection, testing, commissioning, Performance Trial, Personal Training, handing over and necessary statutory approvals of continuous duty operation (in site conditions) of Diesel engine driven pump, Electrical motor driven pump, Jockey pump, air vessel, valves, instruments.

8.1.2. TECHNICAL SPECIFICATION

• For technical data sheets of pumps refer Section- VI & VII.

8.1.2.1. Electric Motor Driven Pump

8.1.2.1.1. General

• The Pumps shall be single stage designed for continuous operation and shall hav e a continuously rising head characteristic without any zone of instability.

• The head vs. capacity, input power vs. capacity characteristics, etc. shall match to ensure load sharing and trouble-free operation throughout the range.

• In case of accidental reverse flow through the pump the driver shall be capable of bringing the pump to its rated speed in the normal direction from the point of maximum possible reverse speed.

• The motor shall have a 15% margin of power rating over the rated pump input power.

• In case the Pump & Motor are from different manufacturers, the contractor under this specification shall assume full responsibility in the operation of the pump and the drive as one unit.

• The pump shall be capable of a minimum of 150 percent of rated capacity at a total head of not less than 65 percent of the total rated head. The total shut-off head shall not exceed 120 percent of total rated head on the pump.

• An automatic air release valve shall be provided to vent air from the pump. This valve shall be located at the highest point in the discharge line between the pump and the discharge check valve.

• Pumps coupled with motor on a common platform shall perform smoothly without any excessive noise or vibration.

8.1.2.1.2. Pump Casing

• The casing shall be capable of withstanding to the maximum pressure developed by the pump at the pumping temperature.

8.1.2.1.3. Impeller

• The impeller shall be of phosphor bronze and the bush shall also be of stainless steel.

8.1.2.1.4. Pump

• The pumps shall be Centrifugal End suction back pull out type for Main Pumps and Vertical inline type Jockey Pump. (Refer data sheet)

• The impeller shall be secured to the shaft and shall be retained against circumferential movement by keying, pinning or lock rings.

Page 15: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 15

• All screwed fasteners shall tighten in the direction of normal rotation, pipes, pipes fittings and their supporting structure.

• All Pumps shall be provided with Gland Packs.

• Pump efficiency should be 60% or more and pump shall be ISI marked.

8.1.2.1.5. Shaft

• Shaft size shall be selected on the basis of maximum combined shear stress.

• The shaft shall be of stainless steel/EN-8 ground and polished to final dimensions and shall be adequately sized to withstand all stresses from rotor weight, hydraulic loads, vibrations and torques coming in during operation.

• Length of the shaft sleeves must extend beyond the outer faces of gland packing or seal and plate so as to distinguish between the leakage between shaft and shaft sleeve.

• Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or

• Loosening. Shaft and shaft sleeve assembly should ensure concentric rotation. The sleeve shall be of stainless steel.

8.1.2.1.6. Pump Shaft Motor Shaft Coupling

• All shafts shall be connected with adequately sized flexible couplings of suitable approved design. Necessary guards shall be provided for the couplings.

8.1.2.1.7. Base Plate

• A common base plate mounting both for the pump and drive shall be provided. The base plate shall be of rigid construction, suitably ribbed and reinforced.

• Base plate and pump supports shall be so constructed and the pumping unit so mounted as to minimize misalignment caused by mechanical forces such as normal piping strain, hydraulic piping thrust etc.

8.1.2.1.8. Vibration & Balancing

• The rotating elements shall be so designed to ensure least vibration during start and throughout the operation of the equipment. All rotating components shall be statically and dynamically balanced at workshop.

8.1.2.1.9. Instruction Manual & Tools/Spares

• A comprehensive instruction manual shall be provided by the contractor indicating detailed requirements for operation, dismantling and periodic operation and maintenance procedures. This manual must also be provided in soft copy.

8.1.2.1.10. ELECTRIC MOTORS

• The motor shall be designed not to draw starting current more than 3 times normal running current. It shall be designed for continuous full load duty. The motor shall be full load duty & shall be capable of handling the required starting torque of the pumps. Speed of motor shall be compatible with the speed of the pump.

• The cooling fans shall be directly driven from the motor shaft.

• Motors shall be enclosed type and shall have a dust tight construction with suitable means of breathing and of drainage to prevent accumulation of water from condensation.

• All components shall be of adequate mechanical strength and robustness and shall be constructed of metal unless otherwise approved.

Page 16: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 16

• The rating and design shall conform to relevant IS specification.

• The motors shall be Squirrel Cage TEFC Induction type.

• The motors shall be wound for Class- F insulations, and the winding shall be vacuum impregnated with head and moisture resisting varnish, and glass wool insulated to withstand tropical conditions.

• Two independent earthing points shall be provided on opposite sides of the motor for bolted connections.

• 415 Volt power terminals shall be suitable for receiving 1.1 kv grade armored power cables.

• The cable boxes and terminations shall be designed to enable easy disconnection and replacement of cables.

• Motor shall be suitable for +/- 10% variation in voltage and +/- 3 % variation in frequency.

• Motor efficiency should be 75% or more and also motor should be ISI marked.

8.1.2.2. Diesel Engine Driven Pump

8.1.2.2.1. General

• The diesel engine shall be of multi cylinder type four stroke cycles with mechanical injection, cold starting type.

• The engine shall be designed with regard to ease of maintenance, repair, cleaning and inspection. This will also provide interchange ability of parts.

