0% found this document useful (0 votes)
33 views267 pages

Smart City Mission Ujjain Smart City Limited

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
33 views267 pages

Smart City Mission Ujjain Smart City Limited

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 267

SMART CITY MISSION

UJJAIN SMART CITY LIMITED

Ujjain Smart City Limited


Request for Proposal
(National Competitive Bidding)

Volume I: Instructions to Bidders (ITB)


Volume II: Draft Contract Agreement
Volume III: Scope of Work

DEVELOPMENT AND CONSTRUCTION OF


MAHAKAL RUDRASAGAR INTEGRATED DEVELOPMENT AREA (MRIDA)
UNDER PHASE-1, UJJAIN

Issued By
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
Table of Contents
TABLE OF CONTENTS .............................................................................................................................. 2
LETTERS TO BIDDERS.............................................................................................................................. 4
DISCLAIMER ............................................................................................................................................... 7
1. INTRODUCTION ................................................................................................................................. 9
1.1. BACKGROUND ............................................................................................................................................ 9
1.2. BRIEF DESCRIPTION OF BIDDING PROCESS ............................................................................................... 10
1.3. SCHEDULE OF BIDDING PROCESS ............................................................................................................. 12
2. INSTRUCTIONS TO BIDDERS ........................................................................................................ 13
2.1. GENERAL TERMS OF BIDDING .................................................................................................................. 13
2.2. ELIGIBILITY AND QUALIFICATION REQUIREMENTS OF BIDDER ................................................................ 17
2.3. PROPRIETARY DATA ................................................................................................................................. 26
2.4. COST OF BIDDING ..................................................................................................................................... 26
2.5. SITE VISIT AND VERIFICATION OF INFORMATION ...................................................................................... 27
2.6. VERIFICATION AND DISQUALIFICATION ................................................................................................... 28
2.7. CONTENTS OF THE RFP ............................................................................................................................ 28
2.8. CLARIFICATIONS ...................................................................................................................................... 30
2.9. AMENDMENT OF RFP ............................................................................................................................... 30
2.10. FORMAT AND SIGNING OF BID.................................................................................................................. 31
2.11. DOCUMENTS COMPRISING TECHNICAL AND FINANCIAL BID .................................................................... 31
2.12. BID DUE DATE ......................................................................................................................................... 33
2.13. LATE BIDS ................................................................................................................................................ 33
2.14. PROCEDURE FOR E-TENDERING ................................................................................................................ 34
2.15. ONLINE OPENING OF BIDS ........................................................................................................................ 35
2.16. REJECTION OF BIDS .................................................................................................................................. 35
2.17. VALIDITY OF BIDS .................................................................................................................................... 35
2.18. CONFIDENTIALITY .................................................................................................................................... 35
2.19. CORRESPONDENCE WITH THE BIDDER ...................................................................................................... 36
2.20. BID SECURITY AND PERFORMANCE SECURITY ......................................................................................... 37
3. EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF
FINANCIAL BIDS ...................................................................................................................................... 40
3.1. EVALUATION OF TECHNICAL BIDS ........................................................................................................... 40
3.2. OPENING AND EVALUATION OF FINANCIAL BIDS ..................................................................................... 41
3.3. SELECTION OF BIDDER ............................................................................................................................. 42
3.4. CONTACTS DURING BID EVALUATION ...................................................................................................... 42
3.5. CORRESPONDENCE WITH BIDDER ............................................................................................................. 42
4. FRAUD AND CORRUPT PRACTICES ............................................................................................ 44
5. PRE-BID CONFERENCE .................................................................................................................. 46
6. MISCELLANEOUS ............................................................................................................................ 47
7. APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID ............................................... 48
8. APPENDIX – IB - LETTER COMPRISING THE FINANCIAL BID .............................................. 52
9. ANNEX-I - DETAILS OF BIDDER ................................................................................................... 54
10. ANNEX-II - TECHNICAL CAPACITY OF THE BIDDER ......................................................... 56

Page 2 of 267
11. ANNEX-III - FINANCIAL CAPACITY OF THE BIDDER ......................................................... 57
12. ANNEX-IV - DETAILS OF ELIGIBLE PROJECTS .................................................................... 59
13. ANNEX-VI - INFORMATION REQUIRED TO EVALUATE THE BID CAPACITY ............... 61
14. ANNEXURE VII - GUIDELINES OF THE DEPARTMENT OF DISINVESTMENT ................ 64
15. ANNEXURE –VIII JOINT BIDDING AGREEMENT ................................................................. 66
16. APPENDIX – II - BANK GUARANTEE FOR BID SECURITY .................................................. 73
17. APPENDIX - III - FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID ............. 76
18. APPENDIX – IV POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM .................................. 78
19. CONDITIONS OF CONTRACT ................................................................................................... 81
20. CONTRACT DATA ....................................................................................................................... 98
21. LIST OF TECHNICAL PERSONNEL FOR THE KEY POSITIONS ....................................... 102
22. DRAWINGS ................................................................................................................................. 104
23. COMPENSATION FOR DELAY ................................................................................................ 106
24. LIST OF EQUIPMENT FOR QUALITY CONTROL LAB ....................................................... 107
25. BANK GUARANTEE FORM FOR MOBILIZATION AND CONSTRUCTION
MACHINERY ADVANCE ....................................................................................................................... 110
26. BANK GUARANTEE FORM FOR SECURED ADVANCE ...................................................... 111
27. PHYSICAL COMPLETION CERTIFICATE ............................................................................. 114
28. FINAL COMPLETION CERTIFICATE .................................................................................... 115
29. UNDERTAKING FOR NOT DEBARRED .................................................................................. 118
30. CONDITIONS OF CONTRACT ................................................................................................. 119
31. BILL OF QUANTITIES (BOQ) ................................................................................................... 132
32. AGREEMENT FORM ................................................................................................................. 133
33. FORM OF BANK GUARANTEE ................................................................................................ 134
34. SCOPE OF WORK....................................................................................................................... 139
35. SPECIFICATIONS....................................................................................................................... 145
CIVIL WORKS .................................................................................................................................................. 145
TECHNICAL SPECIFICATIONS OF ELECTRICAL POWER AND LIGHTING: ......................................... 147
FIRE FIGHTING SPECIFICATIONS ............................................................................................................... 177
ICT COMPONENTS .......................................................................................................................................... 197
CCTV SYSTEM – SURVEILLANCE MANAGEMENT SYSTEM ................................................................. 199
TECHNICAL SPECIFICATIONS PLUMBING WORK ................................................................................... 213
36. PROCEDURE UNDER E-BIDDING ........................................................................................... 258
37. LIST OF APPROVED BRANDS ............................................................................................ 262

Page 3 of 267
Letters to Bidders

RFP No XX/USCL/18-19 Issued Dated: XX.08.2018

RFP FOR “DEVELOPMENT AND CONSTRUCTION OF MAHAKAL RUDRASAGAR


INTEGRATED DEVELOPMENT AREA (MRIDA) UNDER PHASE-1, UJJAIN”

Dear Madam/Sir,

1. The Ujjain Smart City Limited (USCL) represented by its Executive Director (hereinafter
called “the Authority”) is involved in execution of planning and implementationof
various smart city projects in the city of Ujjainunder the Smart City Mission of
Government of India. The programme involves enormous level of development work to
be carried out across Ujjain city.

2. As parts of its endeavour, it has been decided to “Development and Construction of


Mahakal Rudrasagar Integrated Development Area (MRIDA) under PHASE-1,
UJJAIN” through percentage rate contract as specified in the BOQ in RFP (which include
MPUADD SOR and Non-schedule items).

3. The Executive Director, USCL now invites bids from eligible contractors for the
following project under National competitive bidding:

4. Table 1: Project Brief


City and RFP Project Estimated Completion Period Defect Liability
State No. Description Cost of Period
(India) Contract

Ujjain, - Development Rs. 97.72 Eighteen (18) months Thirty Six (36)
Madhya and Crore including rainy season. months
Pradesh Construction
of Mahakal
Rudrasagar
Integrated
Development
Area
(MRIDA)
under
PHASE-1

Page 4 of 267
5. The complete Bid document can be viewed / downloaded from official portal of USCL
https://ujjainsmartcity.com/en/and/or e-procurement portal of Madhya Pradesh e-
procurement portal https://www.mpeproc.gov.in/as per schedule in NIT. Bid must be
submitted online only at https://www.mpeproc.gov.in/on or before Bid Due Date. Bids
received online shall be opened as per separately published NIT.
6. Bid through any other mode shall not be entertained. However, the bidder is requested to
submit the physical (original copy). In case the bidder has submitted the physical copy
and online submission on the eProcurement portal not done, those bids shall not be
considered and shall be rejected by the Authority. In case of any variation noticed
between the documents submitted/ uploaded on e-procurement portal and documents
submitted in physical form, the online document submitted shall prevail and
final.However, Bid Security in form of Bank Guarantee, Power of Attorney, Joint
Bidding Agreement etc.(if applicable)as mentioned in this RFP, shall be submitted
physically in ‘ORIGINAL’ by the Bidder on or before due dates as per NIT, the scanned
copy of these documents shall be uploaded on the e-procurement portal. The Bidder has
to upload a signed scanned copy of the entire RFP document confirming its acceptance of
terms and conditions of the bidding conditions through e-procurement portal.All the
rules, procedures, notifications etc. as applicable to the Government of Madhya Pradesh
(GoMP) or institutions under it, upto the Bid Due Date or the date of contract signing as
the case may be shall apply to this Bid and conditions herein including scope of works,
quality, safety, environmental norms etc. and the terms and conditions stated as part of
this Bid shall stand modified/amended to that extend, as acceptable to the Authority at its
discretion.
7. UjjainSmart City Limited reserves the right to accept or reject all or any of the Bid(s)
without assigning any reason whatsoever.
8. A Bidder will be selected under “Least Cost Method of Selection (L1)” and as per
procedures described in this RFP.
9. The RFP includes the following documents:
 Notice Inviting Bid;
 Instructions to E-Procurement;
 Instructions to Bidders,
 Scope of Work including technical details, specifications, design and drawings for
bidding purpose, standards, applicable laws, service level parameters etc. (Scope of
Work);
 Draft Contract;

Page 5 of 267
 Addendum/Corrigendum/Reply to Queries/Clarifications issued for the purposes of
this RFP.

10. All Addendum/Corrigendum/Reply to Queries/Clarifications issued for the purposes of


this RFP will be uploaded online on website www.mpeproc.gov.in.

Executive Director
UJJAINSMART CITY LIMITED
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
e-mail: ujjainsmartcity@gmail.com
Website: https://ujjainsmartcity.com/en/

Yours sincerely,
Executive Director

Authorised Signatory
Ujjain Smart City Limited

Page 6 of 267
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other form
by or on behalf of the Authority or any of its employees or advisors, is provided to Bidder(s)
on the terms and conditions set out in this RFP and such other terms and conditions subject
to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their financial offers
(“Bid(s)”) pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that
each Bidder may require. This RFP may not be appropriate for all persons, and it is not
possible for the Authority, its employees or advisors to consider the investment objectives,
financial situation and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in the Bidding Documents, ,
may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct
its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way for
participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being under
any obligation to do so, update, amend or supplement the information, assessment or
assumptions contained in this RFP.

Page 7 of 267
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to
appoint the Selected Bidder JV or Contractor, as the case may be, for the Project and the
Authority reserves the right to reject all or any of the Bidders or Bids without assigning any
reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required
by the Authority or any other costs incurred in connection with or relating to its Bid. All such
costs and expenses will remain with the Bidder and the Authority shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses incurred by a
Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
Bidding Process.

Page 8 of 267
1. INTRODUCTION
1.1. Background
1.1.1. UjjainSmart City Limited represented by its Executive Director (the “Authority”) is
involved in execution of planning and implementation of various smart city projects in
the city of Ujjainunder the Smart City Mission of Government of India. The programme
involves enormous level of development work to becarried out across Ujjain city.
1.1.2. As part of this endeavour, the Authority has decided to undertake“Development and
Construction of Mahakal Rudrasagar Integrated Development Area (MRIDA)
under PHASE-1” on percentage rate Contract to be completed within a period of 18
(eighteen)months for construction including the rainy seasonfrom the Contract
Commencement Date(the “Project”)and has decided to carry out the bidding process for
selection of a bidder to whom the Project may be awarded. A brief description of the
project is mentioned later in thisRFP. Brief particulars of the Project are as follows:
Table 2: Project Description

City and Project Estimated Completion Period Defect Liability


State Description Cost of Period
(India) Contract

Ujjain, Development Rs. 97.72 Eighteen (18) months Thirty Six (36)
Madhya and Crore including rainy season. months
Pradesh Construction
of Mahakal
Rudrasagar
Integrated
Development
Area
(MRIDA)
under
PHASE-1

Page 9 of 267
1.1.3. The "Bidder", which expression shall, unless repugnant to the context who is either a
company incorporated under the Companies Act, 1956/2013 or a partnership firm or a
proprietorship firm or group of entities (the “Consortium”) under applicable laws of
India. The Selected Bidder (the “Contractor”), shall be responsible for Development and
construction of the Project including Defects Liability Periodand in accordance with the
provisions of thecontract (the “Contract” or “Agreement” or “Contract Agreement”)
to be entered into between the Contractor and the Authority in the form provided by the
Authority as part of the Bidding Documents pursuant hereto.
1.1.4. The scope of work shall broadly include Development and construction of Project as
specified in the Scope of Work etc.
1.1.5. The estimated cost of the Project has been specified in the clause1.1.2above. The
assessment of actual costs, however, will have to be made by the Bidders.
1.1.6. The Agreement sets forth the detailed terms and conditions for award of the project to the
Contractor, including the scope of the Contractor’s services and obligations.
1.1.7. The statements and explanations contained in this RFP are intended to provide a better
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Contractor set forth in the Agreement or the Authority’s rights to
amend, alter, change, supplement or clarify the scope of work, the work to be awarded
pursuant to this RFP or the terms thereof or herein contained. Consequently, any
omissions, conflicts or contradictions in the Bidding Documents including this RFP are
to be noted, interpreted and applied appropriately to give effect to this intent, and no
claims on that account shall be entertained by the Authority.
1.1.8. The Authority shall receive Bids pursuant to this RFP in accordance with the terms set
forth in this RFP and other documents to be provided by the Authority pursuant to this
RFP (collectively the "Bidding Documents"), and all Bids shall be prepared and
submitted in accordance with such terms on or before the Bid due date specified in
clause1.3for submission of Bids (the “Bid Due Date”).
1.2. Brief description of Bidding Process
1.2.1. The Authority has adopted a single stage two-part system (referred to as the
"BiddingProcess") for selection of the Bidder for award of the Project. Under this
process, the Bid shall be invited under two parts. Eligibility and qualification of the
bidder will be first examined based on the details submitted under first part
(“TechnicalBid”) with respect to eligibility and qualifications criteria prescribed in this
RFP.The Financial Bid under the second part shall be opened of only those Bidders
whose Technical Bids are responsive to eligibility and qualifications requirements as per
this RFP.

Page 10 of 267
1.2.2. GOI has issued guidelines (ReferAnnexure VII - Guidelines of the Department of
Disinvestmentof APPENDIX IA - LETTER COMPRISING THE TECHNICAL BIDof
RFP) for qualification of bidders seeking to acquire stakes in any public sector enterprise
through the process of disinvestment. These guidelines shall apply mutatis mutandis to
this Bidding Process. The Authority shall be entitled to disqualify any Bidder in
accordance with the aforesaid guidelines at any stage of the Bidding Process. Bidders
must satisfy themselves that they are qualified to bid and should give an undertaking to
this effect in the form at APPENDIX IA - LETTER COMPRISING THE TECHNICAL
BIDenclosed for the Bidders.
1.2.3. The concept design/drawings/plans etc. prepared by the Authority (the "ProjectConcept
Documents") is also enclosed. Subject to the provisions of the clause2.1.3, the aforesaid
documents and any addenda issued subsequent to this RFP Document, will be deemed to
form part of the Bidding Documents.
1.2.4. A Bidder is required to submit, along with its Bid, a Bid Security of an amount equal to
INR. 48.86 lakhs(Indian Rupees Forty Eight Lakhs Eighty Six thousand only) (the "Bid
Security"), the validity period shall be as per clause 2.1.7 of Instructions to
bidders(ITB).The Bid shall be summarily rejected if it is not accompanied by the Bid
Security.
1.2.5. Bidders are advised to examine the Project in greater detail, and to carry out, at their cost,
such studies as may be required for submitting their respective Bids for award of the
contract including implementation of the Project.
1.2.6. Bids will be evaluated for the Project on the basis of the lowest cost required by a Bidder
for implementing the Project (the "Bid Price"). The total time allowed for completion of
construction under the Contract (the "Completion Period") and the period during which
the Contractor shall be liable for maintenance and rectification of any defect or
deficiency in the Project after completion of the Construction Period (the "Defect
Liability Period") shall be pre-determined and are specified in the draft Contract
forming part of the Bidding Documents.
In this RFP, the term “Lowest Bidder” shall mean the bidder who is quoting the lowest
BidPrice.
1.2.7. Generally, the Lowest Bidder shall be the Selected Bidder.
(a) In case the lowest tendered amount (estimated cost + amount worked on the basis
of percentage above/below) of two or more Bidders is same, such lowest
Biddersmay be asked, at discretion of the Authority, to submit sealed revised offer;
in the form of letter mentioning percentage above/below on estimated cost of
tender including all sub sections/sub heads as the case may be; but the revised
percentage quoted above/below on tendered cost or on each sub section/sub head
should not be higher than the percentage quoted already, as the case may be, at the
time of submission of tender. The lowest tender shall be decided on the basis of
revised offers.

Page 11 of 267
(b) If the revised tendered amount (worked out on the basis of quoted rate of individual
items) of two or more Bidders received in revised offer is again found to be equal,
then the lowest Bid, among such contractors, shall be decided by draw of lots in the
presence of Engineer-in-chief of the Authority. and the lowest contractors those
have quoted equal amount of their Bids.
(c) In case of any such lowest Bidder in his revised offer quotes rate of any item more
than their respective original rate quoted already at the time of submission of
tender, then such revised offer shall be treated invalid. Such case of revised offer of
the lowest Bidder or case of refusal to submit revised offer by the lowest Bidder
shall be treated as withdrawal of his tender before acceptance and 50% of his Bid
Security shall be forfeited.
(d) In case all the lowest Bidders those have same tendered amount (as a result of their
quotation), refuse to submit revised offers, then Bids are to be recalled after
forfeiting 50% of Bid Security of each lowest Bidders.
(e) Bidder, whose Bid Security is forfeited because of non-submission of revised offer
or quoting higher revised rate(s) of any item(s) than their respective original rate
quoted already at the time of submission of his Bid shall not be allowed to
participate in the retendering process of the work and will be debarred from
tendering in Smart City Projects in M.P.
(f) In case such Lowest Bidder withdraws or is not selected for whatsoever reason, the
Authority shall annul the Bidding Process and invite fresh Bids.
1.2.8. Other details of the process to be followed under this bidding process and the terms
thereof are spelt out in this RFP.
1.2.9. Any queries or request for additional information concerning this RFP shall be submitted
by e-mail to the officer designated in clause 2.11.4below with identification/ title of this
RFP.
1.3. Schedule of Bidding Process
The Authority shall endeavour to adhere to the schedule as specified in the NIT.
However, the Authority reserves the right to modify the Bidding Schedule at its
discretion.

Page 12 of 267
2. INSTRUCTIONS TO BIDDERS
2.1. General Terms of Bidding
2.1.1. No Bidder shall submit more than one Bid for the Project. A Bidder bidding individually
shall not be entitled to submit another Bid either individually or in association with other
bidder as the case may be.
2.1.2. A Bidder bidding individually or group of entities (the “Consortium”) shall ensure that
Power of Attorney is apostille by appropriate authority and requirement of relevant stamp
act is duly fulfilled.
2.1.3. The Project Concept Documentis being provided only as a preliminary reference
document by way of assistance to the Bidders who are expected to carry out their own
surveys, investigations and other detailed examination of the Project before submitting
their Bids. Nothing contained in the Project Concept Document shall be binding on the
Authority nor confer any right on the Bidders, and the Authority shall have no liability
whatsoever in relation to or arising out of any or all contents of the Project Concept.
2.1.4. Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Agreement shall have overriding effect; provided, however, that any
conditions or obligations imposed on the Bidder hereunder shall continue to have effect
in addition to its obligations under the Agreement.
2.1.5. The BID shall be furnished in the format exactly as per Appendix-I i.e. Technical Bid as
per APPENDIX IA - LETTER COMPRISING THE TECHNICAL BIDand Financial
Bid as per APPENDIX – IB - Letter Comprising the Financial Bid.Bid amount shall be
indicated clearly in both figures and words, in Indian Rupees in prescribed format of
Financial Bid and it will be signed by the Bidder’s authorised signatory. In the event of
any difference between figures and words, the amount indicated in words shall be taken
into account.
2.1.6. The Bidder shall deposit a Bid Security for an amount as per clause 1.2.4 above in
accordance with the provisions of this RFP. The Bidder has to provide the Bid Security
in the form of a Bank Guarantee acceptable to the Authority, as per format at
APPENDIX – II- Bank Guarantee for BID Security.
2.1.7. The validity period of the Bank Guarantee shall not be less than 180(Onehundred and
eighty) days from the Bid Due Date, inclusive of a claim period of 60 (Sixty) days and
may be extended as may be mutually agreed between the Authority and the Bidder from
time to time. The Bid shall be summarily rejected if it is not accompanied by the Bid
Security. The Bid Security shall be refundable notearlier than 150 (one hundred and fifty)
days from the Bid Due Date except in the case of the Selected Bidder whose Bid Security
shall be retained till it has provided a Performance Security under the Agreement.