• All parts susceptible to temperature changes shall have tolerance for expansion and contraction without resulting in leakage, misalignment of parts or injury to parts.

8.1.2.2.2. Starting

• The engine shall be capable of both automatic and manual start. Generally, the engine shall start automatically, but in case of the auto start system failure the engine shall be capable of manual start. Engine shall be able to start without any preliminary heating of combustion chamber; cranking mechanism shall also be provided. All controls / mechanisms which have to be operated in the starting process shall be within easy reach of the operator. A day oil tank of adequate capacity constructed in M S sheet shall be provided as per manufacturer's guide line.

• A high torque D.C. motor charged by battery shall initiate automatic start of diesel engine. The battery shall hold adequate retainable charge to provide the starti ng of the diesel engine. Starting power will be supplied from one set of storage batteries. The battery capacity shall be adequate for ten consecutive starts without recharging with a cold engine under full compression.

• The battery shall be used for no other purpose other than starting of the engine and shall be fully charged at all times with provision for trickle & boost chargers. After start of the engine the charger shall be disconnected, the battery being fed from the engine dynamo.

8.1.2.2.3. Governing System

• The engine shall have a speed control device which will control the speed under all conditions of load. The governor shall be suitable for operation without external power supply.

• The Governor shall offer following features:

Page 17: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 17

• An adjustable governor to regulate engine speed within a range of 10% between shut-off and maximum load conditions of the pumps. The governor shall be set to maintain rated pump speed at maximum pump load.

• An over speed shutdown device to shut down the engine at a speed approximately20% above rated engine speed with manual reset, so that the automatic engine controller will indicate an over speed signal until the device is manually reset to normal operating position.

8.1.2.2.4. Fuel System

• The diesel engine is to run on High Speed Diesel, the tank provided being enough to hold the volume required for 2 hours (minimum) continuous operation.

• The Day Oil Tank shall be supplied by the Engine Manufacturer. The Tank shall be of M S sheet of thickness approved by the Engine Manufacturer with an internal lead sheet lining to prevent contact between tank and oil.

• Tank shall have indications for Fuel Level Indicator with Shut off Nozzle and shall be duly calibrated.

8.1.2.2.5. Engine cooling System

• The Diesel Engine shall be Air-cooled.

8.1.2.2.6. Accessories

• The engine shall be mounted on a base plate of fabricated steel construction.

• Adequate access shall be provided to the big end and main bearings, camshaft and governor drives, water jackets etc.

• The engine shall have a base plate made from M S sections. There shall be reasonable space at the big end, camshaft, water jackets, governor drives and main bearings.

• The engine shall be provided with intake and discharge duct work, inlet filter and silencer, outlet muffler, expansion joints, dampers etc. as necessary for efficient operation. Intake air should be taken from inside the building in which the engine is located, but the exhaust should be discharged into the air at a location as desired by the Owner.

• The engine shall have two number batteries of 150 Ah each and consisting of 21 plates each.

8.1.2.2.7. Instrumentation

• The diesel engine shall be provided with adequate instrumentation. The gauges etc. as required are provided for in the Engine Panel.

8.1.2.3. CONTROL PANEL

8.1.2.3.1. Scope

• The general construction details of the panel shall be subject to purchaser's approval and shall be in line with IS-8321 for Factory's Build Assemblies.

• The Panels shall be fabricated from CRCA sheet steel of minimum thickness 2 mm. The load bearing members and the doors with large instruments shall be fabricated from suitably thicker sheets. Stiffeners shall be provided, wherever required. The individual panels of the distribution board shall be identical in depth and height and when bolted together shall give appearance of one continuous panel. The Panels shall be complete with the base frame of min. height of 75 mm. The cable entry of distribution boards shall be from Top / bottom as suggested in SLD / Data Sheets with removable undrilled gland plate.

Page 18: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 18

• The Panels shall have totally segregated busbar chamber, cable alley and feeder compartment. Each feeder in the board shall be mounted in separate compartments. The compartment shall be totally segregated so that, in case of a fault in any feeder, the damage is restricted to that compartment only. The barriers shall be used to achieve compartmentalisation. The compartment doors shall be provided with concealed hinges and thumb screws with retaining washer. The spacing of thumb screws shall ensure proper compression of gasket. The compartment doors shall be interlocked with the switch of the feeder such that the door can be opened only when the switch is off. The cable alley shall be provided with hinged doors & shall be provided with arrangement for fixing cable clamps. The distribution board shall be suitable for extension on either side.

• The Distribution Board shall be single front & shall have front access only, both for maintenance and operation. The boards shall be suitable for placing against the wall. Gaskets shall be provided between all joints, beneath the door and gland plates to ensure effective dust and vermin proofing. The hardware used shall be high tensile strength steel with zinc passivation or chromium plated. A separate vertical section shall be provided for the main incoming power feeder. Adequate lifting lugs / hooks shall be provided for each shipping section. The horizontal and vertical busbar compartment in PDP, LDP & MCC shall be totally segregated from rest of the compartments and rendered totally inaccessible under normal circumstances. The busbar chamber shall be adequately sized and totally enclosed and at the same time maintaining the temperature rise of busbars within the permissible values as per relevant standards. Temperature rise of offered busbars shall be specifically stated in the offer by VENDOR. The Busbar chamber shall be complete with bolted cover. No equipment shall be mounted on Busbar chamber.

• The Degree of Protection of LDP, PDP & MCC shall be IP-55 or better.

8.1.2.3.2. Wiring and termination

• All the equipment covered in this specification shall be supplied completely wired internally to components and terminal blocks and ready for purchaser’s external cable connections. The Incomer terminals shall be suitable for termination of Aluminium / Copper armored cables as indicated in SLD. If Incoming MCCB/MCB terminals are not adequate to receive the incoming cable size, additional terminal shall be provided.

• The Terminal Block provided for connecting Outgoing Cables shall have terminals suitable for terminating the Aluminium / Copper armored cables. The connection between feeders and the busbars shall be with links of adequate size in case of feeders above 63 amperes and with 650 V grade PVC insulated copper / aluminium conductor in case of feeders of rating below 63 amperes. Terminal blocks shall be rated 600 V. Terminals shall be permanently marked with white marking strips in accordance with the Wiring Diagram.

• The terminal blocks shall be furnished with minimum 10% spare terminals.

• All cable terminations shall be via lugs. Tin-plated copper lugs suitable for aluminum / copper conductors shall be provided for the main incoming power feeder. Fork type tin plated copper lugs shall be provided in the incoming line section for connecting the main grounding conductor.

Page 19: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 19

8.1.2.3.3. Earthing

• The Distribution Board shall be provided with continuous earth busbar complete with 2 terminals for connecting the earth busbar to the system earthing grid. Separate earth Al. busbar shall be provided throughout inside the panel & shall be brought out at ends.

8.1.2.3.4. Painting

• All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale, rust, grease and dirt. Fabricated structures shall be pickled and then rinsed to remove any trace of acid. The under surface shall be prepared by applying a coat of phosphate paint and coat of yellow zinc chromate primer. The under surface shall be made free from all imperfections before undertaking the finishing coat.

• After preparation of the under surface, the switchboard shall be spray painted with two coats of epoxy based final paint or shall be powder coated as per the instructions of Owner/Consultant.

• Colour shade of final paint shall be as 631 of IS: 5 unless specified otherwise.

• The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pinholes, orange peels, runoff paint etc. Vendor shall supply final paint (1 liter per switchboard) in non-returnable container for final touch up at site.

• All unpainted steel parts shall be cadmium plated or suitably treated to preve nt rust formation. If these parts are moving elements then they shall be greased

Page 20: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 20

8.1.2.3.5. Components

SWITCHES

• The switches shall be heavy duty, load break quick break complete with shrouding for incoming and outgoing terminals. The switches shall be complete with door interlocking mechanism wherever required in order to provide interlocking with the compartment door such that the door can be opened only when the switch is off. The switch handle shall have clear indication for the ON and OFF position of the switch.

FUSES

• The fuse shall be HRC type and shall conform to relevant Indian Standards. The fuses shall be link type. The fuse shall be provided with mechanism to indicate fuse blow off.

MCCB/ MCB/ ELCB/RCBO

• MCCB / MCB shall be suitable for the fault level as mentioned in the SLD. The MCCB's shall be complete with microprocessor protection release with over-current, short circuit & inbuilt earth fault protections. MCCB shall be three / four pole manually operated with extended handle. A padlocking facility shall be provided to lock the MCCB unit-operating handle in the ‘OFF’ position. MCCB operating mechanism shall be quick-make, quick-break and trip-free. Trip free mechanism shall be independent of manual operation.

• ELCB / RCBO shall be of reputed make and shall have 30mA leakage current sensitivity.

POWER CONTACTORS

• All contactors shall be air break, magnetic conforming to AC3 category of duty. All power contactors shall have a minimum of 2 NO + 2 NC auxiliary contacts. The auxiliary contractors shall have 4 No + 4 NC contacts. The spare contacts shall be wired up to the terminal block.

MOTOR OVERLOAD PROTECTION RELAYS

• Overload protection relays shall be installed in all phases & shall have in-built single phasing Protection feature. Relay shall be temperature compensated type with adjustable setting range & manually reset facility on the front or on the compartment door.

• Overload protection relays shall be direct line mounted up to 50A rating. Higher ratings shall utilize CTs. Relays shall be with adjustable trip class -10, 20, 30 as per lEC 60947.

• Overload protection relays shall be manually reset type with the reset push button brought out on the front of the panel. The reset push button shall be capable of being operated without opening the compartment door.

• Overload protection relays shall have built-in single phasing prevention feature which operate even with 50% rated current at the time of single phasing.

MOTOR EARTH LEAKAGE PROTECTION RELAYS

• Motors shall be provided with core balance type earth leakage protection relays. Relays shall be manually re-settable after opening the compartment door. The relays shall be equipped with clear trip indication on the relay. Contacts of relay shall be wired through 0 - 10 sec. On delay timer, so that (the MCCB / MPCB breaks the fault current before the contactor open) opening of contactor is delayed. The timer may not be indicated in the scheme but vendor shall supply the same.

INDICATING & MEASURING INSTRUMENTS

Page 21: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 21

• The indicating and measuring instrument such as voltmeter, ammeter and Multi-function meter shall be flush mounting type. The instruments shall be mounted on the compartment door and the mounting height shall be above 300 mm but below 1800 mm from the base of the switch board.

• The indicating lamps wherever provided shall be of multiple LED type.