Page 13 of 267
2.1.8. The Bidder should submit a Power of Attorney (POA)∕ POA in Favour of lead Bidder (in
case of the “consortium”)as per the format at APPENDIX- III - Format for Power of
Attorney for Signing of BID, authorising the signatory of the Bid to commit on behalf of
the Bidder.
2.1.9. Any condition or qualification or any other stipulation contained in the Bid shall render
the Bid liable to rejection as a non-responsive Bid.
2.1.10. The Bid and all communications in relation to or concerning the Bidding Documents
and the Bid shall be in English language.
2.1.11. The documents including this RFP and all attached documents, provided by the
Authority are and shall remain or become the property of the Authority and are
transmitted to the Bidders solely for the purpose of preparation and the submission of a
Bid in accordance herewith. Bidders are to treat all information as strictly confidential
and shall not use it for any purpose other than for preparation and submission of their
Bid. The provisions of this clause 2.1.11shall also apply mutatis mutandis to Bids and all
other documents submitted by the Bidders, and the Authority will not return to the
Bidders any Bid, document or any information provided along therewith.
2.1.12. This RFP is not transferable.
2.1.13. Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
Documents and also fulfilling the criterion as mentioned in clause2.2.
2.1.14. Joint Venture of maximum 3 (three) entities areallowed for the purpose of this
Bid.
2.1.15. The following provisions shall apply to the Bid:
(a) Where, on the date of the Bid, not less than 50% (fifty percent) of the aggregate
issued, subscribed and paid up equity share capital in a Bidder is held by persons
resident outside India or where a Bidder or its Member is controlled by persons
resident outside India; or
(b) if at any subsequent stage after the Bid due date, there is an acquisition of not less
than 50% (fifty percent) of the aggregate issued, subscribed and paid up equity
share capital or control, by persons resident outside India, in or of the Bidder;
then the Eligibility of such Bidder shall be subject to approval of the Authority from
national security and public interest perspective. The decision of the Authority in this
behalf shall be final and conclusive and binding on the Bidder.
The holding or acquisition of equity or control, as above, shall include direct or indirect
holding/ acquisition, including by transfer, of the direct or indirect legal or beneficial
ownership or control, by persons acting for themselves or in concert and in determining
such holding or acquisition, the Authority shall be guided by the principles, precedents
and definitions contained in the Securities and Exchange Board of India (Substantial
Acquisition of Shares and Takeovers) Regulations, 1997, or any substitute or other

Page 14 of 267
applicable law, rules, regulations, order etc. as applicable thereof, as in force on the date
of such acquisition.
The Biddershall promptly inform the Authority of any change in the shareholding,
failure to do so shall render the Bidder liable for disqualification from the Bidding
Process. The Authority, may its discretion, allow the Change in Control or
acquisition/merger/amalgamation/reconstruction as applicable to the Bidder or any
Member or Members of the Joint Venture during the Bidding Process or thereafter upon
selection as the Selected Bidder. For this purpose, the Change in Control shall mean:
“Change in Control” shall mean one or more of the followings:
(a) In relation to the Bidder or Contractor
(i) a transfer of the direct and/or indirect legal or beneficial ownership of any
shares, or securities convertible into shares, that causes the aggregate holding
in the Bidder or the Contractor, to decline below fifty per cent (50%) of the
total Equity thereof; or
(ii) all acquisitions of Equity by an acquirer, either by himself or with any
person acting in concert, directly or indirectly, including by transfer of the
direct or indirect legal or beneficial ownership or control of any Equity, in
aggregate of not less than fifteen per cent (15%) of the total Equity of the
Bidder or the Contractor; or
(iii) acquisition of any control directly or indirectly of the Board of Directors of
the Bidder or Contractor by any person either by himself or together with
any person or persons acting in concert with him.
(b) The Bidder or the Contractor shall immediately notify the Authority of any
proposed Change in Control (or, in the case of a Change In Control due to the
transfer of shares or securities in a publicly listed company, as soon as it becomes
aware of that Change in Control or proposed Change in Control and is permitted
by the laws applicable to that publicly listed company to disclose that information
to the Authority) in the Bidder or the Contractor and shall provide the Authority
with details of:
(i) the identity of each proposed acquirer /entities seeking control;
(ii) the address of the aforesaid acquirer / entities;
(iii) the extent and nature of the proposed change in control; and
(iv) any other information necessary for the Authority to determine whether to
consent, or not to consent, to the Change in Control in the Bidder or the
Contractor.
(c) The Authority shall not unreasonably withhold its consent to such Change in
Control of the Bidder or the Contractor, unless the Authority is of the reasonable
opinion that:
(i) the proposed acquirer /entities seeking control of the Bidder or the
Contractor or Supporting Entity following the change in control:

Page 15 of 267
 is not solvent or reputable;
 has an interest which conflicts in a material way with the interests of
Authority or is involved in a business or activities which are
incompatible with, or inappropriate in relation to the Project; or
 does not have the same or greater financial and technical capacity than
the entity it is replacing or from which it is taking control;
(ii) the proposed change is against the national security and / or public interest;
or
(iii) the proposed change shall impact adversely on the ability of the Bidder or
the Contractor to perform its obligations under this RFP or the Contract.
(d) The Bidder or the Contractor shall not undertake or permit any Change in
Control, except with the prior approval of the Authority. Notwithstanding
anything to the contrary contained in this RFP or the Contract, the Bidder or the
Contractor agrees and acknowledges that the decision of the Authority in respect
of Change of Control as being final, conclusive and binding on the Bidder or the
Contractor, and undertakes that in the event of the Bidder or the Contractor
becoming ineligible to execute the Project, the Authority reserves its rights to
reject the Bid of the Bidder or execute the remaining works at the risk and cost of
the Contractor as the case may be.In case of such Change in Control occurs after
providing Performance Security but before signing of the Contract or after
signing of the Contract but before execution of any work by the Contractor, the
Authority reserves its right to terminate the Contract considering the event as
breach of the Contract and invoke the Performance Security, provided the
Change in Control is not allowed by the Authority. The Authority shall
endeavour to convey its decision thereon expeditiously.
It is also agreed that the Authority shall not be liable in any manner on account of
grant or otherwise of such approval and that such approval or denial thereof shall
not in any manner absolve the Bidder or the Contractor from any liability or
obligation under this RFP or the Contract.
For the purposes of this Article
(i) the expression "acquirer", "control" and "person acting in concert" shall have
the meaning ascribed thereto in the Securities and Exchange Board of India
(Substantial Acquisition of Shares and Takeover) Regulations, 1997 or any
statutory re-enactment thereof or other applicable regulation, laws, rules,
orders as in force as on the date of acquisition of Equity, or the control of the
Board of Directors, as the case may be, of the Bidder or the Contractor;
(ii) the indirect transfer or control of legal or beneficial ownership of Equity
shall mean transfer of the direct or indirect beneficial ownership or control of
any firm or company or companies whether in India or abroad which results
in the acquirer acquiring control over the shares or voting rights of shares of
the Bidder or the Contractor; and
(iii) power to appoint, whether by contract or by virtue of control or acquisition
of shares of any firm, company holding directly or through one or more

Page 16 of 267
companies (whether situate in India or abroad) the Equity of the the Bidder
or the Contractor, not less than half of the directors on the Board of Directors
of the Bidder or the Contractor or of any firm or company, directly or
indirectly whether situate in India or abroad, having ultimate control of not
less than fifteen per cent (15%) of the Equity of the Bidder or the Contractor
shall constitute acquisition of control, directly or indirectly, of the Board of
Directors of the Bidder or the Contractor.
2.1.16. Notwithstanding anything to the contrary contained herein, in the event that the Bid
Due Date falls within three months of the closing of the latest financial year of a Bidder,
it shall ignore such financial year for the purposes of its Bid and furnish all its
information and certification with reference to the 5 (five) years or 1 (one) year, as the
case may be, preceding its latest financial year. For the avoidance of doubt, financial
year shall, for the purposes of a Bid hereunder, mean the accounting year as per Indian
laws.
2.1.17. Any entity which has been barred by the Ministry of Urban Administration and
Development Department of Government of Madhya Pradesh or its
agencies/departments/companies/autonomous bodies/authorities or Government of India
or its agencies/departments/authorities/companies/autonomous bodies for similar works
or other works which bars it from further participating in any government works, and the
bar subsists as on the date of Bid, would not be eligible to submit the Bid.
2.1.18. The Bidder should, in the last 2 (two) years, have neither failed to perform for similar
works, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Bidder including individual or
any of its Joint Venture Member, as the case may be, nor has been expelled or
terminated by Ministry of Urban Administration and Development Department of
Government of Madhya Pradesh or its agencies/departments/companies/autonomous
bodies/authorities for breach by such Bidder including individual or any of its Joint
Venture Member.
(a) The Bidder including may provide details of all their on-going projects along with
updated stage of litigation, if so, against the Authority / Government.
(b) The Bidder including may also provide details of updated on-going process of
blacklisting if so, under any contract with Authority / Government.
(c) The Authority reserves the right to reject an otherwise eligible Bidder on the basis of
the information provided under thisClause2.1.18. The decision of the Authority in
this regard shall be final.
2.2. Eligibility and Qualification Requirements of Bidder
2.2.1. For determining the eligibility of Bidder, the following shall apply:
(a) The Bidder shall be a single entity to implement the Project. A bidder cannot be
member of another Bidder. The term Bidder used herein would apply to both a
single entity.
Page 17 of 267
(b) A Bidder shall not have a conflict of interest (the "Conflict of Interest") that
affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall
be disqualified and liable for forfeiture of the Bid Security or Performance
Security as the case may be. A Bidder shall be deemed to have a Conflict of
Interest affecting the Bidding Process, if:
(i) the Bidder, its Joint Venture Member (or any constituent thereof) and any
other Bidder, its Member or any Member of its Joint Venture thereof (or
any constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in
cases where the direct or indirect shareholding of a Bidder, or its Joint
Venture Member thereof (or any shareholder thereof having a shareholding
of more than 5% (five percent) of the paid up and subscribed share capital
of such Bidder, or its Joint Venture Member, as the case may be), in the
other Bidder, its Joint Venture Member is less than 5% (five percent) of the
subscribed and paid up equity share capital thereof; provided further that
this disqualification shall not apply to any ownership by a bank, insurance
company, pension fund or a public financial institution referred to in
section 4A of the Companies Act, 1956 or in concordance with relevant
section of the Companies Act, 2013. For the purposes of this
Clause2.2.1(b), indirect shareholding held through one or more
intermediate persons shall be computed as follows: (aa) where any
intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary in
any other person (the "SubjectPerson") shall be taken into account for
computing the shareholding of such controlling person in the Subject
Person; and (bb) subject always to sub-clause (aa) above, where a person
does not exercise control over an intermediary, which has shareholding in
the Subject Person, the computation of indirect shareholding of such person
in the Subject Person shall be undertaken on a proportionate basis;
provided, however, that no such shareholding shall be reckoned under this
sub-clause (bb) if the shareholding of such person in the intermediary is
less than 26% of the subscribed and paid up equity shareholding of such
intermediary; or
(ii) a constituent of such Bidder is also a constituent of another; or
(iii) such Bidder, or any of its Joint Venture Member thereof receives or has
received any direct or indirect subsidy, grant, concessional loan or
subordinated debt from any other Bidder, or any of its Joint Venture
Member thereof or has provided any such subsidy, grant, concessional loan
or subordinated debt to any other Bidder, its Member or any of its Joint
Venture Member thereof; or

Page 18 of 267
(iv) such Bidder has the same legal representative for purposes of
thisApplication as any other Bidder; or
(v) such Bidder, or any of its Joint Venture Member thereof has a relationship
with another Bidder, or any of its Joint Venture Member thereof, directly or
through common third party/ parties, that puts either or both of them in a
position to have access to each other’s' information about, or to influence
the Application of either or each other; or
(vi) such Bidder, or any of its Joint Venture Member thereof has participated as
a consultant to the Authority in the preparation of any documents, design or
technical specifications of the Project.

Explanation:

In case a Bidder is a Consortium, then the term Bidder as used in this Clause, shall
include each Member of such Consortium.

(c) A Bidder shall be liable for disqualification and forfeiture of Bid Security, if any
legal, financial or technical adviser of the Authority in relation to the Project is
engaged by the Bidder, its Member or any Associate thereof, as the case may be,
in any manner for matters related to or incidental to such Project during the
Bidding Process or subsequent to the (i) issue of the LOA or (ii) execution of the
Agreement. In the event any such adviser is engaged by the selected Bidder or
Contractor, as the case may be, after issue of the LOA or execution of the
Agreement for matters related or incidental to the project, then notwithstanding
anything to the contrary contained herein or in the LOA or the Agreement and
without Prejudice to any other right or remedy or the Authority, including the
forfeiture and appropriation of the BID Security or Performance Security, as the
case may be, which the Authority may have there under or otherwise, the LOA or
the Agreement, as the case may be, shall be liable to be terminated without the
Authority being liable in any manner whatsoever to the Selected Bidder or
Contractor for the same. For the avoidance or doubt, this disqualification shall
not apply where such adviser was engaged by the Bidder, its Member or
Associate in the past but its assignment expired or was terminated 6 (six) months
prior to the date of issue of this RFP. Nor will this disqualification apply where
such adviser is engaged after a period of 3 (three) years from the date of
commercial operation of the Project.

Page 19 of 267
2.2.2. Qualification Requirements of Bidders:
(a) Bid Capacity
Bidders who interalia meet the minimum qualification criteria will be qualified
only if their available Bid capacity is more than the total Bid value (value as per
Clause1.1.2). The available Bid capacity will be calculated as per following,
based on information mentioned ANNEX-VI - Information required to evaluate
the Bid Capacity:
Assessed Available BID capacity = (A*N*1.5 – B), Where
A = Maximum value of civil engineering works in respect of projects executed in
any one year during the last 5 (five) financial years (10% weightage per year
shall be given to bring the value of work executed at present price level as
indicated in table below under note) taking into account the completed as well as
works in progress. The projects include turnkey project/ Item or Percentage rate
contract/PPP/ construction works.

N= Number of years prescribed for completion of work for which Bid is


invited.

B = Value (updated to the price level of the year indicated in table below under
note) of existing commitmentsas per Annex-V, works for which LOA issued and
on-going works to be completed during the period of completion of the works for
which BID is invited.
Note: The Statement showing the value of all existing commitments, works for which LOA
issued and ongoing works as well as the stipulated period of completion remaining for each
of the works listed should be countersigned by the Client or its Engineer-in-charge not below
the rank of Executive Engineer or equivalent in respect of projects or Concessionaire /
Authorised Signatory of SPV in respect of BOT Projects and verified by Statutory Auditor.
The factor for the year for updation to the price level is indicated as under. The Bidder, as
part of Technical Bid shall submit its own calculation of Bid Capacity based on documents
for eligible projects submitted:
Table 3: Bid Capacity Updation Factor
Year Year-1 Year-2 Year-3 Year-4 Year-5
FY FY FY FY 2014-15 FY 2013-
2017- 2016- 2015-16 14
18 17
Up-dation factor 1.00 1.10 1.21 1.33 1.46

Page 20 of 267
(b) Technical Capacity
(i) For demonstrating technical capacity and experience (the “Technical
Capacity”), the Bidder shall, over the last5 (five) financial years preceding
the Bid Due Date, the Bidder should have completed Similar
Works/Eligible Projects/Eligible Experience as mentioned below.
The bidder should have experience of having successfully executed and
completed the followingSimilar nature of works1:

a) Three works of similar nature each cost not less than amount equal to 6.70%,
of the estimated amount of the contract during last 5 financial years.
And
b) Three works of similar nature each costing not less than amount equal to
8.35%, of the Estimated amount of the contract during last 5 financial year.
And
c) Three works of similar nature each costing not less than amount equal to
4.95%, of the Estimated amount of the contract during last 5 financial year.

OR
a) Two works of similar nature each costing not less than amount equal to
10.05%, of the probable amount of the contract during last 5 financial year.
And
b) Two works of similar nature each costing not less than amount equal to
12.55%, of the probable amount of the contract during last 5 financial year.
And
c) Two works of similar nature each costing not less than amount equal to
7.40%, of the probable amount of the contract during last 5 financial year.

OR
(a) One works of similar nature each costing not less than amount equal to
16.75 %, of the probable amount of the contract during last 5 financial year.

1
For Similar nature of works for works mentioned under serial No. a,b and c refer Note of clause 2.2.2(b)

Page 21 of 267
And
(b) One works of similar nature each costing not less than amount equal to
20.85%, of the probable amount of the contract during last 5 financial year.
And
(c) One works of similar nature each costing not less than amount equal to
12.40%, of the probable amount of the contract during last 5 financial year.

Note:
1. Certificate duly signed by the employer shall be enclosed for the
actual quantity executed in any one year during the last 5 financial
years.
2. Similar Works/Eligible Projects/Eligible
Experiencemeans:Construction of for:
(a) Works of building and∕or
roads and landscape (Soft and Hard scape) and∕or
development and beautification of Urban road corridor and∕or
development of smart roads[smart roads includes
construction∕ redevelopment of road including pathways∕ cycle
tracks, under grounding utilities(ducting, UGD∕ Storm water
system∕ ducting(electrical∕OFC),landscaping (hard and soft
scape elements)]
(b) Works of Sculpture on stone (Sand stone/Granite Stone)like
Statues and Art works in stone and various other mediums on
walls/ pillars/building/temple facades in temple Architecture
(c) Electrical Works includes street lighting& underground
ducting(electrical HT/LT) or installation of service station
and∕or
underground ducting(electricalHT/LT)&installation of service
station and∕or
laying of underground of electrical cables (HT∕LT&
installation of service station), and∕or
installation of lights in parks&laying of HT∕LT or installation
of service station.(minimum size of one park should not be less
than three (03) acre in one work order, only those worksshall

Page 22 of 267
be considered, if more than one park of above area in one work
order, it shall be considered as one work.)
OR
The integrated nature (any combination of the above[works
mentioned under (a, b, c)] of works mentioned above.

3. Completion Certificates evidencing completion of works as per


definition above shall be enclosed

Page 23 of 267
(c) Financial Capacity
(i) The Bidder2 shall have a positive Net Worth of at the close of the last
financial year i.e. FY 2017-18.The Bidder shall also submit details of its
net cash accrual for the last 5 financial years. The net cash accrual should
be positive.
(ii) The Bidder shall have a minimum Average Annual Construction Turnover
of not less than 50% of the estimated cost of Contract during the last 5
financial years. The last 5 (five) financial years for the purpose of this RFP
shall be FY 2017-18, FY 2016-17,FY 2015-16, FY 2014-15 and FY 2013-
14.
(iii) Liquid assets and /or availability of credit facilities3 of no less than
INR27.36 Crore(Indian Rupees twenty Seven Crore Thirty Six Lakhs)
[Credit lines/ letter of credit/ certificates from banks for meeting the fund
requirement etc.].
(d) Eligible Experience/Eligible Projects for Consideration of Experience:
(i) For a project to qualify as an Eligible Project in case of PPP Projects:
A. It should have been undertaken as a PPP project on BOT, BOLT,
BOO, BOOT or other similar basis for providing its output or
services to a public-sector entity or for providing non-discriminatory
access to users in pursuance of its charter, concession or contract, as
the case may be.
B. the entity claiming experience should have held, in the company
owning the Eligible Project, a minimum of 26% (twenty-six per cent)
equity during the entire year for which Eligible Experience is being
claimed; and
C. the entity claiming experience shall, during the last 5 (five) financial
years, have itself undertaken the construction of the project for
Eligible Projects, excluding any part of the project for which any
contractor, sub-contractor or other agent was appointed for the
purposes of construction.
(ii) For a project to qualify as an Eligible Project under other than PPP
Projects:
A. the Bidder should have received payments from its client(s) for
construction works executed on BOT, Turnkey or Item Rate Contract
fully or partially, or work executed and certified by the Engineer-in-

2
In case of Consortium the combined capacity of the bidders shall be considered. In case of Consortium, the net
worth of all the bidders shall be positive.
3
The availability of credit facilities (Credit lines/ letterof credit/certificatesfrombanks) shall be unconditional. The
Conditional availability of credit facilities shall not be accepted.