CURRENT TRANSFORMER

• CT shall be cast resin. They shall be mounted on a stationary part of switchgear. Manufacturer shall check the saturation factor, ratio, burden and accuracy class of CT before mounting them. Name plates shall be provided on each CT. The terminals of CT shall be stud type. Loose leads of CT are not acceptable. The CT’s shall withstand thermal and dynamic stresses due to max. short circuit current as specified.

BUSBARS

• The busbar shall be of high conductivity electrolytic grade aluminium with adequate cross section (current density 1sq.mm = 0.8A for Aluminium) to carry continuous current with temperature rise limited to value specified in Indian Standard. The busbars shall be insulated with colour coded heat shrinkable PVC sleeves and supported by non-hygroscopic material insulators with anti-tracking arrangements. Liberal clearance and Creepage distances shall be provided for the busbar system to minimize the possibility of faults.

• The joints between busbar as well as between busbars and the links for outgoing connections shall be complete with spring washers.

SPACE HEATERS

• The switchboard panels shall be provided with space heaters to prevent moisture condensation. The space heater with porcelain connectors shall be located at the bottom of each panel and shall be supplied from 240 V AC auxiliary bus for space heater. The space heater shall be provided with a thermostat having variable setting of 300-70o C and manually operated switch fuse and link for phase and neutral respectively.

8.1.2.3.6. Performance

• The lv switchboards shall be suitable for installation and satisfactory operation in a pressurized sub-station or in a substation / at a place with restricted natural air ventilation in a tropical, humid and corrosive atmosphere. The switchboards shall be designed to operate under site conditions. If not specifically mentioned, a design ambient temperature of 45°C and an altitude not exceeding 1000 meters above mean sea level shall be considered.

• All equipment is intended for continuous duty operation, as per nameplate rating under the specified ambient conditions.

• All Motor starters components shall be selected as per the type 2 protection coordination and relevant standards.

• All equipment supplied shall be new and best of their respective kinds and shall be of the class most suitable for the purpose for which they are intended.

• Vendor shall ensure availability of spare parts and maintenance support services for the offered equipment for at least 15 years from the date of supply.

• Modification of schemes/changes in components, if any suggested during scrutiny/approval of drawings and execution of work, shall be carried out by successful contractor at no extra cost.

• Safety interlocks, necessary to ensure maintenance operation shall be provided.

Page 22: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 22

8.1.2.3.7. Packaging and Dispatch

• The equipment shall be properly packed for selected mode of transportation i.e. ship/rail or trailer. The panels shall be wrapped in polyethylene sheets before being placed in wooden crates/cases to prevent damage to the finish. Crates/cases shall have skid bottoms for handling. Special notations such as 'Fragile', 'This side up', 'Weight', 'Owner's particulars"', 'PO nos.' etc., shall be clearly marked on the package together with other details as per purchase order. The equipment may be stored outdoors for long periods before installation. The packing should also be suitable for outdoor storage areas with heavy rains/high ambient temperature unless otherwise agreed.

8.1.2.3.8. Diesel Pump Panel:

• The Panel should consist of the following:

8.1.2.3.9. Battery:

• It should be lead acid of minimum 150 Ah capacities.

8.1.2.3.10. Engine Instruments and Control Panel:

• It shall be complete with required connections to set and comprising:

• Water temperature gauge (dial type)

• Lubrication oil pressure gauge.

• Lubrication oil Temperature gauge.

• RPM indicator.

• Automatic Start Stop Device.

• Manual: The Engine can be manually operated by means of Push Buttons.

• Start Stop and Failure Control Device.

• Start key for manual starting.

• Stop Push Button for manual stopping of engine.

• Starting failure indication by lamp and Horn Unit.

• Engine temperature very high indication by audio alarm.

• Lubrication oil Pressure low indication by audio alarm and automatic stopping of engine.

• Engine over speed indication by red lamp with engine over speeding audio alarm.

• Engine set in operation indication by green lamp.

• Mains supply available indicated by yellow lamp.

• Push Button for Audio Alarm reset.

• Push Button Failure Indication by lamps.

8.1.2.4. AIR VESSEL

Supply, Installation, testing & commissioning air vessel of 450 mm dia. 1.5-meter-long made from M.S with 25mm-dia spring-loaded air release valve, safety valve and gunmetal full way valve.

Page 23: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 23

8.1.3. TESTING

• At the time of taking over, the Hydrant System shall fulfil the following acceptance tests:

• At discharge of each pump, a pressure switch has been provided.

• Fire system pressure is 7 kg/cm2.

• If pressure goes down by 0.5kg/cm2 i.e. 6.5 kg/cm², pressure switch at discharge of jockey pump will give signal to MCC to start jockey pump. If further, pressure goes down by 1.5 kg/cm2 i.e. 5 kg/cm², pressure switch at discharge of main electric driven pump will give signal to MCC to start main electric driven pump and to stop jockey pump automatically.

• In addition to signal from pressure switch, in case Main Pump does not start, the standby diesel driven pump shall come into operation automatically after further drop of 1 Kg / cm2 pressure.

• The system maximum operating Pressure is 7 kg/cm2. The hydraulic Test Pressure shall be 1.5 times of working pressure without any pressure drop up to 4 hrs. of hold up.

• After the firefighting pump has been commissioned and the system has been taken over by testing it according to the performance parameters laid down for the tire pump, this should be recorded in a maintenance register, to be kept in the pump house.

• The initial test should show the following:

o Flow obtained at 7 kgf/cm2 o Flow obtained at 4.5 kgf/cm2 (65 percent of 7 kg) o Pressure gauge recording at 120 percent of 7 kg.

Page 24: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 24

8.2. FIRE HYDRANT SYSTEM

8.2.1. DETAIL SCOPE FOR FIRE HYDRANT SYSTEM

• The Hydrant System consists of an external Hydrant Piping Rings and Branches as per Drawing.

• There shall be hydrant Stations on the external Ring Main as marked on the plan.

• The external hydrant Station shall have one number Hydrant, 2 numbers RRL Hose and a Branch Pipe.

• For external hydrant total two no. of hose shall be provided having length of 15 mtr are provided with hose box.

• All external piping shall be M.S. “C” class ERW Heavy gauge and shall have welded jointing for pipes above 50 mm dia. Underground Pipe shall be with Wrapping & Coating for hydrant system with pipe M.O.C as SS 304 sch 10. At least 10% of all the butt-welded joints on hydrant mains shall be DPT tested. Acceptable levels of defects shall be as per the applicable code.

8.2.2. TECHNICAL SPECIFICATION

• For technical specification of fire hydrant system components refer “Technical Specifications_ FH” in Section-IV.

8.2.2.1. Excavation of underground piping

The land is excavated in a trapezoidal shape as shown in the figure below Excavation Depth 1300 mm / 1600 mm Excavation Angle 75 degrees

All dimensions are in meters and read in conjunction with Drawing: Sand Filling Step 1: Filling sand in excavated area up to 50 mm height Step 2: Placing the pipe (in this example 250 NB pipe is placed) Step 3: Filling sand up to 50 mm above the pipe Step 4: Placing the caution tape over the pipeline Step 5: Filling sand up to ground level Step 6: Placing a marker over the pipe location

8.2.2.2. Wrapping and Coating procedure

Wrapping and coating is done to protect the underground piping. Step 1: Wrapping a pipe section leaving only 25 mm clearance from joints on either side

Page 25: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 25

Step 2: Hydraulic testing is to be done for the entire line to check if all joints are proper. Step 3: After hydraulic testing, wrapping coating is to be done over the proper joints overlapping 50 mm over the existing wrapping coating on either side of the joint.

8.2.3. TESTING

• At the time of taking over, the Hydrant System shall fulfil the following acceptance tests:

• At discharge of each pump, a pressure switch has been provided.

• Fire system pressure is 7 kg/cm2.

• If pressure goes down by 0.5kg/cm2 i.e.6.5 kg/cm², pressure switch at discharge of jockey pump will give signal to MCC to start jockey pump. If further, pressure goes down by 1.5 kg/cm2 i.e.5 kg/cm², pressure switch at discharge of main electric driven pump will give signal to MCC to start main electric driven pump and to stop jockey pump automatically.

• In addition to signal from pressure switch, in case Main Pump does not start, the standby diesel driven pump shall come into operation automatically after further drop of 1 Kg / cm2 pressure.

• The system maximum operating Pressure is 7 kg/cm2. The hydraulic Test Pressure shall be 1.5 times of working pressure without any pressure drop up to 4 hrs. of hold up.

• Quality/Continuity check of the Wrapping Coating:

Holiday test is the Procedure of the Quality and continuation check for the Wrapping and coating. Below is the requirement of the Holiday test:

i) Holiday test done @ 11 to 14 KV DC ii) Wrapping Coating material thickness minimum 4mm iii) Copper/Aluminum insulated rod required for the checking of the continuity Procedure: i) Step1: Switch on the Holiday test machine which will create the 11 to 14KV DC ii) Step2: Provide the earthing of the Holiday test machine iii) Step3: Connect the Insulated Copper/Aluminum Bar to Holiday test Machine iv) Step4: Insulated rod switch on condition move around the pipe wrapping coating. During check if we have found the Beep sound at any of the location that means same location wrapping coating asking for the repair (repeat again same process) if not then wrapping coating is ok and Holiday test is complete.

Page 26: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 26

SECTION-II PREAMBLE

9. FIRE PROTECTION INSTALLATION WORKS

9.1. General

• The description of items in accompanying Bill of Quantities is kept short. A brief description of these items along with the specification for which the rates are required and mode of measurement (where called for) are given here under which should be read with corresponding item in Bill of Quantities. (Number given here under in this Preamble refers to the number for a trade or item in the Bill of Quantities).

9.2. Consistent Unit Rates

• Tenderer shall take care to insert one-unit rate against an item appearing in different bills. In case of discrepancy in item rate inserted for a particular item in different bills, the lower value of rate shall be considered for all the bills and Contract Sum shall be corrected accordingly.

9.3. Tenderer to Notify mistake

• If Tenderer notices any mistakes in these Bill of Quantities he shall draw attention to the mistake in his tender letter to the Employer, but the Tender price shall be based on these Bill of Quantities as they exist and not amended Bill of Quantities.

9.4. Item to be priced individually

• All items of the Bill of Quantities shall be priced individually and not grouped together. Rate for each and every Item shall be workable and self-supporting. The price shall, in addition, equal the sum filled in the schedule of price for Civil Works.