Page 24 of 267
charge/Independent Engineer/Authority's Engineer during the last5
(five) financial years, and only the amounts (gross) actually received/
work executed, during such 5 (five) financial years shall qualify for
purposes of the Technical Capacity. For the avoidance of doubt,
construction works shall not include supply of goods or equipment
except when such goods or equipment form part of a turn-key
construction contract / EPC contract / Item Rate contract/ Percentage
Rate contract for the project. Further, the cost of land and also cost
towards pre-construction activities (like shifting of utilities etc.) shall
not be included hereunder.
B. The Bidder shall quote experience in respect of a particular Eligible
Project under any one category only, even though the Bidder (either
individually or along with a member of the Joint Venture) may have
played multiple roles in the cited project. Double counting for a
particular Eligible Project shall not be permitted in any form.
(e) Submission in Support of Technical Capacity
(i) The Bidder should furnish the details of Eligible Experience for the last 5 (five)
financial years.
(ii) The Bidder must provide the necessary information relating to Technical
Capacity as per format at ANNEX-II - Technical Capacity of the Bidderof
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID.
(iii) The Bidder should furnish the required Project-specific information and evidence
in support of its claim of Technical Capacity, as per format at ANNEX-IV -
Details of Eligible ProjectsofAPPENDIX IA - LETTER COMPRISING THE
TECHNICAL BID.
(f) Submission in Support of Financial capacity
(i) The Technical Bid must be accompanied by the Audited Financial Statements of
the last 5 (five) financial years.;
(ii) Certificate(s) from its statutory auditors including/attaching unconsolidated
balance sheet in support of the certificate for proving the net-worth criteria as
detailed in clause 2.2.2(c)(i);
(iii) The Bidder must provide details as per format at ANNEX-III - Financial Capacity
of the Bidderof APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID.
(g) The Bidder shall enclose with its Technical Bid, to be submitted as per the format at
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID, complete with its
Annexes, the following:

Page 25 of 267
A. Certificate(s) from its statutory auditors4or the concerned client(s) stating the
payments received or in case of a PPP project, the construction carried out by
itself, during the past5 (five) financial years, in respect of the Eligible Projects. In
case a particular job/ contract has been jointly executed by the Bidder (as part of
a Joint Venture), it should further support its claim for the payments received or
construction carried out by itself in PPP Projects or as applicable, the share in
work done for that particular job/ contract by producing a certificate from its
statutory auditor or the client; and
B. Certificate(s) from its statutory auditors specifying the net worth of the Bidder, as
at the close of the last financial year (FY 2017-18), and also specifying that the
methodology adopted for calculating such net worth conforms to the provisions
of this clause2.2.2 (i) (ii). For the purposes of this RFP, net worth (the "Net
Worth") shall mean the aggregate value of the paid-up share capital and all
reserves created out of the profits and securities premium account, after
deducting the aggregate value of the accumulated losses, deferred expenditure
and miscellaneous expenditure not written off, as per the audited balance sheet,
but does not include reserves created out of revaluation of assets, write-back of
depreciation and amalgamation.
2.3. Proprietary data
All documents and other information supplied by the Authority or submitted by a
Bidder to the Authority shall remain or become the property of the Authority. Bidders
are to treat all information as strictly confidential and shall not use it for any purpose
other than for preparation and submission of their Bid. The Authority will not return
any Bid, or any information provided along therewith.
2.4. Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation of
their Bids and their participation in the Bidding Process.The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of
the Bidding Process.

4
Even if in case duly certified audited annual financial statements containing explicitly the requisite details are
provided, a separate certification by statutory auditors would be necessary in respect of clause 2.2.2. In
jurisdictions that do not have statutory auditors, the firm of auditors which audits the annual accounts of the
Bidder may provide the certificates required under thisRFP.

Page 26 of 267
2.5. Site visit and verification of information
2.5.1. Bidders are encouraged to submit their respective Bids after visiting the Project site
and ascertaining for themselves the site conditions, traffic, location, surroundings,
climate, availability of power, water & other utilities for construction, access to site,
handling and storage of materials, weather data, applicable laws and regulations, and
any other matter considered relevant by them. Bidders are advised to visit the site and
familiarise themselves with the Project with in the stipulated time of submission of the
Bid. No extension of time is likely to be considered for submission of Bids.
2.5.2. It shall be deemed that by submitting a Bid, the Bidder has:
(a) made a complete and careful examination of the Bidding Documents, Schedules
annexed to Contract Document;
(b) received all relevant information requested from the Authority;
(c) accepted the risk of inadequacy, error or mistake in the information provided in
the Bidding Documents or furnished by or on behalf of the Authority relating to
any of the matters referred to in clause 2.5.1above. No claim shall be admissible
at any stage on this account.
(d) satisfied itself about all matters, things and information including matters
referred to in clause2.5.1hereinabove necessary and required for submitting an
informed Bid, execution of the Project in accordance withthe Bidding Documents
and performance of all of its obligations thereunder;
(e) acknowledged and agreed that inadequacy, lack of completeness or
incorrectness of information provided in the Bidding Documents or ignorance
of any of the matters referred to in clause 2.5.1hereinabove shall not be a basis
for any claim for compensation, damages, extension of time for performance of
its obligations, loss of profits etc. from the Authority, or a ground for
termination of the Agreement by the Contractor;
(f) acknowledged that it does not have a Conflict of Interest; and
(g) agreed to be bound by the undertakings provided by it under and in terms hereof.

Page 27 of 267
2.5.3. The Authority shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or relating
to RFP, including any error or mistake therein or in any information or data given by
the Authority.
2.6. Verification and Disqualification
2.6.1. The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP and the Bidder shall, when so required
by the Authority, make available all such information, evidence and documents as may
be necessary for such verification. Any such verification, or lack of such verification,
by the Authority shall not relieve the Bidder of its obligations or liabilities hereunder
nor will it affect any rights of the Authority thereunder.
2.6.2. The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the Authority, the
supplemental information/ document(s)/confirmation(s) sought by the Authority
for evaluation of the Bid.
Such misrepresentation/ improper response shall lead to the disqualification of the
Bidder. If such disqualification/rejection occurs after the Bids have been opened and
the lowest Bidder gets disqualified / rejected, then the Authority reserves the right to
annul the Bidding Process and invites fresh Bids.
2.6.3. In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of defect liability, subsistence
thereof, that one or more of the eligibility and /or qualification requirements have not
been met by the Bidder, or the Bidder has made material misrepresentation or has
given any materially incorrect or false information, the Bidder shall be disqualified
forthwith if not yet appointed as the contractor either by issue of the LOA or entering
into of the Contract, and if the Selected Bidder has already been issued the LOA or has
entered into the Contract, as the case may be, the same shall, notwithstanding anything
to the contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority to the Selected Bidder or the Contractor, as
the case may be, without the Authority being liable in any manner whatsoever to the
Selected Bidder or the Contractor. In such an event, the Authority shall be entitled to
forfeit and appropriate the Bid Security or Performance Security, as the case may be, as
Damages, without prejudice to any other right or remedy that may be available to the
Authority under the Bidding Documents and / or the Contract, or otherwise.
2.7. Contents of the RFP
2.7.1. This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with clause 2.9.
Volume –I

Page 28 of 267
Instruction to Bidders (ITB)
Section 1. Introduction
Section 2. Instructions to Bidders Section
Section 3. Evaluation of BIDs
Section 4. Fraud and Corrupt Practices
Section 5. Pre-BID Conference
Section 6. Miscellaneous
Appendices
Letter comprising the Technical Bid including Annexure I to VII
Letter comprising the Financial Bid
Bank Guarantee for Bid Security
Bank Guarantee for Performance Security/Additional Performance Security
Power of Attorney for signing of Bid
Volume –II
Draft Contract
Volume –III
Scope of Work and Project Concept Documents

Page 29 of 267
2.8. Clarifications
2.8.1. Bidders requiring any clarification on the RFP may notify the Authority in writing by
e-mail in accordance with clause 1.2.9. They should send in their queries
on or before the date mentioned in the Schedule of Bidding Process specified in clause
1.3. The Authority shall endeavour to respond to the queries within the period specified
therein, but no later than 15 (fifteen) days prior to the Bid Due Date. The responses
will be uploaded on the e-Procurement portal only. The Authority will reply all the
queries without identifying the source of queries.
2.8.2. The Authority shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, the Authority reserves the right not to respond to any
question or provide any clarification, in its sole discretion, and nothing in this clause
shall be taken or read as compelling or requiring the Authority to respond to any
question or to provide any clarification.
2.8.3. The Authority may also on its own motion, if deemed necessary, issue interpretations
& clarifications to all Bidders. All clarifications and interpretations issued by the
Authority shall be deemed to be part of the Bidding Documents and shall be uploaded
on the e-procurement portal. Verbal clarifications and information given by Authority
or its employees or representatives shall not in any way or manner be binding on the
Authority.
2.9. Amendment of RFP
2.9.1. At any time prior to the Bid Due Date, the Authority may, for any reason, whether at
its own initiative or in response to clarifications requested by a Bidder, modify the RFP
by the issuance of Addenda.
2.9.2. Any Addendum issued hereunder will be hosted on the USCL's website
(www.mpeproc.gov.in) and USCL's e-Tendering Portal (www.mpeproc.gov.in) only.
2.9.3. In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, the Authority may, in its sole discretion, extend the Bid Due
Date5.

5While extending the Bid Due Date on account of an addendum, the Authority shall have due regard for the time
required by Bidders to address the amendments specified therein. In the case of significant amendments, 15
(fifteen) days’ time may be provided between the date of amendment and the Bid Due Date, and in the case of
minor amendments, 7 (seven) days’ time may be provided at the discretion of the Authority.

Page 30 of 267
PREPARATION AND SUBMISSION OF BIDS

2.10. Format and Signing of Bid


2.10.1. The Bidder shall provide all the information sought under this RFP. The Authority
will evaluate only those Bids that are received online in the required
formats and complete in all respects and Bid Security, Demand Draft towards
payment of cost of Bid document, POA etc. are received in hard copies.
2.10.2. The Bid shall be typed and signed in indelible blue ink by the authorised signatory of
the Bidder. All the alterations, omissions, additions or any other amendments made to
the Bid shall be initialled by the person signing the Bid.
2.11. Documents comprising Technical and Financial Bid
2.11.1. The Bidder shall submit the Technical Bid& Financial Bid online through e-
procurement portal comprising following documents along with supporting
documents as appropriate:
Technical Bid
(a) APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID(including
ANNEX-I - Details of Bidder to ANNEX-VI - Information required to evaluate the Bid
Capacity and supporting certificates / documents.;
(b) Power of Attorney for signing the Bid as per the format at APPENDIX- III -
Format for Power of Attorney for Signing of BID;
(c) if applicable, Power of Attorney for Lead Member of Joint Venture as per the
format at APPENDIX III;
(d) if applicable, Joint Bidding Agreement for Joint Venture as per the format at
ANNEXURE 1;
(e) Bid Security as per clause 1.2.4 above in the form of Bank Guarantee in the
format at APPENDIX – II- Bank Guarantee for BID Securityfrom a Scheduled
Bank;
(f) Copy of proof of payment of cost of Bid document of INR 50,000/- (Indian
Rupees Fifty Thousand only) along with applicable GST, to Ujjain Smart City
Limited" payable at Ujjain and fees for e-procurement portal;
(g) An undertaking from the person having PoA referred to in sub clause-(b) above
that they agree and abide by the BidDocuments uploaded by USCL and
amendments uploaded, in the form of signed and scanned Bid Documents; and
Financial Bid
(h) APPENDIX – IB - Letter Comprising the Financial , and
(i) Financial Bid providing quotation of Bidders as per Uploaded BoQ in the e-
procurement portal only.

Page 31 of 267
(j) In thePercentage Rate Tender, Contractor must ensure to quote single percentage
rate in attached financial bid format. Quote should be in percentage higher or below
on the SOR Rates the same is to be quoted in the form of decimal only.
In addition to this, while selecting any of the cells a warning appears that if any cell
is left blank the same shall be treated as “0”. Therefore, if any cell is left blank and
no rate is quoted by the Bidder, rate of such item shall be treated as “0” (ZERO).
i. Financial Bid format is uploaded in Excel Format
in www.mpeproc.gov.in At the time of financial bidding, bidder is
requested to download the file, and update the same.
ii. Price bidBidders are requested to check final figure in all the totals of all
sheets. USCL is not responsible for errors in the financial bid document.
iii. Bidders are required to upload the updated financial bid in the prescribed
excel format in the www.mpeproc.gov.in the time of final financial bid
submission.

2.11.2. The Bidder shall submit the following documents in originalphysically:


1. Mandatory Submission:
(a) Power of Attorney for signing the Bid as per format at APPENDIX- III - Format
for Power of Attorney for Signing of BID;
(b) Bid Security as per clause 1.2.4 abovein the form of Original Bank Guarantee in
the format at APPENDIX – II- Bank Guarantee for BID Security from a Scheduled
Bank;
(c) Payment receipt / acknowledgement document/details towards cost of Bid
Document of amount as per clause 2.11.1(f)along with applicable GST in favour
of “Ujjain Smart City Limited,” payable at Ujjain through online mode only and
fees for e-procurement portal;and
2. Optional Submission
(d) The bidders are requested to submit the Original Copy of the Technical Bid. The
same shall be used for the comparison purposes only. If not submitted, the
successful bidder shall submit the Original Copy of the Technical Bid.
3. Any other documents in original as required under the RFP.

Page 32 of 267
2.11.3. The documents listed at clause2.11.2shall be placed in an envelope, which shall be
sealed6. The envelope shall clearly bear the identification "Bid for the (Name of the
Project)" and shall clearly indicate the name and address of the Bidder. In addition, the
Bid Due Date should be indicated on the right hand top corner of the envelope.
2.11.4. The envelope7carrying original documents as required under this Bid shall be
addressed to the following official and shall be submitted at the respective address
through courier/post/in person submission. The queries as mentioned in the clause
1.2.9 shall be sent at the email id as mentioned below but shall be addressed to the
Authority as mentioned herein below:
(a) ATTN. OF: Executive Director
DESIGNATION
Address: Ujjain Smart City Limited
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code – 456010,
Madhya Pradesh
Landline: 0734 - 2525856
E-mail: ujjainsmartcity@gmail.com
2.11.5. If the envelope is not sealed and marked as instructed above, the Authority assumes
no responsibility for the misplacement or premature opening of the contents of the BID
submitted and consequent losses, if any, suffered by the Bidder.
2.11.6. Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
summarily rejected.
2.12. Bid Due Date
Technical and Financial Bid comprising of the documents listed at clause 2.11.1of the
RFP shall be submitted online through e-procurement portal as per schedule in the
NIT. Documents listed at clause 2.11.2of the RFP shall be physically submitted on or
before due date as per NIT at the address provided in clause 2.11.4in the manner and
form as detailed in this RFP. A receipt thereof should be obtained from the person
specified at clause2.11.4 in case of submission in person, in case of courier / postal
delivery, acknowledgement receipt provided shall be considered as proof of
submission.
2.13. Late Bids
E-procurement portal https://www.mpeproc.gov.inshall not allow submission of any
Bid after the prescribed date and time at clause2.12. Physical receipt of documents

6
Sealed means((wherever written in this RFP) - For Online submission- digitally sealed and for physically
submission means physically sealed.

7
Envelop (wherever written in this RFP) means- For online submission- digital envelop and For physical
submission means paper cover envelop

Page 33 of 267
listed at clause2.11.2of the RFP after the prescribed date and time at clause2.12shall
not be considered and the Bid shall be summarily rejected.
2.14. Procedure for e-tendering
2.14.1. Accessing/ Purchasing of BID documents
(a) It is mandatory for all the Bidders to have class-III Digital Signature Certificate
(DSC)in the name of Authorized Signatory of the Bidder from any of the
licensed Certifying Agency (Bidders can Referthe list of licensed CAs from the
link www.cca.gov.in) to participate in e-tendering of USCL.
The Authorized Signatory holding Power of Attorney (POA) or the person
executing/delegating such POA shall only be the Digital Signatory otherwise, the
Bid shall be considered non–responsive.
It should be in corporate capacity (that is in Bidder capacity / in case of JV in the
Lead Member capacity, as applicable). The Bidder shall submit document in
support of the class III DSC.
(b) To participate in the bidding, it is mandatory for the Bidders to get registered their
firm / Joint Venture with e-procurement portal https://www.mpeproc.gov.into have
user ID & password. Following may kindly be noted:
(i) Registration with e-procurement portal of USCL should be valid at least up
to the date of submission of Bid.
(ii) Bids can be submitted only during the validity of registration.
(c) If the firm / Joint Venture is already registered with e-procurement service
provider of USCL, and validity of registration is not expired, the firm / Joint
Venture is not required to do a fresh registration.
(d) The complete Bid document can be viewed / downloaded by the Bidder from e-
procurement portal https://www.mpeproc.gov.inor official portal of USCL as per
schedule in NIT.
2.14.2. Preparation & Submission of Bids
(a) The Bidder may submit its Bid online following the instruction appearing on the
screen. The guidelines for e-procurement is also available on e-procurement
portal of USCL.
(b) The documents listed at clause2.11.1shall be prepared and scanned in different
file format as per requirements of e-procurement portal and uploaded during the
on-line submission of Bid.
(c) Bid must be submitted online only through e-procurement portal
https://www.mpeproc.gov.inusing the digital signature of authorised
representative of the Bidder on or before due date.

Page 34 of 267
2.14.3. Modifications/ Substitution/ withdrawal of Bids
(a) The Bidder may modify, substitute or withdraw its Bid after submission up-to the
Bid Due Date. No Bid can be modified, substituted or withdrawn by the Bidder
after the Bid Due Date & Time.
(b) For modification of Bid, Bidder has to detach its old Bid from e-procurement
portal and upload / resubmit digitally signed modified Bid. It may specifically be
noted that after withdrawal of a Bid for any reason, Bidder cannot re-submit its
Bid again.
2.15. Online Opening of Bids
2.15.1. Opening of Bids will be done through online process.
2.15.2. The USCL shall on-line open Technical Bids on scheduled date as per NIT, in the
presence of the authorized representatives of the Bidders, who choose to attend.
Technical Bid of only those bidders shall be online opened whose documents listed at
clause2.11.2of the RFP. The USCLwill subsequently examine and evaluate the Bids in
accordance with the provisions of Section 3 of RFP.The Financial Bids shall be opened
of such Bidders only on the scheduled date and time as per NIT, who have passed the
technical criteria or eligibility criteria as mentioned in the clause2.2.2. In case of
scheduled date turns out to be a non-working date for USCL, Technical Bids or
Financial Bids shall be opened on next working day.
2.16. Rejection of Bids
2.16.1. Notwithstanding anythingcontained in this RFP, the Authority reserves the right to
reject any Bid and to annul the Bidding Process and reject all Bids at any time without
any liability or any obligation for such acceptance, rejection or annulment, and
withoutassigning any reasons thereof. In the event that, the Authority rejects or annuls
all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids
hereunder.
2.16.2. The Authority reserves the right not to proceed with the Bidding Process at any time,
without notice or liability, and to reject any Bid without assigning any reasons.
2.17. Validity of Bids
The Bids shall be valid for a period of not less than 120 (one hundred and twenty) days
from the Bid Due Date. The validity of Bids may be extended by mutual consent of the
respective Bidders and the Authority.
2.18. Confidentiality
Information relating to the examination, clarification, evaluation and recommendation
for the Bidders shall not be disclosed to any person who is not officially concerned
with the process or is not a retained professional advisor advising the Authority in
relation to, or matters arising out of, or concerning the Bidding Process. The Authority
will treat all information, submitted as part of the Bid, in confidence and will require

Page 35 of 267
all those who have access to such material to treat the same in confidence. The
Authority may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and/ or the Authority or as may
be required by law or in connection with any legal process.
2.19. Correspondence with the Bidder
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any Bid.
However, the Authority, at its discretion,may display the result of technical evaluation
on its website for 7 (seven) days including reasons for non- responsiveness, if any, and
the Financial Bid will be opened thereafter.

Page 36 of 267
2.20. Bid Security and Performance Security
2.20.1. The Bidder shall furnish as part of its Bid, a Bid Security referred to in clauses 2.1.6
and 2.1.7hereinabove in the form of a bank guarantee issued by nationalised bank,
or a Scheduled Bank in India having a net worth of at least INR. 1,000 crore (Indian
Rupees one thousand crore), in favour of the Authority in the format at APPENDIX –
II- Bank Guarantee for BID Security(the "Bank Guarantee") and having a validity
period of not less than 180 (one hundred eighty) days from the Bid Due Date, inclusive
of a claim period of 60 (sixty) days, and may be extended as may be mutually agreed
between the Authority and the Bidder from time to time. In case the Bank
Guarantee is issued by a foreign bank outside India, confirmation of the same by any
nationalised bank in India is required. For the avoidance of doubt, Scheduled Bank
shall mean a bank as defined under Section 2(e) of the Reserve Bank of India Act,
1934.
2.20.2. Any Bid not accompanied by the Bid Security shall be summarily rejected by the
Authority as non-responsive.
2.20.3. The Selected Bidder's Bid Security will be returned, without any interest, upon the
Bidder signing the Contract and furnishing the Performance Security in accordance with
the provisions thereof.
2.20.4. The Authority shall be entitled to forfeit and appropriate the BidSecurity as Damages
inter alia in any of the events specified in clause2.20.5herein below. The Bidder, by
submitting its Bid pursuant to this RFP, shall be deemed to have acknowledged and
confirmed that the Authority will suffer loss and damage on account of withdrawal of its
Bid or for any other default bythe Bidder during the BidValidity Period as specified in
this RFP. No relaxation of any kind on Bid Security shall be given to any Bidder.
2.20.5. The Bid Security shall be forfeited and appropriated by the Authority as damages
payable to the Authority for, inter-alia, time cost and effort of the Authority without
prejudice to any other right or remedy that may be available to the Authority under the
RFP and / or under the Contract, or otherwise, under the following conditions:
(a) Deleted
(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice as specified in clause 4 of ITB ;
(c) If a Bidder withdraws its Bid during the period of Bid Validity as specified in this
RFP and as extended by mutual consent of the respective Bidder(s) and the
Authority;
(d) In the case of Selected Bidder, if it fails within the specified/extended time limit by
Authority;
i. tosign and return the duplicate copy of LOA orIf the Selected Bidder fails to
accept the LoA within the stipulated time period;
ii. to sign the Contract; or

Page 37 of 267
iii. to furnish the Performance Securityand/or Additional Performance Security (if
applicable) within the period prescribed as stipulated in the LOA thereof before
signing of the Contract Agreement; or
iv. If any information or document furnished by the Successful Bidder turns out to
be misleading or untrue in any material respect.
2.20.6. Performance Security
Within prescribed period as mentioned in the LOA,the Successful Bidder shall furnish
to the Authority a Performance Security in accordance with the provisions of the
Agreement and in the format given in this RFP.
The Successful Bidder shall along with the Performance Security(for an amount equal
to the 5% (five percent) of the Final Amount of Contract8) provide to the Authority an
irrevocable and unconditional guarantee from a Bank for a sum equivalent to as
mentioned below (the “Additional Performance Security”), to be modified, mutatis
mutandis, for this purpose as security to the Authority if the Bid Price of the Selected
Bidder is lower by more than 10% with respect to the Estimated Project Cost. In the
case of any Bid where quoted rate appear unrealistic, such Bid will be considered as
unbalanced and; in case the Bidder is unable to provide satisfactory explanation, such a
Bid is liable to be disqualified and rejected. However, the Bidder may be asked;at the
discretion of the Authority onlyto submit the Additional Performance Security
calculated as under:
(a) If the bid price offered by the Successful Bidder is lower than 10% but up-to 20%
of the Estimated Project Cost, then the Additional Performance Security shall be
calculated @20% of the difference in the (a) Estimated Project Cost (as mentioned
in RFP)-10% of the Estimated Project Cost and (b) the Bid Price offered by the
Selected Bidder.
For example. The estimated cost is 100Cr.
Bid price offered by the bidder is 85Cr.
a = (100Cr- 10%of 100Cr) = 90Cr.,
b= 85Cr.
then Additional performance security = 20% of difference a-b= 5Cr.
=5*20%= 1 Cr.
(b) If the bid price offered by the Successful Bidder is lower than 20% of the Estimated
Project Cost, then the Additional Performance Security shall be calculated @30%
of the difference in the (a) Estimated Project Cost (as mentioned in RFP)-10% of
the Estimated Project Cost and (b) the Bid Price offered by the selected Bidder.
(c) The Additional Performance Security shall not be treated as part of Performance
Security.