9.5. Unit Rate to Include

• Rates indicated in the bills of Quantities shall be for finished items. Generally, it shall include for material, plant & tools, scaffolding, labour, incidental materials, fixing media, fixing, conveying, delivery, unloading, storing, returning, packing, handling, hoisting, lowe ring, waste, cutting, establishment costs, temporary works, tests, preliminaries, overheads, royalties, VAT, all taxes including Service tax and, profit and any other costs to complete the item in its final form and state.

• Contractor shall pass on the Excise Benefit by providing the Excise gate pass in the name of Client (for taking modvate advantage).

• Also, the unit rate indicated by the Tenderer in this Bill of Quantities shall include for all the obligations to be fulfilled by the Contractor as stated in various sections of the contract.

• In case of discrepancy between Unit Rate and the Amount, Unit Rate of the Item shall prevail over the Amount and shall be considered as valid and correct. The Amount shall be arithmetically modified and considered accordingly, either in scrutinizing and deciding upon the Tender or during the Contract period.

9.6. Quantities

• The quantities set out in the Bill of Quantities are the estimated quantities for the works, and they are not to be taken as the actual and correct quantities of the works to be executed by the Contractor in fulfillment of his obligations under the Contract. The Employer reserves the right to increase or decrease any of the quantities to any extent or to totally omit any item of work and the Contractor shall not claim any extras or damages on these grounds.

9.7. Method of Measurement

Page 27: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 27

• The works shall be measured net, notwithstanding any general or local custom, except where otherwise provided for in the Contract.

9.8. GENERAL NOTES

• The list of approved makes/ manufacturers is to guide the Contractor to a high quality of construction.

• Before Placing the Order for any items Contractor shall verify the Final Execution drawing and measure the actual quantity at site & intimate the Consultants / PMC before ordering the material.

• Employer / Consultant reserve the right to decide on any of the approved make / vendor listed herein & also reserves their rights to add any particular make which is to be acceptable to the Employer / consultant.

• Manufacturer’s specifications not meeting the requirements of tender items / specifications shall not be considered, even though they are listed herein.

• In case of materials, in the list, which cannot be made available at site, alternative vendor / make conforming to IS / BS, shall be suggested for approval of Employer / consultant / PMC.

• The Fire Protection installation work shall follow Codes, Indian standard specifications and Rules (within the best meaning of the same) under this contract

9.9. Unit rate to include

• Tender is strictly on items rate basis for supply & labour work. The unit rate shall include necessary civil work, semi finishing of zari in walls / floor / ceiling, trenches etc. It is the responsibility of the contractor that all the chasing, drilling, excavation, done for Fire Protection work be completed and the final surface of the wall / ceiling/ floor/ ground be finished as per the Architectural finishing.

9.10. Actual Route of Pipes

• The location of the Pumps, Valves, Instruments, Hose box & Pipes etc., is only indicative, therefore, the actual route of Pipes may differ from the plans according to the details of the building construction and the conditions of executions of the installations.

• The contractor shall supply and install at his expense all secondary materials and special fittings found necessary to overcome the interference and to supply the modifications on the route of Pipes that are found necessary during the work, to the complete satisfaction of the owner's representative.

• Piping Fabrication

• Prior to the laying and fixing of the Supports, Pipes and pumps manufacturing, the contractor shall submit the shop drawing to the Architect / consultants, detailed layout plans of the Piping network and GA of panels, Valves, Instruments etc. for approved.

• The layout plan shall contain particulars regarding size and routes of the Pipes, number and size of Pipes and location of the inspection.

• All shop drawing shall be submitted in three copies.

9.11. Drilling Cutting

• The contractor shall have to do all drillings and cutting of walls or other parts of the building for the complete and proper installation of the Pipes and other equipment and his rate shall include for making the same good.

Page 28: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 28

• Beams, girders and other principal structural members shall not be cut or drilled unless the Structural Consultants have granted prior permission. If such drilling and cutting is made on finished surfaces, the contractor at his own expenses shall make the surfaces good by repair or replacement

9.12. Inspection and Testing

• The Architect / Engineer / Employer / Consultants reserves the right to request inspection and testing at manufacturer's works at all reasonable times during manufacture of items for this contract. Tests on site of completed works shall demonstrate, among other things:

• That the equipment installed complies with specification in all particulars and is of the correct rating for the duty and site conditions.

• That all items operate efficiently and quietly to meet the specified requirements.

• That all Piping are correctly Jointed and Tested and that device are properly coordinated.

• That all Piping & Jointing work is properly and safely grounded in accordance with the specifications.

• The contractor shall provide all necessary instruments and labor for testing, shall make adequate records of test procedures and readings, shall repeat any tests requested by the Architect/Engineer and shall provide test certificates signed by a properly authorized person. Such test certificates shall cover all works.

9.13. Price Details

• At any time and at the request of the Architect/Engineer the contractor shall provide details or break up of costs and prices of any part or parts of the works.

• Samples and Catalogues

• Before ordering the material necessary for these installations, the contractor shall submit to the Architect / consultants for approval, a sample of every kind of material such as Pipes, Instruments, and Accessories etc. along with the catalogues.

• For major items such as Pumps & Valves, the submission of catalogues shall be enough. Prior to ordering any Equipment/ material /system, the contractor shall submit to the Architect / Consultants, the catalogues, along with samples, at least from three different manufacturers. After the selection of manufacturer by the Architect / Consultants contractor shall arrange inspection and testing at the manufacturer's factory or assembly shop for final approval. No material shall be procured prior to the approval of the Architect / Consultants.

Page 29: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 29

Approval of the Engineer The contractor shall have necessary license issued by licensing authority. The license shall be valid during the tenancy of the contract. The contractor shall have his own project cell for carrying out Contracts and shall have adequate qualified and experienced Engineers to carry out the job. Complete details of the Contractor / Sub Contractor for works shall be provided with the Offer / Tender document in a separate sheet in the following format. General Information of the Fire Protection Contractor: (MUST BE SUBMITTED ALONG WITH TECHNICAL BID)

Name of the firm: ________________________________________________.

Office Address: _________________________________________________. Telephone no. Fax no. Mobile no.

Factory / work shop Address. ______________________________________.

Telephone no. Fax no. Type of organisation: ____________________________________________. Sole proprietorship./ Partnership / Private Ltd./Public ltd. Name of Proprietor / Partners/ Directors etc, with bio data of key persons. Last Three years’ Business turn over (with break up indicating value for supply of material).

Date of establishment.

Company registration no:

VAT - Sale tax Registration No. Income Tax (PAN )no. Contract License No. Supervisor Licence No. EPF Registration NO.

Name and address of the bankers.

Solvency of the firm:

Litigation History:

Page 30: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 30

Details of work experience: Work Order Reference. Value of contract. Year of execution Name of the Client

List of similar type of project executed in last three Year.

Value of largest project ever executed for last three year. (Minimum Project Cost 150 to 200 Lacs – single Project)

List of Projects On hand.

Technical capacity (Regular Staff) No. of Engineers with more than five years’ experience: No. of Trade technician with more than three years of experience.

Total Strength of staff.

List of equipment, tools, tackles.

Three References of Client / Architect / Consultants

Page 31: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 31

10. LIST OF APPROVED MAKE / MANUFACTURER

Sr. No.

Item Description Makes

1 Pipes M S Tata / Jindal

SS 304 Apex/Ratnamani Fittings Micro metal / Nish Trading Co./ Rajdhan

2 Gun metal valves Leader / Audco / AIP

3 Single headed Hydrant valves Safex / Sukan Equipments pvt Ltd / AAAG (shah bhogilal)

4 Four-way fire Brigade Point Safex / Sukan Equipments pvt Ltd / AAAG (shah bhogilal)

5 Shut Off Nozzle Safex / Sukan Equipments pvt Ltd / AAAG (shah bhogilal)

7 Sluice & Non-Return Valves API/Intervalve/Kirloskar/Kitz

8 Butterfly valve API/Intervalve/Kirloskar/Kitz

8 Pressure switch Switzer / Baumer / Danfoss 9 Pressure Gauges Switzer / Baumer/ Wika

10 Pumps Kirloskar/Grundfoss/Mather Platt 11 Motor Kirloskar/ABB/CGL

12 Engine KOEL/Cummins / Clarke 13 Enamel Paint Asian/Berger 14 Paint Primer. Asian/Jenson/Berger

15 Fasteners Hilti/Ficher 16 Welding Rods Advani/Esab

17 Ball Valves API/Intervalve/Kirloskar/Kitz

19 RRL Hose Safex / Sukan Equipments pvt Ltd / AAAG (shah bhogilal)

20 Rubber Gaskets C I C/Varuna

22 Mechanical Seal Burgmann/Dura/Selol 23 Strainer Emerald/Grandprix/Scientific Device 24 Wafer type Non-Return Valves Unik /Venus/Fitwell 25 Nuts& Bolts Lakshmi/Unbrako/GKW/TVS 27 Auto Air Release Valve Giacomini/ Spirax Sarco 28 Fire Pump Test Meter /Flowmeter GVI / Victaulic / Rapidrop

ELECTRICAL ITEMS

1 Power Cables Polycab / KEI / Finolex / Avocab 2 Conduit ERW Precision Plastic / Nihir / Akg 3 Contactors & Overload Relays L&T / Schneider / ABB / SIEMENS 4 Voltmeter/Ammeter AE / Rishabh / MECO / Trinity / HPL / Secure

5 CT/PT Transformer Pragati/ECS 6 S.F. Unit Siemens/ABB/Schneider 7 Cable Trays Vatco / Bilmat / Baroda Galvenizers / Repputed

Equivalent 8 Indicating Lamps BCH / Siemens / L&T / Precifine / TEKNIK / Schneider 9 Electrical Pump Panels L&T / Schneider / ABB / SIEMENS 10 Switch Fuse Unit L&T / Schneider / ABB / SIEMENS 11 Control fuse L&T / Schneider / ABB / SIEMENS

12 MCB / ELCB Schneider / LEGRAND / L&T / SIEMENS /Indo Asian

Page 32: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 32

13 Terminals Elmex / Connectwell 14 Control switch BCH / L&T/Switron/Kaycee/Siemens 15 Push buttons BCH / Siemens / L&T / Precifine / TEKNIK / Schneider 16 Flexible wires Finolex / RR-Kabel / Polycab / Avocab

NOTE:

a) The Client / Architect / Consultants / PMC reserve the right to select the manufacturer or approved make from above list, no change to be permitted in this make during the execution of the contract.

b) No make is being approved for following items. Such items require to be used,

then sample shall be submitted for approval.