8
Contract Agreement amount

Page 38 of 267
(d) The validity of the performance security shall be three (03) months beyond the
completion of Defect Liability Period (DLP) ∕ extended DLP (if any).
(e) The validity of the additional performance security shall be 3 months beyond the
actual date of completion of work9including time extension if any approved by
the employer/Authority for the completion of the work except DLP∕ Extended DLP.

9
Actual date of completion of work – As per clause 35 of the GCC.

Page 39 of 267
3. EVALUATION OF TECHNICAL BIDS AND
OPENING & EVALUATION OF FINANCIAL BIDS
3.1. Evaluation of Technical Bids
3.1.1. The Authority shall open the Bids received online and physically(as applicable) as per
schedule in NIT, at the place as specified in NIT; and in the presence of the Bidders10who
choose to attend. In case of day on which Bid is to be opened is non-working day for the
Authority, the Bid opening shall be on next working day. Technical Bid of only those
bidders shall be online opened whose documents listed at clause2.11.2of the RFP have
been received physically. The Authority shall prepare minutes of the Bid opening,
including information disclosed to those present at the time of Bid opening.
3.1.2. Technical Bids of those Bidders who have not submitted their Bid online, shall not be
considered for opening and evaluation.
3.1.3. If any information furnished by the Bidder is found to be incomplete, or contained in
formats other than those specified herein, the Authority may, in its sole discretion,
exclude the relevant information for consideration of eligibility and qualification of the
Bidder.
3.1.4. To facilitate evaluation of Technical Bids, the Authority may, at its sole discretion, seek
clarification(s)/document(s) in writing from any Bidder regarding its Technical Bid.
Such clarification(s) shall be provided within the time specified by the Authority for this
purpose. Any request for clarification(s) and all clarification(s) in response thereto shall
be in writing.
3.1.5. If a Bidder does not provide clarifications sought under clause3.1.4above within the
prescribed time, its Bid may be liable to be rejected. In case the Bid is not rejected, the
Authority may proceed to evaluate the Bid by construing the particulars requiring
clarification to the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of the Authority.
3.1.6. Tests of responsiveness
(a) As a first step towards evaluation of Technical BIDs, the Authority shall determine
whether each Technical Bid is responsive to the requirements of this RFP. A
Technical Bid shall be considered responsive only if:
i. Technical BID is received online as per the format at APPENDIX IA -
LETTER COMPRISING THE TECHNICAL BIDincluding ANNEX-I - Details
of Bidderto ANNEX-VI - Information required to evaluate the Bid Capacity;
ii. Documents listed at clause2.11.2are received physically;
iii. Technical Bid is accompanied by the Bid Security as specified in clause2.1.6
and 2.1.7;

10
The presence of the bidders is not mandatory.

Page 40 of 267
iv. Technical Bid is accompanied by the Power of Attorney as specified in
clauses 2.1.8;
v. Technical Bid contains all the information (complete in all respects);
vi. Technical Bid does not contain any condition or qualification; and
vii. Payment towards cost of Bid document of as per clause 2.11.1 (f) above
along with applicable GST in favour of “Ujjain Smart City Limited India”
payable at Ujjain and e-procurement portal fees is received; and
viii. Any other submission by the Bidder, which the Authority may determine at
its discretion, as being non-responsive to the RFP terms and conditions.
(b) The Authority reserves the right to reject any Technical Bid which is non-
responsive and no request for alteration, modification, substitution or withdrawal
shall be entertained by the Authority in respect of such Bid.
3.1.7. In the event that a Bidder claims credit for an Eligible Project, and such claim is
determined by the Authority as incorrect or erroneous, the Authority may reject / correct
such claim for the purpose of qualification requirements.
3.1.8. The Authority will get the Bid security verified from the issuing authority and after due
verification, the Authority will evaluate the Technical Bids for their compliance to the
eligibility and qualification requirements pursuant to clause2.2.1 and2.2.2of this RFP.
3.1.9. After evaluation of Technical Bids, the Authority may publish, at its discretion, a list of
Bidders who have passed the technical or eligibility criteria as mentioned in clause
2.2.2(“Technically Qualified Bidders”) whose Financial Bids shall be opened. The
Authority, at its discretion,may notify other Bidders that they have not been technically
qualified. The Authority will not entertain any query or clarification from Bidders who
fail to qualify.
3.2. Opening and Evaluation of Financial Bids
The Authority shall inform the venue and time of online opening of the Financial Bids to the
technically qualified Bidders through e-procurement portal and/or e-mail. The technically
qualified bidders including joint venture partner(s), if any, shall inform the authority through
email in the prescribed format enclosed at ANNEX-VI - Information required to evaluate the Bid
Capacityof APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID, for any change
in their bid capacity, due to award/ declared to be the lowest bidder in any other project as on
bid submission date. In case of no change, ’NIL’ information shall be furnished. If any of the
qualified bidders fails to furnish the above information due to whatsoever reasons on bid
submission date or fails to qualify in Bid Capacity in this changed scenario, his financial bid
shall not be opened. The Authority shall open the online Financial Bids of the remaining
bidders only on schedule date and time in the presence of the authorised representatives of the
Bidders who may choose to attend. The Authority shall publicly announce the Bid Prices
quoted by the Technically Qualified Bidders. Thereafter the Authority shall prepare a record of
opening of Financial Bids.

Page 41 of 267
3.3. Selection of Bidder
3.3.1. Subject to the provisions of clause2.16.1, the Bidder whose Bid is adjudged as responsive
in terms of clause3.1.6 and who is Technically Qualified Bidder and who quotes lowest
price shall be declared as the selected Bidder (the "Selected Bidder").
3.3.2. In the event that the Lowest Bidder is not selected for any reason, the Authority may, at
its discretion, annul the Bidding Process and invite fresh Bids. In the event that, the
Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders
to submit fresh Bids hereunder.
3.3.3. After selection, a Letter of Award (the "LOA") shall be issued, in duplicate, by the
Authority to the Selected Bidder and the SelectedBidder shall, within 7(seven) days of
the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed bythe
Selected Bidder is not received by the stipulated date, the Authority may, unless it
consents to extension of time for submission thereof, appropriate the Bid Security of such
Bidder as Damages on account of failure of the Selected Bidder to acknowledge the
LOA.
3.3.4. After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause
the Bidder to execute the Agreement within the period prescribed in LOA or as
separately prescribed by the Authority whichever is earlier. The Selected Bidder shall not
be entitled to seek any deviation, modification or amendment in the Contract except as
agreed by the Authority in the interest of the Project.
3.3.5. The Authority will notify11 other Bidders that their Proposals have not been accepted and
their Bid Security will be returned by the Authority, without any interest, as promptly as
possible as set out in various provisions in this RFP.
3.4. Contacts during Bid Evaluation
Bids shall be deemed to be under consideration immediately after they are opened and until
such time the Authority makes official intimation of award/ rejection to the Bidders. While the
Bids are under consideration, Bidders and/ or their representatives or other interested parties
are advised to refrain, save and except as required under the Bidding Documents, from
contacting by any means, the Authority and/ or their employees/ representatives on matters
related to the Bids under consideration.
3.5. Correspondence with Bidder
Save and except as provided in this RFP, the Authority shall not entertain any correspondence
with any Bidder in relation to the acceptance or rejection of any Bid.
3.6 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Project is subsequently awarded to it on the basis of such information.

11
The Information shall be uploaded on the e-procurement∕ Web-portal of the Authority only.

Page 42 of 267
3.7 The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Bid(s) without assigning any reasons.

Page 43 of 267
4. FRAUD AND CORRUPT PRACTICES
4.1 The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during
the subsistence of the Contract. Notwithstanding anything to the contrary contained herein, or in the
LOA or the Contract, the Authority may reject a Bid, withdraw the LOA, or terminate the Contract,
as the case may be, without being liable in any manner whatsoever to the Bidder, if it determines
that the Bidder, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In
such an event, the Authority shall be entitled to forfeit and appropriate the Bid Security or
Performance Security, as the case may be, as Damages, without prejudice to any other right or
remedy that may be available to the Authority under the Bidding Documents and/ or the
Contract, or otherwise.
4.2 Without prejudice to the rights of the Authority under clause0hereinabove and the rights and
remedies which the Authority may have under the LOA or the Contract, or otherwise if a Bidder
or Contractor, as the case may be, is found by the Authority to have directly or indirectly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, or after the issue of the LOA
or the execution of the Contract, such Bidder shall not be eligible to participate in any tender or
RFP issued by the Authority during a period of 2 (two) years from the date such Bidder, or
Contractor, as the case may be, is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practices, as the case may be.
4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Bidding Process (for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any official
of the Authority who is or has been associated in any manner, directly or indirectly,
with the Bidding Process or the LOA or has dealt with matters concerning the
Agreement or arising therefrom, before or after the \ execution thereof, at any time
prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Bidding Process); or (ii) save
and except as permitted under the clause 2.2.1(d) of this RFP, engaging in any
manner whatsoever, whether during the Bidding Process or after the issue of the
LOA or after the execution of the Agreement, as the case may be, any person in
respect of any matter relating to the Project or the LOA or the Contract Agreement,
who at any time has been or is a legal, financial or technical adviser of the Authority
in relation to any matter concerning the Project;
(b) "fraudulent practice" means a misrepresentation or omission of facts or suppression of
facts or disclosure of incomplete facts, in order to influence the Bidding Process;

Page 44 of 267
(c) "coercive practice" means impairing or harming, or threatening to impair or harm,
directly or indirectly, any person or property to influence any person's participation or
action in the Bidding Process;
(d) "undesirable practice" means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in
any manner influencing or attempting to influence the Bidding Process; or (ii) having a
Conflict of Interest which includes having a close relative in the Authority; and
(e) "restrictive practice" means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective ofrestricting or manipulating a full and
fair competition in the Bidding Process.

Page 45 of 267
5. PRE-BID CONFERENCE
5.1 Pre-Bid conference of the Bidders, at the discretion of the Authority, shall be convened at
the designated date, time and place as per NIT. A maximum of two representatives of
prospective Bidders shall be allowed to participate on production of authority letter from
the Bidder.
5.2 During the course of Pre-Bid conference(s), the Bidders will be free to seek clarifications
and make suggestions for consideration of the Authority. The Authority shall endeavour
to provide clarifications and such further information as it may, in its sole discretion,
consider appropriate for facilitating a fair, transparent and competitive Bidding Process.

Page 46 of 267
6. MISCELLANEOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at Ujjain shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/ or in connection with the Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto;
b) consult with any Bidder in order to receive clarification or further information;
c) retain any information and/ or evidence submitted to the Authority by, on behalf of,
and/ or in relation to any Bidder; and/ or
d) independently verify, disqualify, reject and/ or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder.
6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or liabilities
in any way related to or arising from the exercise of any rights and/ or performance of
any obligations hereunder, pursuant hereto and/ or in connection with the Bidding
Process and waives, to the fullest extent permitted by applicable laws, any and all rights
and/ or claims it may have in this respect, whether actual or contingent, whether present
or in future.

Page 47 of 267
7. APPENDIX IA - LETTER COMPRISING THE
TECHNICAL BID
Executive Director,
UJJAIN SMART CITY LTD.
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
Telephone: +07342525856
E-mail: ujjainsmartcity@gmail.com

Subject: Bid for Selection of Bidder for “Development and Construction of Mahakal
Rudrasagar Integrated Development Area (MRIDA) under Phase-1”, on
percentage basis contract including three (03) years DLP, Ujjain inthe State of
Madhya Pradesh

Dear Sir,
With reference to your RFP document dated ______, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our Bid for the aforesaid Project.
The Bid is unconditional and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information provided
in the Bid and the documents accompanying the Bid for selection of the
Contractor for the aforesaid Project, and we certify that all information provided in the
Bid and its the Annexure I to VI along with the supporting documents are true and
correct; nothing has been omitted which renders such information misleading; and all
documents accompanying the Bid are true copies of their respective originals.
3. This statement is made for the express purpose of our selection as Contractor for the
construction of the aforesaid Project and maintenance of the Project during the Defect
Liability Period.
4. I/ We shall make available to the Authority any additional information it may find
necessary or require tosupplement or authenticate the Bid.
5. I/ We acknowledge the right of theAuthority to reject our Bid without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable
law, our right to challenge the same on any account whatsoever.
6. I/ We certify that in the last two years, I/ we as / anyof the JV members have neither
failed to perform for the similar or other works, as evidenced by imposition of a penalty
by an arbitral or judicial authority or a judicial pronouncement or arbitration award
against us, nor been expelled or terminated by any ministry of Government of Madhya
Pradesh or Government of India or its implementing agencies for breach on our part.

Page 48 of 267
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents,
including any Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with clauses 2.2.1(b)and
2.2.1(c)of the RFP document; and
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in clause0of the RFP document, in respect of any
tender or request for proposal issued by or any Agreement entered into with the
Authority or any other public sector enterprise or any government, Central or State;
and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with
the provisions of clause 4 of the Instruction to Bidders (ITB) , no person acting for
us or on our behalf has engaged or will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice;
and
(e) the undertakings given by us along with the Bid in response to the RFP for
the Project and information mentioned for the evaluation of the Bid Capacity in
ANNEX-VI - Information required to evaluate the Bid Capacitywere true and correct as
on the date of making the Application and are also true and correct as on the BID
Due Date and I/we shall continue to abide by them.
(f) I/We do hereby confirm our documents as per clause 2.6.2.of ITB.
8. I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any Bid that you may receive nor to invite the
Bidders to Bid for the Project, without incurring any liability to the Bidders, in
accordance with clause2.16.2of the RFP document.
9. I/We believe that I/ we/our Joint Venture satisfy(s) the Technical / Eligibility Criteria, as
per clause 2.2.2 and meet(s) the requirements as specified in the RFP document.
10. I/ We certify that in regard to matters other than security and integrity of the country, we/
any Member of the Joint Venture or any of our/their Joint venture member have not been
convicted by a Court of Law or indicted or adverse orders passed by a regulatory
authority which could cast a doubt on our ability to undertake the Project or which relates
to a grave offence that outrages the moral sense of the community.
11. I/ We further certify that in regard to matters relating to security and integrity of the
country, I/ we/ any Member of the Joint Venture or any of our/their Joint venture member
have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law.

Page 49 of 267
12. I/ We further certify that no investigation by a regulatory authority is pending either
against us/any member of Joint Venture or against our MD/CEO or any of our directors/
managers/ employees.
13. I/ We further certify that we are not disqualified in terms of the additional criteria
specified by the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated
13.7.01, a copy of which forms part of the RFP at Annexure VII - Guidelines of the
Department of Disinvestment of APPENDIX IA - LETTER COMPRISING THE TECHNICAL
BIDthereof.

14. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
guidelines referred to above, we shall intimate the Authority of the same immediately.
15. I/We further acknowledge and agree that in the event a change in control occurs after
signing of the Contract upto its validity; It would, unless anything to the contrary
contained in the Contract, may be considered a breach thereof by the Authority at its
discretion, and theContract shall be liable to be terminated without the Authority being
liable to us in any manner whatsoever.
16. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the selection of the Bidder, or in connection with the
Bidding Process itself, in respect of the above-mentioned Project and the terms and
implementation thereof.
17. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into a
Contract in accordance with the draft that has been provided to me/us prior to the Bid
Due Date. We agree not to seekany changes in the aforesaid draft and agree to abide by
the same.
18. I/ We have studied all the Bidding Documents carefully and also surveyed the project
area and the components. We understand that except to the extent as expressly set forthin
the Agreement, we shall have no claim, right or title arising out of any documents or
information provided to us by the Authority or in respect of any matter arising out of or
relating to the Bidding Process including the award of Agreement.
19. I/ We offer a Bid Security as per Clause no. 1.2.4 to the Authority in accordance with the
RFP Document.
20. The Bid Security in the form of a Bank Guarantee is attached.
21. The documents accompanying the Technical Bid, as specified in clause2.11.1of the RFP,
have been submitted in separate files.
22. I/ We agree and understand that the Bid is subject to the provisions of the Bidding
Documents. In no case, I/we shall have any claim or right of whatsoever nature if the
Project / Contract is not awarded to me/us or our Bid is not opened or rejected.

Page 50 of 267
23. The Bid Price has been quoted by me/us after taking into consideration
all the terms and conditions stated in the RFP, draft Contract, our own estimates of costs
and after a careful assessment of the site and all own the conditions that may affect the
project cost and implementation of the project.
24. I/ We agree and undertake to abide by all the terms and conditions of the RFP document.
25. {We, the Joint Venture agree and undertake to be jointly and severally liable for all the
obligations of the Contractor under the Contract}.
26. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID
Due Date specified in the RFP.
27. I/ We hereby submit our Bid and offer a Bid Price as indicated in Financial Bid for
undertaking the aforesaid Project in accordance with the Bidding Documents and the
Agreement.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP
document.
Yours faithfully,
Date: (Signature, name and designationofPlace:

(The Authorised signatory)


Name & seal of Bidder
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to it, and
‘Deleted’ may be indicated there.

Page 51 of 267
8. APPENDIX – IB - Letter Comprising the Financial Bid
(TO BE UPLOADED ONLINE ONLY UNDER FINANCIAL BID)

Dated:
Mr./Ms. __________________,
UJJAIN SMART CITY LTD.
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
Telephone: 0734-2525856
E-mail: ujjainsmartcity@gmail.com

Subject: Bid for Selection of Bidder for “Development and Construction of Mahakal
Rudrasagar Integrated Development Area (MRIDA) under Phase-1”, on
percentage basis contract including three (03) years DLP, Ujjain in the State of
Madhya Pradesh
Dear Sir,

NAMEOFWORK:_____________________________________________________
(Name of the work as appearing in the bid for the work)

I/We do hereby BID to execution of the above work within the time specified at the rate (In figures)
(In words) percent below
/above or at par based on the Bill of Quantities and item wise rates given therein in all respects and in
accordance with the specifications, designs, drawings and instructions in writing in all respects in
accordance with such conditions so far as applicable.

I/We have visited the site of work and am/are fully aware of all the difficulties and conditions likely to
affect carrying out the work. I/We have fully acquainted myself/ourselves about the conditions in
regard to accessibility of site and quarries/kilns, nature and the extent of ground, working conditions
including stacking of materials, installation of tools and plant conditions effecting accommodation and
movement of labour etc. required for the satisfactory execution of contract.

Should this bid be accepted, I/We hereby agree to abide by and fulfil all the terms and provisions of the
said conditions of contract annexed hereto so far as applicable, or in default thereof to forfeit and pay to
the Executive Director, Ujjain Smart City Limited, Ujjain or his successors in office the sums of money
mentioned in the said conditions.

Note:
 Only one rate of percentage above or below or at par based on the Bill of Quantities and item
wise rates given therein shall be quoted.
 Percentage shall be quoted in figures as well as in words. If any difference in figures and words is
found lower of the two shall be taken as valid and correct rate. If the bidder is not ready to accept
such valid and correct rate and declines to furnish performance security and sign the agreement
his earnest money deposit shall be forfeited.

Page 52 of 267
 In case the percentage “above” or “below” is not given by a bidder, his bid shall be treated as
non-responsive.
 All duties, taxes, and other levies excluding GST, payable by the bidder shall be included in the
percentage quoted by the bidder.
Rates quoted by the contractor shall be excluding GST.
GST shall be payable as applicable at the time of billing by the employer.

Signature of Bidder

Name of Bidder

The above bid is hereby accepted by me on behalf of the Executive Director, UJJAIN Smart
City Ltd., Ujjain,datedthe dayof 20__

Yours faithfully,
Date: (Signature, name and designation of the
Place: Authorised Signatory)
Name & seal of Bidder/Lead Member: ..........
Class III DSC ID of Authorised Signatory:
.............

Page 53 of 267
Appendix IA
Annex-I
9. ANNEX-I - Details of Bidder
1.
(a) Name:
(b) Country of incorporation and place of registration:
(c) Address of the corporate headquarters and its branch office(s), if any, in India:
(d) Date of incorporation and/ or commencement of business:
(e) Articles of Association and Memorandum of Association Documents: to be attached.
(f) Principal place of Business:
2. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
3. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
4. Particulars of the Authorised Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:
(f) Class III Digital Signature Certificate ID number:
5. The following information shall also be provided w.r.t. clause 2.1.17:

Page 54 of 267
Name of Bidder/ member of Joint Venture:

S. Criteria Yes/No
No.
1. Has the Bidder individually / as a constituent of the
Joint Venture been barred by the any ministry of
Government of Madhya Pradesh, Government of
India or its implementing agencies for the similar or
other works, from participating in bidding.
2 If the answer to (1) is yes, does the bar subsist as on
Bid due date.

6. A statement by the Bidder disclosing material non-performance or contractual non-


compliance in past projects, contractual disputes and litigation/ arbitration in the last 2
years is given below (Attach extra sheets, if necessary) w.r.t.clause2.1.18:
Name of Bidder/ member of Joint Venture (If applicable asper RFP):

S.No. Criteria 1st last 2nd last


year year
1. If Bidder have either failed to perform similar or
other works, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award
against the Bidder or any of its Joint Venture
Member, as the case may be, or has been expelled
/ terminated by any ministry of Government of
Madhya Pradesh or Government of India or its
implementing agencies for breach by such Bidder
or as a Joint Venture Member, along-with updated
details ofongoing process of litigation /
blacklisting.

Page 55 of 267
Appendix IA
Annex-II
10.ANNEX-II - Technical Capacity of the Bidder
S.No. Particulars Project Details
1 Project Name:
2 Client Details:
Name:
Address:
Contact Address:
3 Project Location
4 Completion Time Line –
including Start Date and End
Date
5 Project Cost
6 Project Description and use

Note:
1. Certificate duly signed by the employer shall be enclosed for the actual quantity
completed in during the last 5 financial years,
2. Completion Certificate must be attached for each eligible project or experience claimed.
In absence of such evidences, eligibility may not be considered at the discretion of the
Authority.
3. Provide details of only those projects that have been undertaken by the Bidder, or as a
Lead member including as members in case of joint venture, under its own name
separately and/ or by a project company for EligibleProjects.
4. Construction shall not include supply of goods or equipment except when such goods or
equipment form part of a turn-key construction contract/ EPC contract / Percentage Rate
/ Item Rate Contract for the project. In no case shall the cost of maintenance and repair,
operation of similar or other works considered for eligibility of bidders and land be
included while computing the Experience Score of an Eligible Project.

Page 56 of 267
Appendix IA
Annex-III
11.ANNEX-III - Financial Capacity of the Bidder
Name of Company∕ Firm∕ Organisation (Sole Bidder):
A.

Net Cash Accrual


Year 1 Year 2 Year 3 Year 4 Year 5 Net Worth at
2017-18 2016-17 2015-16 2014-15 2013-14 the end of FY
(INR Crore) (INR Crore) (INR Crore) (INR Crore) (INR Crore) 2017-18
(INR Crore)

B.

Annual Construction Turnover


Year 1 Year 2 Year 3 Year 4 Year 5 Average
2017-18 2016-17 2015-16 2014-15 2013-14 Annual
(INR Crore) (INR Crore) (INR Crore) (INR Crore) (INR Crore) Construction
Turnover
(INR Crore)

………………………… ……………………..
…………………………. ……………………..
Signature, name and designation of
Name of the Statutory Auditor’s Authorized Signatory
firm:
Seal of the audit firm: (Signature, For and on behalf of
name and designation and ………………(Name of theBidder)
Membership No. of authorised
signatory)

Instructions:
1. The Bidder shall attach copies of the annual reports including balance sheets, profit and
loss account, cash flow statements and income tax return for last 5 (five) financial years
preceding the Bid Due Date. The audited annual reports and financial statements shall:

Page 57 of 267
(a) reflect the financial situation of the Bidder;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and
(d) correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).
2. Net Cash Accruals shall mean Profit After Tax + Depreciation.
3. Net Worth (the "Net worth") shall mean as in the clause2.2.2(g) of the RFP document.
4. Year 1 will be the latest completed financial year, preceding the financial year of the Bid.
Year 2 shall be the year immediately preceding Year 1 and so on.
5. The Bidder shall also provide the name and address of the Bankers to the Bidder.
6. The Bidder shall provide an Auditor's Certificate specifying the net worth, net cash
accrual, and average construction turnover of the Bidder and also specifying the
methodology adopted for calculating such net worthin accordance with clause 2.2.2(g)of
the RFP document.
7. The financial audited statements in case of registered company shall match with the
statements uploaded on the Register of Companies (ROC) and in case of other than
registered companies shall match with the statements submitted to Government
Organisation such as Income Tax Dept. etc.
8. C. Bidder to give declaration in support of clause 2.2.2(c).

Page 58 of 267
Appendix IA
Annex-IV
12.ANNEX-IV - Details of Eligible Projects
Project Code: Entity: Self/Members:
Item Refer Particulars of the
Instruction Project
Title & nature of the project -
Category 5
Year-wise 6
(a) payments received for construction or work executed
and certified by the Engineer-in-charge/Independent
Engineer/Authority’s Engineer,and/or
(b) revenues appropriated for self-construction under
PPPprojects
Entity for which the project was constructed 7
Location -
Project cost -
Date of commencement of project/ contract -
Date of completion/ commissioning 8
Equity shareholding (with period during which equity 9
was held)
Instructions:
1. Bidders are expected to provide information in respect of each Eligible Projects in this
Annex. Information provided in this section is intended to serve as a backup for
information provided in the Bid. Bidders should also refer to the instructions below.
2. The Project Codes would be a, b, c, d etc.
3. A separate sheet should be filled for each Eligible Project.
4. In case the Eligible Project relates as Members of a JV, write “Member”.
5. Refer to clause2.2.2(d) of the RFP for category type.
6. The total payments received and/or revenues appropriated for self-construction for each
Eligible Project are to be stated as mentioned below. The figures to be provided here
should indicate the break-up for the past 5 (five) financial years. Year 1 refers to the
financial year immediately preceding the Bid Due Date; Year 2 refers to the year before
Year 1, Year 3 refers to the year before Year 2, and so on.
7. In case of projects in PPP categories, particulars such as name, address and contact
details of owner/ Authority/ Agency (i.e. concession grantor, counter party to concession,
etc.) may be provided. In case of projects in other than PPP categories, similar
particulars of the client need to be provided.
8. For PPP Projects, the date of commissioning of the project, upon completion, should be
indicated. In case of non-PPP projects, date of completion of construction should be

Page 59 of 267
indicated. In the case of projects under construction, the likely date of completion or
commissioning, as the case may be, shall be indicated.
9. For PPP projects, the equity shareholding of the Bidder, in the company owning the
Eligible Project, held continuously during the period for which Eligible Experience is
claimed, needs to be given.
10. Experience for any activity relating to an Eligible Project shall not be claimed twice. In
other words, no double counting in respect of the same experience shall be permitted in
any manner whatsoever.
11. It may be noted that in the absence of any detail in the above certificates, the information
would be considered inadequate and could lead to exclusion of the relevant project in
computation of Experience.
12. The statutory auditor of the Bidder should certify this declaration under its seal and
stamp along with the details of the auditor indicating its name, address and registration
no.

Page 60 of 267
Appendix - IA
Annexure-VI
13.ANNEX-VI - Information required to evaluate the Bid
Capacity
To calculate the value of “A”
1. A table containing value of Civil EngineeringWorks in respect toprojects (PPP/ EPC /
Turnkey projects / Item rate contract / Percentage rate contract/ Construction works)
undertaken by the Bidder during the last 5 financial years is as follows:
S. No. Financial Value of Civil Engineering Works undertaken
Year (INR In Crore)

1 2017-18
2 2016-17
3 2015-16
4 2014-15
5 2013-14

2. Maximum value of projects that have been undertaken during the F.Y. ________out of
the last financial 5 years and value thereof is INRCrores
12
(Rupees ) . Further, value updated to the price level of the year indicated in Appendix is
as follows:
Indian Rupees__________Crores x __________(Updation Factor as per Appendix)
=INR. ______Crore
(Rupees _________________________________)

………………………… ……………………..
…………………………. ……………………..
Signature, name and designation of
Name of the Statutory Auditor’s Authorized Signatory
firm:
Seal of the audit firm: (Signature, For and on behalf of
name and designation and ………………(Name of theBidder)
Membership No. of authorised
signatory)

12
Attach proof of document(s)

Page 61 of 267
To calculate the value of “B”
A table containing value of all the existing commitments and on-going works to be completed
during the next 12 (twelve) Months is as follows:
Sl. Name Percentage Date of start Constructi Value of contract Value of Balance Anticipat Balance
No. of of / on period as perAgreement work value of ed date of value of
Projec participati appointe as per /LOAβ13 complete work to completio work at
t/ on d date of Agreemen d be n 2017-18
Work of Bidder project t complete price level
in the /LOA d
project
INR in Crore INR in INR. in INR in Crore
Crore Crore
1 2 3 4 5 6 7 8= (6-7) 9 10(3x 8x #)

# Updation Factor as given below:

For Year Financial Year Updation Factor


1 2017-18 1.00
2 2016-17 1.10
3 2015-16 1.21
4 2014-15 1.33
5 2013-14 1.46

The Statement showing the value of all existing commitments, anticipated value of work to be completed
in the period of construction of the project for which Bid is invited and ongoing works as well as the
stipulated period of completion remaining for each of the works mentioned above is verified from the
certificate issued that has been countersigned by the Client or its Engineer-in-charge not below the rank
of Executive Engineer or equivalent in respect of EPC/Turnkey/Item Rate/Percentage Rate Projects or
Concessionaire / Authorised Signatory of SPV in respect of BOT Projects. No awarded / ongoing works
has been left in the aforesaid statement which has been awarded to M/s………………individually / and
other member M/s ……………….. and M/s ………………., as on bid due date of this RFP.
…………………….. ……………………..
…………………….. ……………………..
Signature, name and Signature, name and
designation designation of
of AuthorisedSignatory AuthorisedSignatory

For and on behalf of ………………(Name of the Bidder) For and on behalf of ………………(Name of the Bidder)

Date:
Place:
Appendix - IA

β In case balance period of construction is less than the value of period of construction of the project for which Bid is invited,
then full value of contract as per Agreement/LOA to be mentioned, else, anticipated value of work to be completed in the
period of construction of the project for which Bid is invited is to be mentioned. In the absence of the anticipated value of
work to be completed, the proportionate value shall be considered while evaluating the Assessed Available Bid Capacity.

Page 62 of 267
Annexure-VI A
Format for information to be furnished by Technically Qualified Bidder regarding updated Bid
Capacity as on Bid Submission Date:
1. Name of instant project: -
2. Name of the Technically Responsive Bidder: -
3. Details of lowest/accepted bid price declared in favourof the Technically Qualified
Bidder (either sole or J.V.) in any other project as on Bid Submission Date.

S. Name Details and Lowest bid price Date & time Date of Remarks,
no. of contact nos., as per financial when Financial LOA in case if any
Work bid opening bid wasopened issued
email of Bid
invitingauthority (INR in ___)

1.

2.

I/ We hereby confirm that the information furnished above are latest and true to the best of
my/our knowledge. We/I undertake to bear consequences as per provision of RFP in case of
any above mentioned is found to be incorrect.
Authorised Signatory
.......................................
Name: ............. .....
Place: ........Date: ......
Note: Please enclose separate details for the Joint Venture Partner(s), if any

Page 63 of 267
APPENDIX-IA
Annexure VII
14.Annexure VII - Guidelines of the Department of
Disinvestment
No. 6/4/2001-DD-II
Government of India
Department of Disinvestment
Block 14, CGO Complex
New Delhi.
Dated 13th July, 2001.
OFFICE MEMORANDUM
Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector
Enterprises through the process of disinvestment
Government has examined the issue of framing comprehensive and transparent guidelines
defining the criteria for bidders interested in PSE-disinvestment so that the parties selected
through competitive bidding could inspire public confidence. Earlier, criteria like net worth,
experience etc. used to be prescribed. Based on experience and in consultation with concerned
departments, Government has decided to prescribe the following additional criteria for the
qualification/ disqualification of the parties seeking to acquire stakes in public sector
enterprises through disinvestment:
(a) In regard to matters other than the security and integrity of the country, any conviction by
a Court of Law or indictment/ adverse order by a regulatory authority that casts a doubt
on the ability of the bidder to manage the public sector unit when it is disinvested, or
which relates to a grave offence would constitute disqualification. Grave offence is
defined to be of such a nature that it outrages the moral sense of the community. The
decision in regard to the nature of the offence would be taken on case to case basis after
considering the facts of the case and relevant legal principles, by the Government of
India.
(b) In regard to matters relating to the security and integrity of the country, any charge-sheet
by an agency of the Government/ conviction by a Court of Law for an offence committed
by the bidding party or by any sister concern of the bidding party would result in
disqualification. The decision in regard to the relationship between the sister concerns
would be taken, based on the relevant facts and after examining whether the two
concerns are substantially controlled by the same person/ persons.
(c) In both (a) and (b), disqualification shall continue for a period that Government deems
appropriate.
(d) Any entity, which is disqualified from participating in the disinvestment process, would
not be allowed to remain associated with it or get associated merely because it has

Page 64 of 267
preferred an appeal against the order based on which it has been disqualified. The mere
pendency of appeal will have no effect on the disqualification.
(e) The disqualification criteria would come into effect immediately and would apply to all
bidders for various disinvestment transactions, which have not been completed as yet.
(f) Before disqualifying a concern, a Show Cause Notice why it should not be disqualified
would be issued to it and it would be given an opportunity to explain its position.
(g) Henceforth, these criteria will be prescribed in the advertisements seeking Expression of
Interest (EOI) from the interested parties. The interested parties would be required to
provide the information on the above criteria, along with their Expressions of Interest
(EOI). The bidders shall be required to provide with their EOI an undertaking to the
effect that no investigation by a regulatory authority is pending against them. In case any
investigation is pending against the concern or its sister concern or against its CEO or
any of its Directors/ Managers/ employees, full details of such investigation including the
name of the investigating agency, the charge/ offence for which the investigation has
been launched, name and designation of persons against whom the investigation has been
launched and other relevant information should be disclosed, to the satisfaction of the
Government. For other criteria also, a similar undertaking shall be obtained along with
EOI.
sd/-
(A.K. Tewari)
Under Secretary to the Government of India

Page 65 of 267
15.ANNEXURE –VIII Joint Bidding Agreement
(To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of
………,20....…

AMONGST

1. {………… Limited, a company incorporated under the Companies Act, 1956/2013} and
having its registered office at ………… (hereinafter referred to as the “First Part” which
expression shall, unless repugnant to the context include its successors and permitted assigns)

AND

2. {………… Limited, a company incorporated under the Companies Act, 1956/2013} and
having its registered office at ………… (hereinafter referred to as the “Second Part” which
expression shall, unless repugnant to the context include its successors and permitted assigns)

AND

3. {………… Limited, a company incorporated under the Companies Act, 1956/2013 and having
its registered office at ………… (hereinafter referred to as the “Third Part” which expression
shall, unless repugnant to the context include its successors and permitted assigns)}

The above mentioned parties of the FIRST, SECOND and THIRD PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”

WHEREAS

(A) [Ujjain Smart City Limited , established under the Company’s Act 1956/2013 represented by
its Executive Director having its principal office at Ujjain, Madhya Pradesh] (hereinafter
referred to as the “Authority” which expression shall, unless repugnant to the context or
meaning thereof, include its administrators, successors and assigns) has invited applications∕
bid∕ Tenders∕ Proposals (the Applications”) by its Request for Proposal No. ………… dated

Page 66 of 267
…………(the “RFP”) (the “Project”) through the Contract.

(B) The Parties are interested in jointly bidding for the Project as members of a Consortium and in
accordance with the terms and conditions of the RFP document and other bid documents in
respect of the Project, and

(C) It is a necessary condition under the RFP document that the members of the Consortium shall
enter into a Joint Bidding Agreement and furnish a copy thereof with the Application.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations

In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the
meaning ascribed thereto under the RFP.

2. Consortium

2.1 The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes
of jointly participating in the Bidding Process for the Project.

2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Consortium and not individually and/ or through any other consortium constituted for this
Project, either directly or indirectly or through any of their Associates.

3. Covenants

The Parties hereby undertake that in the event the Consortium is declared the selected Bidder
and awarded the Project, it shall enter into a Contract Agreement with the Authority and for
performing all its obligations as the Contractor in terms of the Contract Agreement for the
Project.

4. Role of the Parties

The Parties hereby undertake to perform the roles and responsibilities as described below:

Page 67 of 267
(a) Party of the First Part shall be the Lead member of the Consortium and shall have the power of
attorney from all Parties for conducting all business for and on behalf of the Consortium during
the Bidding Process and until the completion date under the Contract Agreement.;

(b) Party of the Second Part shall be the (Technical Member of the Consortium;)

(c) Party of the Third Part shall be the (Technical Member of the Consortium;)

5. Joint and Several Liability

The Parties do hereby undertake to be jointly and severally responsible for all obligations and
liabilities relating to the Project and in accordance with the terms of the RFP and the and the
Contract Agreement, till such time as the completion of the Project is achieved under in
accordance with the Contract.

6. Shareholding of Work in Project

6.1 The Parties agree that the proportion of construction in the Contract to be allocated among the
members shall be as follows:

First Party: _____ %

Second Party: ______ %

Third Party______-%

Further, the Lead Member shall itself undertake and perform at least 40 % (forty per cent) of
work if the Contract is allocated to the Joint Venture

7. Representation of the Parties

Each Party represents to the other Parties as of the date of this Agreement that:

Page 68 of 267
(a) Such Party is duly organized, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;

(b) The execution, delivery and performance by such Party of this Agreement has been authorised
by all necessary and appropriate corporate or governmental action and a copy of the extract of
the charter documents and board resolution/ power of attorney in favour of the person
executing this Agreement for the delegation of power and authority to execute this Agreement
on behalf of the Consortium Member is annexed to this Agreement, and will not, to the best of
its knowledge:

(i) require any consent or approval not already obtained;

(ii) violate any Applicable Law presently in effect and having applicability to it;

(iii) violate the memorandum and articles of association, by-laws or other applicable organizational
documents thereof;

(iv) violate any clearance, permit, concession, grant, license or other governmental authorization,
approval, judgment, order or decree or any mortgage agreement, indenture or any other
instrument to which such Party is a party or by which such Party or any of its properties or
assets are bound or that is otherwise applicable to such Party; or

(v) create or impose any liens, mortgages, pledges, claims, security interests, charges or
Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or
mortgage in or on the property of such Party, except for encumbrances that would not,
individually or in the aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling its obligations
under this Agreement;

(c) this Agreement is the legal and binding obligation of such Party, enforceable in accordance
with its terms against it; and

(d) there is no litigation pending or, to the best of such Party’s knowledge, threatened to which it

Page 69 of 267
or any of its Affiliates is a party that presently affects or which would have a material adverse
effect on the financial condition or prospects or business of such Party in the fulfillment of its
obligations under this Agreement.

8. Termination

This Agreement shall be effective from the date hereof and shall continue in full force and
effect until the Financial Close of the Project Completion (the “Defects Liability Period”) is
achieved under and in accordance with the Concession Agreement, in case the Project is
awarded to the Consortium. However, in case the Consortium is either not pre-qualified for the
Project or does not get selected for award of the Project, the Agreement will stand terminated
in case the Applicant is not pre-qualified or upon return of the Bid Security by the Authority to
the Bidder, as the case may be.

9. Miscellaneous

9.1 This Joint Bidding Agreement shall be governed by laws of India.

9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties
without the prior written consent of the Authority.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of For and on behalf of

LEAD MEMBER by: SECOND PART by:

(Signature) (Signature)

(Name) (Name)

(Designation) (Designation)

Page 70 of 267
(Address) (Address)

SIGNED, SEALED AND DELIVERED


For and on behalf of

THIRD PART by:

(Signature)

(Name)

(Designation)

(Address)

In the presence of:

1. 2.

Notes:

1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.

2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing this

Page 71 of 267
Agreement for the delegation of power and authority to execute this Agreement on behalf of
the Consortium Member.

3. For a Joint Bidding Agreement executed and issued overseas, the document shall be legalised
by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been
executed.