Page 33: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 33

SECTION-III WORK SCHEDULE / APPROVAL SHEETS

11. GENERAL

• The Contractor shall be paid in accordance with this day works schedules for Works that cannot be properly measured. Such works shall be valued at the rates for labour, plant and materials as filled by him in the schedules of basic prices in following section. Percentages for profit shall be added in accordance with those given in Section 2.00 below.

12. PERCENTAGES FOR PROFIT, ETC.

• The following percentages will be added to the basic net cost of labour, plant and material to take into account cost of fuel, oil, grease, drivers' and turn boy’s wages, operational and maintenance costs, standing and idle time, use of tools and plants (other than power driven), sharpening tools, wastage, consumable stores, supervision, insurance, transport, handling, establishment, watching, lighting, overheads, taxes, profits and any other man material or plant required to complete the day works. Percentage indicated by the Tenderer shall include for any increase and escalation cost up to the time of execution of contract.

A) Labour % B) Plant % C) Materials %

13. SCHEDULE OF BASIC PRICES

• The Tenderer must insert against each item the basic price as defined hereunder.

• The basic price is defined as the market price or rate prevailing on the day of submission of Tenders and applicable for Fanidhar Mega Food Park Pvt Ltd. The Engineer reserves the right by mutual agreement to fix or alter any of the basic rates or prices inserted in this schedule by the Tenderer if, in his opinion, they do not comply with the above or are considered by him to be unreasonable or unrealistic. The size and quantity of all materials shall confirm to the specifications contained in this Document.

13.1. Schedule of Basic Prices

Labour Rate per hr. Rs. (a) Unskilled labour (b) Skilled or semi-skilled 1) Fitter 2) Welder 3) Fabricator

13.2. Plant and Machinery

Description Capacity Per hr. of use

1) Welding Set

Page 34: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 34

14. MATERIAL APPROVAL SHEET

• Before the supply of any item to site the Contractor shall obtain written approval of the same from the Architect / Consultant in the format enclosed. The format shall include all information as asked by it. Relevant Literature of the item shall also be included. This shall be supplied in 2 copies.

MATERIAL APPROVAL SHEET

PROJECT: Fanidhar Mega Food Park Pvt Ltd, GUJARAT

CONTRACTOR: ___________________

Sheet No

(Contractor shall indicate the submittal in sequence)

BOQ Item Reference

(To indicate the Item No as per the Tender)

Material Description

(Short Item Description)

Make of Item

Date of Submission

Delivery Period

Approvals

(Contractor to indicate approvals from IS/ NBC/ FM/ Local Fire Authorities, as necessary)

Lead time for delivery

Deviation from tender

Literature attached

(Contractor to indicate number of pages of literature attached with each submittal)

Signature of Contractor

Comments / Approval from Architect

Page 35: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 35

15. DETAILS OF EQUIPMENTS, TOOLS TACKLES PROPOSED TO BE DEPLOYED FOR THIS WORK

NAME OF WORK :

NAME OF TENDERER: DETAILS OF EQUIPMENT, TOOLS TACKLES PROPOSED TO BE DEPLOYED FOR THIS

WORK

TENDERERs shall submit herein details of equipment, tools, tackles, etc. proposed by him to perform the work under this contract.

Sr. No. of Description of item, of Year of Category Nos/Qty Item Model & Capacity Manufacture Remarks

1 2 3 4 5

Contractor agrees to augment the above chart with additional number / categories of

equipment, if required, to complete the work within the agreed time schedule of completion and directed by the Engineer-in-charge.

SIGNATURE OF TENDERER

Page 36: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 36

1. DETAILS OF MINIMUM DAILY MANPOWER PROPOSED TO BE DEPLOYED ON THIS WORK

Sr. No.

Details of Man-power

Average No. per day week wise

M-1 M-2 M-3 M-4 M-5 M-6 M-7 M-8 1

Fitter

2

Helper

3

Welder

4

Supervisor

5 Engineers 6 Site Manager

7 Safety Officer

Minimum manpower deployment shall be based broadly as above and shall be

modified as mutually agreed to suit the detailed construction programme jointly worked out. Further if any additional manpower is required for completion of work in time, the same shall be provided by the Contractor as directed by Engineer-in-charge without any extra cost.

SIGNATURE OF TENDERER

Page 37: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 37

7. ORGANIZATION CHART AND LIST OF QUALIFIED

ENGINEERS & SUPERVISORY PERSONNEL ETC. PROPOSED TO BE DEPLOYED FOR THIS WORK

a. Please enclose the organization chart on separate sheet b. List of key personnel

S.N.

Name

Designation

Qualification

Experience Remarks Total With the

Contractor

Name and short resume of the experience for key personnel may be enclosed in

separate sheets. The tentative chart of site organization as above furnished shall be subject to variation

to suit the construction programme / requirement and as directed by the Owner / Engineer-in-charge.

SIGNATURE OF TENDERER

Page 38: CLIENT: FANIDHAR MEGA FOOD PARK PVT LTD. …fmfp.co.in/wp-content/uploads/2017/12/VolumeII_Fanidhar_Fire... · SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE ... Good for construction

Consultant: VMS Engineering & Design Services (P) Ltd . Page 38

SECTION-IV LIST OF DRAWINGS

FIRE FIGHTING SYSTEM

SR. NO. DWG. NO. DRAWING TITLE

1 MF.S.301 Firefighting system schematic

SECTION-V TECHNICAL DETAILS & BOQ FOR FIRE PROTECTION WORKS