Page 72 of 267
16.APPENDIX – II- Bank Guarantee for BID Security
(On the letter head of the Issuing Branch of the Bank)

B.G. No. Dated:


1. In consideration of you, Ujjain Smart City Limited, having its office at
_______________________, (hereinafter referred to as the "Authority", which
expression shall unless it be repugnant to the subject or context thereof include its,
successors and assigns) having agreed to receive the Bid of …………………… and
having its registered office at ……………………… (and acting on behalf of its JV)
(hereinafter referred to as the "Bidder" which expression shall unless it be
repugnant to the subject or context thereof include its/their executors, administrators,
successors and assigns), for Selection of Contractor for [Project Name] in Ujjain in the
State of Madhya Pradesh (hereinafter referred to as "the Project") pursuant to the RFP
Document dated …………… issued in respect of the Project and other related
documents including without limitation the draft contract (hereinafter collectively
referred to as "Bidding Documents"), we (Name of the Bank) having our registered
office at ………………… and one of its branches at ______________ (hereinafter
referred to as the "Bank"), at the request of the Bidder, do hereby in terms of
clause2.1.6read with clause2.1.7of the RFP Document, irrevocably, unconditionally
and without reservation guarantee the due and faithful fulfilment and compliance of
the terms and conditions of the Bidding Documents (including the RFP
Document) by the said Bidder and unconditionally and irrevocably
undertake to pay forthwith to the Authority an amount of Rs. ____ lakhs (Rupees
____ lakhs only) (hereinafter referred to as the "Guarantee") as our primary
obligation without any demur, reservation, recourse, contest or protest and without
reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any of the
terms and conditions contained in the said Bidding Documents.
2. Any such written demand made by the Authority stating that the Bidder is in default of
the due and faithful fulfilment and compliance with the terms and conditions contained in
the Bidding Documents shall be final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable
under this Guarantee without any demur, reservation, recourse, contest or protest and
without any reference to the Bidder or any other person and irrespective of whether
the claim of the Authority is disputed by the Bidder or not, merely on the first demand
from the Authority stating that the amount claimed is due to the Authority by reason of
failure of the Bidder to fulfil and comply with the terms and conditions contained in the
Bidding Documents including failure of the said Bidder to keep its Bid open during the
Bid validity period as set forth in the said Bidding Documents for any reason
whatsoever. Any such demand made on the Bank shall be conclusive as regards amount
due and payable by the Bank under this Guarantee. However, our liability under this

Page 73 of 267
Guarantee shall be restricted to an amount not exceeding Rs____________ lakhs (Rupees
_______________lakhs only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180(One
hundred and eighty) days from the Bid Due Date inclusive of a claim period of 60 (sixty)
days or for such extended period as may be mutually agreed between the Authority and
the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all
amounts under this Guarantee have been paid.
5. We, the Bank, further agree that the Authority shall be the sole judge to decide as
to whether the Bidder is in default of due and faithful fulfilment and compliance
with the terms and conditions contained in the Bidding Documents including,
inter alia, the failure of the Bidder to keep its Bid open during the Bid Validity Period set
forth in the said Bidding Documents, and the decision of the Authority that the Bidder
is in default as aforesaid shall be final and binding on us, notwithstanding any
differences between the Authority and the Bidder or any dispute pending before any
Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of
the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the
Bank with any other person.
7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time to
vary any of the terms and conditions contained in the said Bidding Documents or to
extend time for submission of the Bids or the Bid Validity Period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to time any
of the powers exercisable by it against the said Bidder and either to enforce or forbear
from enforcing any of the terms and conditions contained in the said Bidding
Documents or the securities available to the Authority, and the Bank shall not be released
from its liability under these presents by any exercise by the Authority of the liberty with
reference to the matters aforesaid or by reason of time being given to the said Bidder or
any other forbearance, act or omission on the part of the Authority or any indulgence by
the Authority to the said Bidder or by any change in the constitution of the Authority or
its absorption, merger or amalgamation with any other person or any other matter or
thing whatsoever which under the law relating to sureties would but for this provision
have the effect of releasing the Bank from its such liability.
8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given
or made if addressed to the Bank and sent by courier or by registered mail to the Bank at
the address set forth herein.

Page 74 of 267
9. We undertake to make the payment on receipt of your notice of claim on us addressed to
[name of Bank along with branch address] and delivered at our above branch which
shall be deemed to have been duly authorised to receive the said notice of claim.
10. It shall not be necessary for the Authority to proceed against the said Bidder
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank, notwithstanding any other security which the
Authority may have obtained from the said Bidder or any other person and which
shall, at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealised.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency
except with the previous express consent of the Authority in writing.
12. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised and has full
power to execute this Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank's liability under this Guarantee shall be
restricted to Rs. _______ lakhs only (Rupees _____ lakhs only). The Bank shall be liable
to pay the said amount or any part thereof only if the Authority serves a written
claim on the Bank in accordance with paragraph 9 hereof, on or before [*** (indicate
date falling 180days after the Bid Due Date)].
14. This guarantee shall also be operatable at our……………….. Branch at Ujjain, from
whom, confirmation regarding the issue of this guarantee or extension / renewal thereof
shall be made available on demand. In the contingency of this guarantee being invoked
and payment thereunder claimed, the said branch shall accept such invocation letter and
make payment of amounts so demanded under the said invocation.
Signed and Delivered by ………………………. Bank
By the hand of Mr./Ms …………………….., its ………………….. and authorised
official.
(Signature of the Authorised Signatory)
(Official-Seal)
E- Mail id of the bank -
Phone no -
(E-mail id and phone number of the bank are mandatory)

Page 75 of 267
17.APPENDIX- III - Format for Power of Attorney for Signing of BID

Know all men by these presents, We…………………………………………….. (name of the


firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint
and authorize Mr./ Ms (name), …………………… son/daughter/wife of
……………………………… and presently residing at …………………., who is presently
employed with us/ the Lead Member of our Joint Venture and holding the position of
……………………………. , as our true and lawful attorney (hereinafter referred to as the
“Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our BID for the
Selection of Contractor for [Project Name] in Ujjain in the State of Madhya Pradesh proposed
or being developed by the Ujjain Smart City Limited (the “Authority”) including but not
limited to signing and submission of all applications, Bids and other documents and writings,
participate in Pre-Bid and other conferences and providing information/ responses to the
Authority, representing us in all matters before the Authority, signing and execution of all
contracts including the agreement and undertakings consequent to acceptance of our Bid, and
generally dealing with the Authority in all matters in connection with or relating to or arising
out of our Bid for the said Project and/ or upon award thereof to us and/or until the entering
into the Contract with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.
IN WITNESS WHEREOF WE, ………………., THE ABOVE NAMED PRINCIPAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF………….2…..
For …………………………..
(Signature, name, designation and address)
of person authorized by Board Resolution
(in case of Firm/ Company)/ partner
in case ofPartnership firm
Witnesses:
1.
2.
Accepted
……………………………
(Signature)
(Name, Title and Address of the Attorney)
(Notarised)
Person identified by me/ personally appeared before me/
Attested/ Authenticated*

Page 76 of 267
(*Notary to specify as applicable) (Signature Name and Address of the Notary)
Seal of the Notary
Registration No. of the Notary
Date:………………
Notes:
 The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
 Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Bidder.

Page 77 of 267
18. APPENDIX – III Power of Attorney for Lead Member of Consortium

Whereas the Executive Director (the “Authority”) has invited bids from eligible bidders for the
[enter the name of the project](the “Project”).

Whereas, ………………….., ……………………….. and ………………………. (collectively


the “Consortium”) being Members of the Consortium are interested in bidding for the Project in
accordance with the terms and conditions of the Request for Proposals and other connected
documents in respect of the Project, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the
Consortium, all acts, deeds and things as may be necessary in connection with the
Consortium’s bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

We, ……………… having our registered office at …………………, M/s. ……………………,


having our registered office at …………………, and M/s. …………………, having our
registered office at ………………, (hereinafter collectively referred to as the “Principals”) do
hereby irrevocablydesignate, nominate, constitute, appoint and authorise M/s …………………,
having its registered office at ………………………, being one of the Members of the
Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter
referred to as the “Attorney”) and hereby irrevocably authorise the Attorney (with power to
sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us
during the bidding process and, in the event the Consortium is awarded the Contract, during the
execution of the Project, and in this regard, to do on our behalf and on behalf of the
Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to
the submission of its bid for the Project, including but not limited to signing and submission of
all applications, bids and other documents and writings, accept the Letter of Award, participate
in bidders’ and other conferences, respond to queries, submit information/ documents, sign and
execute contracts and undertakings consequent toacceptance of the bid of the Consortium and
generally to represent the Consortium in all its dealings with the Authority, and/ or any other
Government Agency or any person, in all matters in connection with or relating to or arising out

Page 78 of 267
of the Consortium’s bid for the Project and/ or upon award thereof till the execution of the
work as per Contract Agreement is entered into with the Authority.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us/ Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED


THIS POWER OF ATTORNEY ON THIS ……………… DAY OF ………….., 20.…

For ……………………...

(Signature, Name & Title)

For …………...................

(Signature, Name & Title)

For ………………………

(Signature, Name & Title)

(Executants)

(To be executed by all the Members of the Consortium)

Witnesses:

1.

2.

Notes:

Page 79 of 267
 The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.

 Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders resolution/ power of attorney in
favour of the person executing this Power of Attorney for the delegation of power hereunder
on behalf of the Bidder.

 For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued.

Page 80 of 267
Volume II: Draft Contract

19. Conditions of Contract


Part - I General Conditions of Contract [GCC]
Table of Clauses of GCC
Clause Particulars Clause Particulars
No. No.
A. General 23 No Interest Payable
1 Definitions 24 Recovery from Contractors
2 Interpretations and Documents 25 Tax
3 Language and Law 26 Check Measurements
4 Communications 27 Termination by Engineer in Charge
5 Subcontracting 28 Payment upon Termination
6 Personnel 29 Performance Security
7 Force Majeure 30 Security Deposit
8 Contractor’s Risks 31 Price Adjustment
9 Liability for Accidents To 32 Mobilization and Construction Machinery
Person Advance
10 Contractor to Construct the 33 Secured Advance
Works
11 Discoveries 34 Payments Certificates
12 Dispute Resolution System E. Finishing the Contract
B Time Control 35 Completion Certificate
13 Programme 36 Final Account
14 Extension of Time F. Other Conditions of Contract:
15 Compensation for Delay 37 Currencies
16 Contractor’s quoted percentage 38 Labour
C. Quality Control 39 Compliance with Labour Regulations
17 Tests 40 Audit and Technical Examination —
18 Correction of Defects noticed 41 Death or Permanent Invalidity of Contractor
during the Defect Liability
Period
D. Cost Control 42 Jurisdiction
19 Variations- Change in original 43 Monthly RA Bills
Specifications, Designs,
Drawings etc.
20 Extra Items. 44 Insurance
21 Payments for Variations and / 45 Clarification for Bids
or Extra Quantities
22 No compensation for alterations
in or restriction of work to be
carried out.

Page 81 of 267
A. General
1. DEFINITIONS
1.1. Deleted
1.2. Deleted
1.3. Completion: means completion of the work as certified by the Engineer-in-Charge, in
accordance with provisions of agreement.
1.4. Contract: means the Contract between the Employer and the Contractor to execute, complete
and/or maintain the work. Agreement is synonym of Contract and carries the same meaning
wherever used.
1.5. Contract Data: means the documents and other information, which comprise of the Contract.
1.6. Contractor: means a person or legal entity whose bid to carry out the work has been accepted
by the Employer.
1.7. Contractor’s bid: means the completed bid document submitted by the Contractor to the
Employer.
1.8. Contract amount: means the amount of contract worked out on the basis of accepted bid.
1.9. Completion of work: means completion of the entire contracted work; Exhaustion of quantity
of any particular item mentioned in the bid document shall not imply completion of work or any
component thereof.
1.10. Day: means the calendar day.
Deliverables: Means the deliverables for completing the contract.
1.11. Defect: means any part of the work not completed in accordance with the specifications
included in the contract.
1.12. Department: means Department of the, State Government viz. Water Resources Department,
Public Works Department, Public Health Engineering Department Rural Engineering Service
and any other organization which adopts this document.
1.13. Drawings: means drawings including calculations and other information provided or approved
by the Engineer-in-Charge.
1.14. Employer: means the Authority as defined in the Contract Data, who employs the Contractor
to carry out the work. The Employer may delegate any or all functions to a person or body
nominated by him for specified functions. The word Employer / Government / Department
wherever used denote the Employer.
1.15. Engineer: means the person named in the Contract Data.
1.16. Engineer in charge: means the person named in the Contract Data.
1.17. Equipment: means the Contractor’s machinery and vehicles brought temporarily to the Site far
execution of work.
1.18. Government: means Government of Madhya Pradesh.
1.19. In Writing: means communicated in written form and delivered against receipt.

Page 82 of 267
1.20. Material: means all supplies, including consumables, used by the Contractor for incorporation
in the work.
1.21. Superintending Engineer: means Superintending Engineer-in-Charge of the Authority
concerned.
1.22. Stipulated period of completion: means the period in which the Contractor is required to
complete the work. The stipulated period is specified in the Contract Data.
1.23. Specification: means the specification of the work included in the Contract and any
modification or addition made or approved by the Engineer-in-Charge.
1.24. Start Date: means the date of signing of Contract for the work.
1.25. Sub-Contractor: means a person or corporate body who has a Contract with the Contractor,
duly authorized to carry out a part of the construction work under the Contract.
1.26. Temporary Work: means work designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the work.
1.27. Tender/Bid, Tendered/Bidder: are the synonyms and carry the same meaning where ever
used. -
1,28. Variation: means any change in the work which is instructed or approved as variation under
this contract.
1.29. Work: The expression “work’ or “works” where used in these conditions shall unless there be
something either in the subject or context repugnant to such construction, be construed and taken to
mean the work by virtue of contract, contracted to be executed, whether temporary or permanent and
whether original, altered, substituted or additional,

2. INTERPRETATIONS AND DOCUMENTS


2.1 Interpretations
In the contract, except where the context requires otherwise:
a. words indicating one gender include all genders;
b. Wards indicating the singular also include the plural and vice versa.
c. provisions including the word “agree”, “agreed” or “agreement’ require the agreement
to be recorded in writing;
d. written” or “in writing” means hand-written, type-written, printed or electronically
made, and resulting in a permanent record;
2.2 Documents Forming Part of Contract:
1. NIT with all amendments.
2. Instructions to Bidders (ITB, Bid Data Sheet with all Annexure’s)
3. Conditions of Contract:
I. Part I General Conditions of Contract and the Contract Data; with all Annexures
II. Part II Special Conditions of Contract.
Page 83 of 267
4. Specifications
5. Drawings
6. Reference schedule / milestones
7. Technical and Financial Bid
9. Any other document(s), as specified.
3. Language and Law
The language of the Contract and the law governing the Contract are stated in the Contract
Data.
4. Communications
All certificates, notice or instruction to be given to the Contractor by Employer/Engineer shall
be sent to the address or contact details given by the Contractor in [Annexure H of ITB]. The
address and contact details for communication with the Employer/Engineer shall be as per the
details given in the Contract Data. Communication between parties that are referred to in the
conditions shall be in writing. The notice sent by facsimile (fax) or other electronic means
(email) shall also be effective on confirmation of the transmission. The notice sent by registered
post or speed post shall be effective on delivery or at the expiry of the normal delivery period as
undertaken by the postal service. In case of any change in address for communication, the same
shall be immediately notified to Engineer-in- Charge.
5. Subcontracting
Subcontracting shall be permitted for contracts of value more than amount specified in the
Contract Data with following conditions.
a. The Contractor may subcontract up to 25 percent of the contract price with the approval
of the Employer in writing, but will not assign the Contract. Subcontracting shall not alter
the Contractors obligations.
b. Following shall not form part of subcontracting:
I. Hiring of labour through a labour contractor.
II. The purchase of Materials to be incorporated in the works.
III. Hiring of plant & machinery.
c. The sub-contractor will have to be registered in the appropriate category in the
centralized registration system for contractors of the GoMP.
6. Personnel
6.1 The Contractor shall employ for the construction work and routine maintenance the technical
personnel as provided in the Annexure I (FormatI-2)if applicable. If the Contractor fails to deploy
required number of technical staff, recovery as specified in the Contract Datawill be made from
the Contractor.
6.2 If the Engineer asks the Contractor to remove a person who is a member of the contractor’s staff
or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site
within three days and has no further connection with the Works in the Contract.

Page 84 of 267
7. Force Majeure
7.1 The term “Force Majeure” means an exceptional event or circumstance:
(a) Which is beyond a Party’s control,
(b) Which such Party could not reasonably have provided against before entering into the
Contract
(c) Which, having arisen, such Party could not reasonably have avoided or overcome, and
(d) Which is not substantially attributable to the other Party.
Force Majeure may include, but is not limited to, exceptional events or circumstances of
the kind listed below, so long as conditions (a) to (d) above are satisfied:
i. War, hostilities (whether war be declared or not), invasion, act of foreign enemies,
ii. Rebellion, terrorism, sabotage by persons other than the contractor's Personnel,
revolution, insurrection, military or usurped power, or civil war,
iii. Riot, commotion, disorder, strike or lockout by persons other than the Contractor’s
Personnel,
iv. Munitions of war, explosive materials, ionising radiation or contamination by radio-
activity, except as may be attributable to the Contractor’s use of such munitions,
explosives, radiation or radio-activity, and
v. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
7.2. In the event of either party being rendered unable by force majeure to perform any duty or
discharge any responsibility arising out of the contract, the relative obligation of the party
affected by such force majeure shall upon notification to the other party be suspended for the
period during which force majeure event lasts. The cost and loss sustained by either party shall
be borne by respective parties.
7.3 For the period of extension granted to the Contractor due to Force Majeure the price adjustment
clause shall apply but the penalty clause shall not apply. It is clarified that this sub clause shall
not give eligibility for price adjustment to contracts which are otherwise not subject to the
benefit of price adjustment clause.
7.4 The time for performance of the relative obligation suspended by the force majeure shall stand
extended by the period for which such cause lasts. Should the delay caused by force majeure
exceed twelve months, the parties to the contract shall be at liberty to foreclose the contact after
holding mutual discussions.
8. Contractor’s Risks -
8.1 All risks of loss or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract are the responsibility of the
Contractor.
8.2 All risks and consequences arising from the inaccuracies or falseness of the documents,
drawing, designs, other documents and/or information submitted by the contractor shall be the
responsibility of the Contractor alone, notwithstanding the fact that the design/ drawings or
other documents have been approved by the department.

Page 85 of 267
9. Liability for Accidents to Person
The contractor shall be deemed to have indemnified and saved harmless the Corporation against
all action, suits, claims, demands, costs etc. arising in connection with injuries suffered by any
persons employed by the contractor or his subcontractor for the works whether under the General
law or under workman’s compensation Act or any other statute in force at the time of dealing
with the question of the liability of employees for the injuries suffered by employees and to have
taken steps properly to ensure against any claim there under.
10. Contractor to Construct the Works
10.1 The Contractor shall Develop, construct install and maintain the Works in accordance with the
Specifications and Drawings as specified in the Contract Data.
10.2 In the case of any class of work for which there is no such specification as is mentioned in
Contract Data, such work shall be carried out in accordance with the instructions and requirement
of the Engineer-in-charge.
10.3 The contractor shall supply and take upon himself the entire responsibility of the sufficiency of
the scaffolding, timbering, machinery, tools and implements, and generally of all means used for
the fulfilment of this contract whether such means may or may not be approved or recommended
by the Engineer.
11. Discoveries
Anything of historical or other interest or of significant value unexpectedly discovered on the Site
shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer’s instructions for dealing with them.
12. Dispute Resolution System
12.1 No dispute can be raised except before the Competent Authority as defined in Contract Data in
writing giving full description and grounds of dispute. It is clarified that merely recording protest
while accepting measurement and/or payment shall not be taken as raising a dispute.
12.2 No dispute can be raised after 45 days of its first occurrence. Any dispute raised after expiry of
45 days of its first occurrence shall not be entertained and the Employer shall not be liable for
claims arising out of such dispute.
12.3 The Competent Authority shall decide the matter within 45 days.
12.4 Appeal against the order of the Competent Authority can be preferred within 30 days to the
Appellate Authority as defined in the Contract Data. The Appellate Authority shall decide the
dispute within 45 days.
12.5 Appeal against the order of the Appellate Authority can be preferred before the Madhya Pradesh
Arbitration Tribunal constituted under Madhya Pradesh Madhyastham Adhikaran Adhiniyam,
1983.
12.6 The Contractor shall have to continue execution of the Works with due diligence notwithstanding
pendency of a dispute before any authority or forum.

Page 86 of 267
B. Time Control
13. Programme
13.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme showing the general methods arrangements, order and timing for all the
activities for the construction of works.
13.2 The program shall be supported with all the details regarding key personnel, equipment and
machinery proposed to be deployed on the works for its execution. The contractor shall submit
the list of equipment and machinery being brought to site, the list of key personnel being
deployed, the list of machinery/equipment being placed in field laboratory and the location of
field laboratory along with the Programme.
13.3 An update of the Programme shall be a programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.
13.4 The Contractor shall submit to the Engineer for approval an updated Programme at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an updated
Programme within this period, the Engineer may withhold the amount stated in the Contract
Data from the next payment certificate and continue to withhold this amount until the next
payment after the date on which the overdue Programme has been submitted.
13.5 The Engineer’s approval of the Programme shall not alter the Contractor’s obligations.
14. Extension of Time
14.1. If the Contractor desires an extension of time for completion of the work on the ground of his
having been unavoidably hindered in its execution or on any other grounds, he shall apply, in
writing, to the Engineer-in-charge, on account of which he desires such extension. Engineer-in-
Charge shall forward the aforesaid application to the Competent Authority as prescribed.
14.2 The competent authority shall grant such extension at each such occasion within a period of 30
days of receipt of application from contractor and shall not wait for finality of work. Such
extensions shall be granted in accordance with provisions under clause 15 of this agreement.
14.3 In case the work is already in progress, the Contractor shall proceed with the execution of the
works, including maintenance thereof, pending receipt of the decision of the competent
authority as aforesaid with all due diligence.
15. Compensation for delay
15.1 The. time allowed for carrying out the work, as entered in the agreement, shall be strictly
observed by the Contractor.
15.2 The time allowed for execution of the contract shall commence from the date of signing of the
agreement. It is clarified that the need for issue of work order is dispensed with.
15.3 In the event milestones are laid down in the Contract Data for execution of the works, the
contractor shall have to ensure strict adherence to the same.
15.4 Failure of the Contractor to adhere to the timelines and/or milestones shall attract such
liquidated damages as is laid down in the Contract Data.

Page 87 of 267
15.5 In the event of delay in execution of the Works as per the time lines mentioned in the Contract
Data the Engineer-in-charge shall retain from the bills of the Contractor amount equal to the
liquidated damages leviable until the Contractor makes such delays good. However, the
Engineer-in-charge may accept bankable security in lieu of retaining such amount.
15.6 If the Contractor is given extension .of time after liquidated damages have been paid, the
Engineer in Charge shall correct any over payment of liquidated damages by the Contractor in
the next payment certificate.
15.7 In the event the Contractor fails to make good the delay until completion of the stipulated
contract period (including extension of time) the sum so retained shall be adjusted against the
liquidated damages levied.
16. Contractor’s quoted rate
The Contractor’s quoted rate referred to in the “Bid for works’ will be deducted addedfrom/to
the net amount of the bill after deducting the cost of material supplied by the department, if any.

C. Quality Control
17. Tests
17.1 The Contractor shall be responsible for:
a. Carrying out the tests prescribed in specifications, and as per the provisions of the
BIS/ISI standards
b. For the correctness of the test results, whether preformed in his laboratory or elsewhere.
17.2 The contractor shall have to establish field laboratory within the time specified and
having such equipments as are specified in the Contract Data.
17.3 Failure of the Contractor to establish laboratory shall attract such penalty as is specified in the
Contract Data.
17.4 Ten percent (10%) of the mandatory test prescribed under the specification shall be got carried
out through laboratories accredited by national Accreditation Board of laboratories (NABL) By
the Engineer-in-charge and the cost of such testing shall be deducted form the payments due to
contractor .
18. Correction of Defects noticed during the Defect Liability Period
18.1 The Defect Liability Period of work in the contract shall be as per the Contract Data.
18.2 The Contractor shall promptly rectify all defects pointed out by the Engineer well before the
end of the Defect Liability Period. The Defect Liability Period shall automatically stand
extended until the defect is rectified.
18.3 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period to the
satisfaction of the Engineer, within the time specified by the Engineer, the Engineer will assess
the cost of haying the Defect corrected, and the cost of correction of the Defect shall be
recovered from the Performance Security or any amount due or that may become due to the
contractor and other available securities.
D. COST CONTROL

Page 88 of 267
19. Variations - Change in original Specifications, Designs, and Drawings etc.
19.1 The Engineer-in-charge shall have power to make any alterations, omissions or additions to or
substitutions in the original specifications, drawings, designs and instructions, that may appear
to him to be necessary during the progress of the work and the contractor shall carry out the
work in accordance with any instructions which may be given to him in writing signed by the
Engineer-in-charge, and such alterations, omission, additions or substitutions shall not
invalidate the contract and any altered, additional or substituted work, which the contractor may
be directed to do in the manner above specified, as part of the work, shall be carried out by the
contractor on the same conditions in all respects on which he agrees to do the main work.
19.2 The time for the completion of the work shall be adjusted in the proportion that the altered,
additional or substituted work bears to the original contract work and the certificate of the
Engineer-in-charge shall be conclusive as to such proportion.
20. Extra items
20.1 Generally not applicable, unless otherwise additional scope is added in the contract.
21. Payments for Variations and / or Extra Quantities
21.1 The rates for such additional (Extra quantity), altered or substituted work / extra items under
this clause shall be worked out in accordance with the following provisions in the irrespective
order:
a. The contractor is bound to carry out the additional work at the same rates as specified in the
contract for the work.
b. If the item is not in the Priced BOQ and is included in the SOR of the Department of UAD,
GoMP (with latest amendments if any), the rate shall be arrived at by applying the quoted
tender (RFP) percentage on the SOR rate.
c. If the rates for the altered or substituted work are not provided in applicable SOR - such
rates will be derived from the rates for a similar class (type) of work as is provided in the
contract (priced BOQ) for the work.
d. If the rates for the altered, substituted work cannot be determined in the manner specified in the
sub clause (c) above - then the rates for such composite work item shall be worked out on the
basis of the concerned Schedule of Rates minus/plus the percentage quoted by the contractor.
e. If the rates for a particular part or parts of the item is not in the Schedule of Rates and the rates
for the altered, or substituted work item cannot be determined in the manner specified in sub
clause (b) to (d) above, the rate for such part or parts will be determined by the Competent
Authority, as defined in the Contract Data on the basis of the rate analysis 14derived out of
prevailing market rates when the work was to be done.
f. But under no circumstances, the contractor shall suspend the work on the plea of non-
acceptability of rates on items falling under sub clause (a) to (d). In case the contractor does not
accept the rate approved by the Engineer in Charge for a particular item, the contractor shall

14
The Contractor shall submit the three quotations of the for the supply∕ procurement of material from the
market along with comparison statement. The lowest rate shall be considered for preparation of rates analysis.
After approval of the rates analysis the item shall be executed or the item(s) shall be executed prior to the
approval of rates analysis as per the written instructions only of the Engineer In-charge∕ the “Authority”.

Page 89 of 267
continue to carry out the item at the rates determined by the Competent Authority. The decision
on the final rates payable shall be arrived at through the dispute settlement procedure.
21.2 Any variations in the quantities of the BOQ items as instructed by the Engineer-in-charge will
not vitiate or invalidate the contract, the contractor shall be bound to carry out the work in
accordance with instructions.
22. No compensation for alterations in or restriction of work to be carried out.
22.1. If at any time after the commencement of the work, the Engineer-in-charge for any reason
whatsoever, not require the whole or any part of the work as specified in the bid to be carried out
the Engineer-in-charge shall give notice in writing of the fact to the Contractor and withdraw that
whole or any part of the work.
22.2 The Contractor shall have no claim to any payments or compensation whatsoever, on account of
any profit or advantage which he might have derived from the execution of work in full or on
account of any loss incurred for idle men and machinery due to any alteration or restriction of
work for whatsoever reason.
22.3 The Engineer-in-charge may supplement the work by engaging another agency to execute such
portion of the work, without prejudice to his rights.
23. ‘No Interest Payable
No interest shall be payable to the Contractor on any payment due or awarded by any authority.
24. Recovery from Contractors
Whenever any claim against the Contractor for the payment arises under the contract, the Department
may be entitled to recover such sum by:
(a) Appropriating, in part or whole of the Performance Security and Additional Performance
Security, if any; and/or Security Deposit and / or any sums payable under the contract to the
contractor.
(b) If the amount recovered in accordance with (a) above is not sufficient, the balance sum may be
recovered from any payment due to the contractor -under any other contract of the department,
including the securities which become due for release.
(c) The department shall, further have an additional right to effect recoveries as arrears of land
revenue under the M.P. Land-Revenue Code.
25. Tax -
25.1 The rates (in case of Item rates∕percentage rate bids)/ lump-sum offer (in case of lump-sum
bids)quoted by the Contractor shall be deemed to be inclusive of all commercial tax and other
levies, duties, royalties, cess, toll, taxes of central and state governments, local bodies and
authorities etc. except Goods and Service Tax (GST)as applicable. The amount of applicable
GST will be paid separately to the Contractor with each bill at the time of payment as per
prevailing rules,
25.2 The liability, if any, on account of quarry fees, royalties, octroi and any other taxes and duties in
respect of materials actually consumed on public work, shall be borne by the Contractor.
25.3 Any changes in the taxes due to change in legislation or for any other reason shall not be payable
to the contractor.
Page 90 of 267
26. Check Measurements
26.1 The department reserves to itself the right to prescribe a scale of check measurement of work in
general or specific scale for specific works or by other special orders.
26.2 Checking of measurement by superior officer shall supersede measurements by subordinate
officer(s), and the former will become the basis of the payment.
26.3 Any over/excess payments detected, as a result of such check measurement or otherwise at any
stage up to the date of completion of the defect liability period specified in this contract, shall be
recoverable from the Contractor, as per clause 24 above.
27. Termination by Engineer in charge
27.1 If the Contractor fails to carry out any obligation under the Contract, the Engineer in Charge may
by notice require the Contractor to make good the failure and to remedy it within a specified
reasonable time.
27.2 The Engineer in Charge, shall be entitled to terminate the Contract if the Contractor
a) abandons the Works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the Contract;
b) the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;
c) without reasonable excuse falls to comply with the notice to correct a particular defect
within a reasonable period of time;
d) the Contractor does not maintain a valid instrument of financial security as prescribed;
e) the Contractor has delayed the completion of the Works by such duration for which the
maximum amount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set up a field
laboratory as specified in the Contract Data;
g) If the contractor, in the judgment of the Engineer in chargé has engaged in corrupt or
fraudulent practices in competing for or in executing the contract;
h) Any other fundamental breaches as specified in the Contract Data.
27.3 In any of these events or circumstances, the Engineer in Charge may, upon giving 14 days’ notice
to the Contractor, terminate the Contract and expel the Contractor from the Site, However, in the
case of sub-paragraph (b) or (g) of clause 27.2, the Engineer in Charge may terminate the
Contract immediately.
27.4 Notwithstanding the above, the Engineer-in-Charge may terminate the Contract for convenience by
giving notice to the Contractor.
28. Payment upon Termination
28.1 If the contract is terminated under clause 27.3, the Engineer shall issue a certificate for value of
the work accepted on final measurements, less Advance Payments and Penalty as indicated in the
Contract Data. The amount so arrived at shall be determined by the Engineer-in-Charge and shall
be final and binding on both the parties.

Page 91 of 267
28.2 Payment on termination under clause 27.4 above -
If the Contract is terminated under clause 27.4 above, the Engineer shall issue a certificate for the
value of the work done, the reasonable cost of removal of Equipment, repatriation, of the
Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting
and securing the Works and less advance payments received up to the date of the certificate, less
other recoveries due in terms of the contract and less taxes due to be deducted at source as per
applicable law.
28.3 If the total amount due to the Employer exceeds any payment due to the Contractor, the
difference shall be recovered as per clause 24 above.
29. Performance Security
The Contractor shall have to submit, performance security and additional performance security, if
any, as specified in the clause 2.20.6 of ITB, at the time of signing of the contract. The contractor
shall have to ensure that such performance security and additional performance security, if any
remains valid for the period ‘as specified in the Contract Data.
30. Security Deposit-
30.1 Security Deposit shall be deducted from each running bill at the rate as specified in the Contract
Data. The total amount of Security Deposit so deducted shall not exceed the percentage of
Contract Price specified in the Contract Data.
30.2 The security deposit may be replaced by equivalent amount of bank guarantee or fixed deposit
receipt assigned to the Employer, with validity up to 3 (three) months beyond the completion of
Defect Liability Period/ extended Defect Lability Period (if any).
30.3 The Security Deposit shall be returned after completion defect Liability period ∕ Extended defect
liability period(if any) as specified in the contract Data.
31. Price Adjustment
31.1 Applicability
1. Price adjustment shall be applicable only if provided for in the Contract Data.
2. The price adjustment clause shall apply only for the works executed from the date of signing of
the agreement until the end of the initial intended completion date or extensions granted for
reasons attributed to the Employer by the Engineer.
3. The Contractor shall not be entitled to any benefit arising from the price adjustment clause for
extension in the contract period for reasons attributed to the Contractor.
4. In the Force Majeure event the price escalation clause shall apply.

31.2 Procedure
1. Contract price shall be adjusted for increase or decrease in rates and price of labor, materials,
fuels and lubricants in accordance with following principles and procedures and as per formula
given in the contract data.
2. The price adjustable shall be determined during each quarter from the formula given in the
contract data.

Page 92 of 267
3. Following expression and meaning are assigned to the work done during each quarter:
R = Total value of work during the quarter. It would include the amount of secured advance
granted, if any, during the quarter, less the amount of secured advance recovered, if any during
the quarter, less value of material issued by the department, if any, during the quarter.
4. Weightages of various components of the work shall be as per the Contract Data.
31.3 To the extent that full compensation for any rise or fail in costs to the contractor is not covered by
the provisions of this or other clauses in the contract the unit rates and prices included in the
contract shall be deemed to include amounts to cover the contingency of such other rise or fall in
costs.
31.4 The index relevant to any quarter, for which such compensation is paid, shall be the arithmetical
average of the indices relevant of the calendar month.
31.5 For the purpose of clarity it is pointed out that the price adjustment may be either positive or
negative, i.e. if the price adjustment is in favour of the Employer, the same shall be recovered
from the sums payable to the Contractor.
32. Mobilization and Construction Machinery Advance
32.1 Payment of advances shall be applicable if provided in the Contract Data.
32.2 If applicable, the Engineer in Charge shall make interest bearing advance payment to the
contractor of the amounts stated in the Contract Data, against provision by the contractor of an
unconditional Bank Guarantee in a form and by a nationalized/ scheduled banks, in the name as
stated in the Contract Data in amounts equal to the advance payment. The guarantee shall remain
effective until the advance payment has been repaid, but the amount of the guarantee shall be
progressively reduced by the amounts repaid by the contractor.
32.3 The rate of interest chargeable shall be as per Contract Data.
32.4 The construction machinery advance, if applicable, shall be limited to 80% of the cost of
construction machinery and admissible only for new construction machinery.
32.5 The advance payment shall be recovered as stated in the Contract Data by deducing proportionate
amounts from payment otherwise due to the Contractor. No account shall be taken of the advance
payment or its recovery in assessing valuations of work done, variations, price adjustments,
compensation events, or liquidated damages.
33. Secured Advance
33.1 Payment of Secured Advance shall be applicable if provided in the Contract Data.
33.2 If applicable, the Engineer shall make advance payment against materials intended for but not yet
incorporated in the Works and against provision by the contractor of an unconditional Bank
Guarantee in a form and by a nationalized/ scheduled bank, in the name as stated in the Contract
Data, in amounts equal to the advance payment. The guarantee shall remain effective until the
advance payment has been adjusted, but the amount of the guarantee shall be progressively
reduced by the amounts adjusted by the contractor.
33.3 The amount of secured advance and conditions to be fulfilled shall be as stipulated in the Contract
Data.
33.4 The Secured Advance paid shall be recovered as stated in the Contract Data.

Page 93 of 267
34. Payment Certificates
The payment to the contractor will be as follows for construction work:
(a) The Contractor shall submit to the Engineer monthly statements,as per activity completed,
of the value of the work executed less the cumulative amount certified previously,
supported with detailed measurement of the items of work executed.
(b) The Engineer shall check the Contractor’s monthly statement and the activity completed,
and certify the amount to be paid to the Contractor.
(c) The value of work executed shall be determined, based on the measurements approved by
the Engineer/ Engineer-in-charge.
(d) The value of work executed shall comprise the value of the activities completed:
(e) The value of work executed shall also include the valuation of Variations and
Compensation Events, if any.
(f) All payments shall be adjusted for deductions for advance payment, security deposit, other
recoveries in terms of contract and taxes at source as applicable under the law.
(g) The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
(h) Payment of intermediate certificate shall be regarded as payments by way of advance,
against the final payment and not as payments for work actually done and completed.
(i) Intermediate payment shall not preclude the requiring of bad, unsound and imperfect or
unskilled work to be removed and taken away and reconstructed or be considered as an
admission of the due performance of the contractor any part thereof, in any respect or the
occurring of any claim.
(j) The payment of final bill shall be governed by the provisions of clause 36 of GCC.

Page 94 of 267
E. Finishing the Contract
35. Completion Certificate
35.1 A Completion Certificate in the prescribed format in Contract Data shall be issued by the
Engineer-in-Charge after physical completion of the Work.
35.2 After final payment to the Contractor a Final Completion Certificate in the prescribed format in
the Contract Data shall be issued by the Engineer-in Charge.
36. Final Account
36.1 The Contractor shall supply the Engineer with a detailed account of the total amount that the
Contractor considers payable for works under the Contract within 21 days of issue of certificate
of physical completion of works. The Engineer shall issue a Defects Liability Certificate and
certify any payment that is due to the Contractor within 45 days of receiving the Contractor’s
account if it is correct and complete. If the account is not correct or complete, the Engineer shall
issue within 45 days a schedule that states the scope of the corrections or additions that are
necessary. If the Account is still unsatisfactory after it has been resubmitted, the matter shall be
referred to the Competent Authority as defined in the Contract Data, who shall decide on the
amount payable to the Contractor after hearing the Contractor and the Engineer in Charge.
36.2 In case the account is not received within 21 days of issue of Certificate of Completion as
provided in clause 32.1 above, the Engineer shall proceed to finalize the account and issue a
payment certificate within 28 days.
F. Other Conditions of Contract
37. Currencies
All payments will be made in Indian Rupees (INR).
38. Labour

38.1 The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for
the engagement of all staff and labour, local or other, and for their payment, housing, feeding and
transport.
38.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such
form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of
the several classes of labourfrom time to time employed by the Contractor on the Site and such
other information as the Engineer may require.
39. Compliance with Labor Regulations
39.1 During continuance of the Contract, the Contractor and his Sub Contractors shall abide at all
times by all existing labor enactments and rules made there under, regulations, notifications and
bye laws of the, State or Central Government or local authority and any other labor law (including
rules), regulations, bye laws that may be passed or notification that may be issued under any labor
law in future either by the State or the Central Government or the local authority. Salient features
of some of the major labour laws that, are applicable to construction industry are given in the
Contract Data. The Contractor shall keep the Employer indemnified in case any action is taken
against the Employer by the competent authority on account of contravention of any of the
provisions of any Act or rules made their under, regulations or notifications including
amendments, If the Employer is caused to pay or reimburse, such amounts as may .be necessary

Page 95 of 267
to cause or observe, or for non-observance of the provisions stipulated in the notifications/
byelaws/ Acts/Rules / regulations including amendments, if any, on the part of the Contractor, the
Engineer/Employer shall have the right to deduct from any money due to the Contractor including
his amount of performance security. The Employer/Engineer shall also have right to recover from
the Contractor any sum required or estimated to be required for making good the loss or damage
suffered by the Employer. The employees of the Contractor and the Sub Contractor in no case
shall be treated as the employees of the Employer at any point of time.
40. Audit and Technical Examination
Government shall have the right to cause an audit and technical examination of the works and the
final bill of the contract including all supporting vouchers abstract etc to be made after payment
of the final bill and if as a result of such audit and technical examination any sun is found to have
been overpaid in respect of any work done by the contractor under the contract or any work
claimed by him to have been done under the contract and found not to; have been executed, the
Contractor shall be liable to refund the amount of overpayment and it shall be lawful for
Government to recover the same from him in the manner prescribed in clause 24 above and if it is
found that the Contractor was paid less than what was due to him, under the contract in respect of
any work executed by him under it, the amount of such under payment shall be duly paid by
Government to the Contractor.
41. Death or Permanent Invalidity of Contractor
If the Contractor is an individual or a proprietary concern, partnership concern, dies during the
currency of the contract or becomes permanently incapacitated, where the surviving partners are
only minors, the contract shall be closed without levying any damages/compensation as provided
for in clause 28.2 of the contract agreement However, if the competent authority is satisfied about
the competence of the survivors, then the competent authority shall enter into a fresh agreement
for the remaining work strictly on the same terms and conditions under which the contract was
awarded.
42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity, construction,
interpretation and legal effect shall be subjected to the courts at the place where this agreement is
entered into. No other jurisdiction shall be applicable.
43. MONTHLY RA BILLS
The payments certificate shall be regulated as per the clause 34 of the contract.
 Upon the signing of agreement, the Engineer shall decide the date of submission of monthly
statement (RA Bills) as mentioned in clause 34 (a).
 The engineer shall check contractor’s monthly statement (RA bills) and certify the amount to be
paid to the contractor within 15 (fifteen) days on submission of monthly statements (RA Bills)
along with requisite documents.
 The employer shall ensure the payment to the contractor as per clause 34 (d), (e), (f) & (g) within
30 days of submission of monthly statements (RA Bills) along with all requisite documents.
44. INSURANCE

 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance
cover from the Start Date to the end of the Defects Liability Period, in the amounts and
deductibles stated for the following events which are due to the Contractor’srisks:

Page 96 of 267
(a) loss of or damage to the Works, Plant, andMaterials;
(b) loss of or damage toEquipment;
(c) loss of or damage to property (except the Works, Plant, Materials, and Equipment) in
connection with the Contract;and
(d) personal injury ordeath.

 Policies and certificates for insurance shall be delivered by the Contractor to the Project
Manager∕Employer for the Project Manager’s∕Employer’s approval before the Start Date15of the
contract. All such insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damageincurred.
 If the Contractor does not provide any of the policies and certificates required, the Employer may
affect the insurance which the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debtdue.
 Alterations to the terms of an insurance shall not be made without the approval of the
ProjectManager.
 Both parties shall comply with any conditions of the insurancepolicies.

45. CLARIFICATION OF BIDS


 To assist in the examination, evaluation, and comparison of the Technical and Price Bids, the
Employer may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification
submitted by a Bidder that is not in response to a request by the Employer shall not be considered.
The Employer’s request for clarification and the response shall be in writing. No change in the
substance of the Technical Bid or prices in the Price Bid shall be sought, offered, or permitted,
except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation
of the Price Bids, in accordance with ITB.
 If a Bidder does not provide clarifications of its Bid by the date and time set in the Employer’s
request for clarification, its bid may be rejected.

[End of GCC]

15
Start date of the Contract – As mentioned in the Contract Data.

Page 97 of 267
20. Contract Data
Clause G.C.C∕ Particulars Data
reference S.C.C
1.14 G.C.C Employer Ujjain Smart City Limited, Ujjain
1.15 G.C.C Engineer Superintending Engineer
1.16 G.C.C Engineer in Charge Superintending Engineer
OR
Engineer∕ Agency Authorized by Executive
Director
1.17 G.C.C Detail of Equipment (As per Annexure I-3)
1.22 G.C.C Stipulated period of 18 months (including Rainy season) from the
completion date of start of Contract Agreement
3 G.C.C Language & Law of English &
Contract Indian Contract Act, 1872 and other applicable
laws
4 G.C.C Address & contact details As per Appendix 1A – Annexure 1
of the Contractor
G.C.C Address & contact details Executive Director, USCL
of the Employer/ Engineer- UJJAIN SMART CITY LIMITED
phone, Fax, email. Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
e-mail: ujjainsmartcity@gmail.com
Ph. No. 0734-2525856

5 G.C.C Subcontracting permitted Maximum Upto 25 % of the Contract Amount on


for the Contract Value written prior approval of employer.
6 G.C.C Technical Personnel to be Penalty for Non-deployment of above staff are as
provided the contractor— follows:
requirement, &
S. Details of Penalty to be
Penalty, if required
No. Personnel computed on Per
Technical Personnel not Month basis
employed
1 Project Manager INR. 65,000/- p.m.
2 Site Engineer INR. 45,000/- p.m.
each
3 Quality Control INR. 20,000/- p.m.
cum Lab
Technician
NOTE: after signing of the contractor
agreement the contractor has to submit the bio
data of above position for the approval from
USCL and shall be appointed after the approval

10 G.C.C Specifications As per Annexure E

Page 98 of 267
G.C.C Drawings As per Annexure N
12 G.C.C Competent Authority for Executive Director, USCL
deciding dispute under
Dispute Resolution System
G.C.C Appellate Authority for
deciding dispute under Board of Directors, USCL
Dispute Resolution System
13 G.C.C Period for submission of Within fifteen (15) days from the date of signing
updated construction of the contract agreement.
program by the Successful
Bidder
G.C.C Amount to be withheld for INR 5,50,000∕- (Indian Rupees Five Lakhs Fifty
not submitting construction Thousand only) per week (or part thereof) of for
program in prescribed delay after fifteen days (15) days of signing of
period the contract.
14 G.C.C Competent Authority for Executive Director/Engineer in-Charge
granting Time Extension.
15 G.C.C Milestones laid down for YES
the contract
G.C.C If Yes, details of As per Annexure – O
Milestones
G.C.C Liquidated damage As per Annexure – P
17 G.C.C List of equipment for lab As per Annexure - Q
G.C.C Time to establish lab 30 days from date of signing of the Agreement
G.C.C Penalty for not establishing INR10,000/- (ten Thousand only) per month (or
field Laboratory part thereof) of delay
18 G.C.C Defect Liability Period 36 months (3 years) after final completion of the
work and the date of completion of work shall be
as per completion certificate issued . The
contractor shall also have to again do the
complete painting of the building between the
time period of 1-3 months before end of the
Defect Liability Period
21 G.C.C Competent Authority for Executive Director/Engineer in-Charge
determining the rate
27 G.C.C Any other condition for As per Special condition of the Contract, as
breach of contract applicable
28 G.C.C Penalty Penalty Shall include
(a) as per Clause 13 of the Contract data
(withheld amount).
(b) as per Clause 17 of the Contract data.
(c) Security deposit deducted as per clause
30 of General Conditions of Contract.
(d) Liquidated Damages imposed as per
clause 15 or Performance Security

Page 99 of 267
(Guarantee) including Additional
Performance Security (Guarantee), if
any, as per clause 29 of General
Conditions of Contract, whichever is
higher

29 G.C.C Performance Security Performance security @ mentioned in clause


2.20.6 of ITB and shall be valid as per clause
2.20.6 (d) of ITB.

GCC Performance Security The performance security shall be returned after


completion of Defect Liability Period ∕
Extended Defect Liability Period (if any) but not
later than 3 months after completion of the
Defect Liability Period ∕ Extended Defect
Liability Period (if any).

G.C.C Additional Performance As per clause 2.20.6(e) of ITB.


Security, if applicable shall
be valid up to

Refund of Additional Additional performance security shall be returned


Performance Security (if afteractual completion of work as per completion
any). certificate issued but not later than the three (03)
months after actual completion of work as per
completion certificate issued .

30 G.C.C Security Deposit to be At the rate of 5% of the RA Bill.


deducted from each
running bill

G.C.C Maximum limit of Up to 5% of Final Contract Amount.


deduction of Security
Deposit

G.C.C Refund of Security Deposit (a) Security deposit which will be returned,
50% after the after 1 year of issuing of
Completion Certificate, 25% amount after 2
years of issuing of Completion Certificate
and remaining 25% after 3 year of issuing
of Completion Certificate
31 G.C.C Price Adjustment formula Not Applicable
and procedure to calculate

31.1 (1) G.C.C Price adjustment shall be Not Applicable


applicable

G.C.C 32:1 Mobilization and Not Applicable


32 Construction Machinery
Advance Applicable

Page 100 of 267


G.C.C 32.2 If yes, Unconditional Not Applicable
Bank Guarantee
G.C.C 32.3 If yes, Rate of interest Not applicable.
chargeable on advances

G.C.C 32.4 If yes, Type & 1. Mobilization advance – Not applicable.


Amount of Advance
2. Construction Machinery Advance — Not
payment that can be paid
applicable.

G.C.C 32.5 If yes, Recovery of Not Applicable


advance payment

33 33.1 secured Advance Not Applicable


Applicable
33.2 if yes, Unconditional Not Applicable
Bank Guarantee
33.2 if yes, Amount of Not Applicable
Secured Advance:
33.3 if yes, Conditions for Not Applicable
secured advance.
33.4 if yes, Recovery of Not Applicable
Secured advance
35 Completion certificate As per Annexure - U
Format - after physical
completion of the Work
Final Completion As per Annexure-V
Certificate Format— after
final payment on
completion of the Work
36 Competent Authority Executive Director, Ujjain Smart City Limited
37 Salient features of some of As per Annexure – W
the major labour laws that
are applicable

Page 101 of 267


Annexure – I (Format: I - 2)

21.LIST OF TECHNICAL PERSONNEL FOR THE KEY


POSITIONS
The Contractor will have to appoint the following key personnel during the execution and entire
contract period, apart from other key personnel and support staff as necessary.

S. Details Required
nos.
No.

1 Project Manager with degree in Civil Engineering having minimum relevant post One
qualification experience of 10 years and should have completed three similar
works.

2 Site Engineer with Degree/Diploma in Civil Engineering having minimum 3(for Two
Degree holders) / 5 (for Diploma holders) years’ experience in building work.

3 Quality Control cum Lab Technician with diploma holder with 5 years of One
Experience

Note:
1. Aforesaid personnel shall be deployed within the period starting from the date of award of contract as
stipulated in the contract.
2. Approval of the superintending engineer about suitability of personnel shall be obtained before
deployment.
3. The Bidder shall submit CVs of proposed personnel confirming eligibility, experience and suitability
of the personnel for the project.

Page 102 of 267


Annexure – I (Format: I - 3)
LIST OF EQUIPMENTS / MACHINES FOR CONSTRUCTION WORK
Bidders to furnish details of minimum requirement in the format given below for the Work:

S. Name of Equipment/ Min Details of Equipment/ Quantity Available


Machinery Quantity Machinery Available with the
No.
Required bidder

1 JCB/Excavator 1

Dumpers
2 1

3 Pin Vibrator 2

4 Plate vibrator 1

5 Concrete Mixer Machines 2

6 Any other machine/


equipment required for
Project work from time to
time

Page 103 of 267


Annexure—N
(Referclause 10 of Section 3— GCC)

22.Drawings

Drawings attached separately

Page 104 of 267


ANNEXURE—O
(Referclause 15 of Section 3 -GCC)
Mile stones to be followed are as under:

The time allowed for carrying out the work shall be strictly observed by the contractor and shall be
deemed to be essence of the contract and shall be reckoned immediately after 14 days from signing of
the agreement.

The work shall throughout the stipulated period of contract be proceeded with all due diligence
keeping in view that time is the essence of the contract. The contractor shall be bound in all cases to
complete the following financial target:
i. 1/6th of the whole work 16within 1/4th of the contract period(i.e in 4 Months 15 days)
ii. 1/3nd of the whole work within 1/2nd of the contract period (i.e in 9 Months)
iii. 3/4th of the whole work before 3/4th of the contract period(i.e in 13 Months 15 days)
iv. Completion of the balance work as per date of completion of the contract(i.e in 18 months)

16
Whole Work means the Contract Amount

Page 105 of 267


ANNEXURE—P
(Referclause 15 of Section 3-GCC)

23.Compensation for Delay


Compensation for Delay

If the contractor fails to achieve the milestones as per Annexure-O, and the delay in execution of work
is attributable to the contractor, the Employer shall retain an amount17from the sums payable and due to
the contractor as per following scale -
i. Slippage18 up to 25% in financial target during the milestone under consideration 2.5% of the
work remained unexecuted in the related time span.
ii. Slippage exceeding 25% but Up to 50% in financial target during the milestone under
consideration - 5% of the work remained unexecuted in the related time span.
iii. Slippage exceeding 50% but Up to 75% in financial target during the milestone under
consideration -7.5% of the work remained unexecuted in the related time span,
iv. Slippage exceeding 75% in financial target during the milestone under consideration-10% of the
work remained unexecuted in the related time span.

Note: For arriving at the dates of completion of time span related to different milestones, delays which
are not attributable to the Contractor shall be considered. The slippage on any milestone is if
made good in subsequent milestones or at the time of stipulated period of completion, the amount
retained as above shall be refunded. In case the work is not completed within the stipulated
period of completion along with all such extensions which are granted to the Contractor for
either Employer’s default or Force Majeure, the compensation shall be levied on the contractor
at the rate of 0.05% per day of delay limited to a maximum of 10% of contract price. The decision
of Superintending Engineer shall be final and binding upon both the parties.

17
The Amount shall be retained by the Employer permanently as Penalty
18
Slippage means- Balance Financial Targets

Page 106 of 267


Annexure – Q
(Referclause 17 of Section 3 GCC)

24.List of Equipment for Quality Control Lab

Indicative Laboratory Equipment List Available with the bidder


S. Name of Equipment/ Quantity S. No. Name of Quantity
No. Machinery Equipmen
t/ Machinery
1

4 Machinery and Equipment


Required for ConductingTests
as per MOST / BIS/ MORTH
5 Specifications (5th Revision)

for Roads, Bridges and building Works/


6 MPUADD Specifications(Part
3 – Road, Bridge and Building work)
… As per the requirement of the project.

• The contractor shall arrange to provide fully furnished and adequately equipped field laboratory
with adequate qualified technical staff. Preferably located adjacent to the Project Office and
provided amenities like water supply, electric supply etc.
• The laboratory equipment shall confirm I.S. specifications and MOST / MORTH specifications.
The Contractor shall carry out the calibration of the instruments as directed by the Engineer in-
Charge on expiry date of calibration. On completion of work in all respect, the equipment will be
the sole property of the contractor.
• It shall be considered as incidental to the work, and no extra payment will be made, what so
ever, will not be made for the same.

ANNEXURE - R

Page 107 of 267


(Referclause 31 of Section 3 -GCC)

Price Adjustment
(If applicable in Contract Data)

The formulas for adjustment of price are as follow:


R= Value of work as defined in Clause 31.2(3) of General Conditions of Contract
Weightages* of component in the work
S.No. Component Percentage of Component in
the work
1. Cement -Pc
2. Steel -Ps
3. Bitumen –Pb
4. POL Pf
* Weightages of various components of the work shall be as determined by the competent
Technical authority.
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of cement procured by the
contractor shall be paid in accordance with the following formula:
V c= 0.85 x Pc/100 x R x (C1-C0)/C0
V c= increase or decrease in the cost of work during the month under Consideration due to
changes in rates for cement.
C0= The all India wholesale price index for Grey cement on the date of opening of Bids as
published by the Ministry of Industrial Development, Government of India, New Delhi
(www.eaindustry.nic.in)
C1= The all India average wholesale price Index for grey cement for the month under
consideration as published by Ministry Government of India, New Delhi. (www.
eaindustry.nic.in)
Pc= Percentage of cement component of the work

Note: For the application of this clause, index of Grey Cement has been chosen to represent Cement
group.

Adjustment of steel component


(iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be
paid in accordance with the following formula:
Vs 0.85 x Ps x /100 x R x (S1-So)/So
V s= Increase or decrease in the cost of work during the month under consideration due to
changes in the rates for steel.
So = The all India wholesale price index for steel (Bars and Rods) on the date of opening of
Bids as published by the Ministry of Industrial Development, Government of India,
New Delhi (www.eaindustry.nic.in)
Si= the all India average wholesale price index for steel (Bars and Rods) for the month
under consideration as published by Ministry of Industrial Development, New Delhi
(www.eaindustry.nic.in)
Ps= Percentage of steel component of the Work.

Page 108 of 267


Note : For the application of this clause, index of Bars and Rods has been chosen to represent steel
group.

Adjustment bitumen component


(iv) Price adjustment for increase or decrease is the cost of bitumen shall be paid in accordance with
the following formula:
Vb= 0.85xPb/100xRx(BI-B0/Bo
Vb= Increase or decrease the cost of work during the month under consideration due to
changes in rates for bitumen.
B0= The official retail price of bitumen at the IOC depot at nearest center on the date of
opening of Bids.
Bi = The official retail price of bitumen of IOC depot at nearest center for the 15th day of the
month under consideration.
Pb = Percentage of bitumen component of the work.

Adjustment of POL (fuel and lubricant) component


(V) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be paid in
accordance with the following formula:
Vf = 0.85x Pf/100xRx(Fi—Fo)/Fo
Vf= Increase or decrease in the cost of work during the month under consideration due to
changes in rates for fuel and lubricant.
F0= the official retail price of High speed Diesel (HSD) a the existing consumer pumps of
IOC at nearest center on the date of opening of Bids.
fi = The official retail priee of HSD at the existing consumer pumps of IOC at nearest
center for the 15th day of month of the under consideration.
Pf= Percentage of fuel and lubricants component of the work.
Note: For the application of this douse, the price of High Speed Diesel has been chosen to represent fuel
and lubricants group.

Page 109 of 267


Annexure - S
(Referclause 32 of Section 3-GCC)

25.Bank Guarantee Form for Mobilization and


Construction Machinery Advance

To

______________________[name of Employer)
______________________[address of Employer]
_____________________[name of Contractor)

In accordance with the provisions of the General Conditions of Contract, clause 31


(“Mobilization and Construction Machinery Advance”) of the above-mentioned Contract
____________________[name and address of Contractor] (hereinafter called “the Contractor”)’ shall
deposit with ______________ [name of Employer) a bank guarantee to guarantee his proper and
faithful performance under the said Clause of the Contract in an amount of
____________________[amount of Guarantee]* _____________________[in words].
We, the _________________(bank of financial institution], as instructed by the Contractor.,
agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the
payment to __________________(name of Employer] on his first demand without whatsoever right of
obligation on our part and without his first claim to the Contractor, in the amount not exceeding
‘[amount of guarantee]* ____________________________[in words].
We further agree that no change or addition to or other modification of the terms of the
Contractor or Works to be performed thereunder or of any of the Contract documents which may be
made between ___________________[name of Employer] and the Contractor, shall in any way release
us from any liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under
the contract until __________________ [name of Employer] receives full repayment of the same
amount from the Contractor.
Yours truly,
Signature and Seal:____________________
Name of Bank/Financial Institution: _________________
Address: _____________________________________________
Mail id-
Phone no-
Date: _____________
* An amount shall be inserted by the Bank or Financial Institution representing the amount of the
Advance Payment and denominated in Indian Rupees.

Page 110 of 267


Annexure - T
(Referclause 33 of Section 3 -GCC)

26.Bank Guarantee Form for Secured Advance


INDENTURE FOR SECURED ADVANCES
This indenture made the ___________ day of __________ 20__ BETWEEN _____________
(hereinafter called the contractor which expression shall where the context so admits or implies be
deemed to include his executors, administrators and assigns) or the one part and the Employer of the
other part.
Whereas by an agreement dated ______________ (hereinafter called the said agreement) the
contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced
on the security of materials absolutely belonging to him and brought by him to the site of the works the
subject of the said agreement for use in the construction of such of the works as he has undertaken to
executive at rates fixed for the finished work (inclusive of the cost of materials and labour and other
charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
_____________________________ on the security of materials the quantities and other particulars of
which are detailed in Accounts of Secured Advance attached to the Running Account Bill for the said
works signed by the Contractor on __________ and the Employer has reserved to himself the option of
making any further advance or advances on the authority of other materials brought by the Contractor to
the site of the said works.
Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in
consideration of the sum of Rupees ____________ on or before the execution of these presents paid to
the Contractor by the Employer (the receipt where of the Contractor doth hereby ‘acknowledge) and of
such further advances (if any) as may be made to him as a for said the Contractor doth hereby covenant
and agree with the President and declare as follows:
That the said sum of Rupees _________________ so advanced by the Employer to

(1) the Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be
employed by the Contractor in or towards expending the execution of the said works and for no other
purpose whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered to
and accepted by the Employer as security are absolutely the Contractor’s own propriety and free from
encumbrances of any kind and the contractor will not make any application for or receive a further
advance, on the security Of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnified the Employer against all claims to any
materials in respect of which an advance has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advances and all other materials on
the security of which any further advance or advances may here after be made as aforesaid (hereafter

Page 111 of 267


called the said materials) shall be used by the Contractor solely in the execution of the said works in
accordance with the directions of the Engineer.
(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the
proper watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the Contractor’s
custody and on his own responsibility and shall at all times be open to inspection by the Engineer or any
officer authorized by him. In the event of the said materials or any part thereof being stolen, destroyed
or damaged or becoming deteriorated in a greater degree than is due to reasonable use and wear thereof
the Contractor will forthwith replace the same with other materials of like quality or repair and make
good the same required by the Engineer.
(5) That the said materials shall not be removed from the site of the said works except with the
written permission of the Engineer or an officer authorized by him on that behalf.
(6) That the advances shall be repayable in full when or before the Contract receives payment from
the Employer of the price payable to him for the said works under the terms and provisions of the said
agreement. Provided that if any intermediate payments are made to the Contractor on account of work
done than on the occasion of each such payment the Employer-will be at liberty to make a recovery
from the Contractor’s bill for such payment by deducting there from the value of the said materials than
actually used in the construction and in respect of which recovery has not been made previously, the
value for this purpose being determined in respect of each description of materials at the rates at which
the amounts of the advances made under these presents were calculated.
(7) That if the Contractor shall at any time make any default in the performance or observance in
any respect of any of the terms and provisions of the said agreement or of these presents the total
amount of the advance or advances that may still be owing of the Employer shall immediately on the
happening of such default were payable by the Contractor to be the Employer together with interest
thereon at twelve percent per annum from the date or respective dates of such advance or advances to
the date of repayment and with all costs, charges, damages and expenses incurred by the Employer in or
for the recovery thereof or the enforcement of this security or otherwise by reason of the default of the
Contractor and the Contractor hereby covenants and agrees with the Employer to reply and pay the
same respectively to him accordingly.
(8) That the Contractor hereby charges all the said materials with the repayment to the Employer of
the said sum of Rupees______________________________ and any further sum of sums advanced as
aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED
ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement and
without prejudice to the power contained therein if and whenever the covenant for payment and
repayment here-in-before contained shall become enforceable and the money owing shall not be paid in
accordance there with the Employer may at any time thereafter adopt all or any of the following courses
as he may deem best:
(a) Seize and utilize the said materials or any part thereof in the completion of the said works on
behalf of the contractor in accordance with the provision in that behalf contained in the said agreement
debiting the contractor with the actual cost of effecting such completion and the amount due to the
contractor with the value of work done as if he had carried it out in accordance with the said agreement
and at the rates thereby provided. If the balance is against the contractor, he is to pay same to the
Employer on demand.

Page 112 of 267


(b) Remove and sell by public auction the seized materials or any part thereof and out of the
moneys arising from the sale retain all the sums aforesaid repayable or repayable to the Employer under
these presents and pay over the surplus (if any) to the Contractor.
(C) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.
(9) That except in the event of such default on the part of the contractor as aforesaid interest on the
said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail and in the event of any dispute or difference
arising over the construction or effect of these presents the settlement of which has not been here-in-
before expressly provided for the same shall be referred to the Employer whose decision shall be final
and the provision of the Indian Arbitration Act for the time being in force shall apply to any such
reference.

Page 113 of 267


Annexure - U
(Referclause 35 of Section 3 -GCC)

27.Physical Completion Certificate


Name of Work:

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

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

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

Agreement No .............................................................................Date ..................................................

Amount of Contract Rs .........................................................................................................................

Name of Agency .....................................................................................................................................

Used MB No. ..........................................................................................................................................

Last measurement recorded

a. Page No. & MB No. _________________________________________________________

b. Date _____________________________________________________________________

Certified that the above mentioned work was physically completed on ......................(date) and taken
over on ............................(date) and that I have satisfied myself to best of my ability that the work has
been done properly.

Date of issue

Executive Engineer/Engineer-in-
charge

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

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

Page 114 of 267


Annexure-V
(Referclause 35 of Section 3-GCC)

28.Final Completion Certificate


Name of Work:

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

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

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

Agreement no ...................................................................Date .................................................

Name of Agency: .........................................................................................................................

Used MB No. ..............................................................................................................................

Last measurement recorded

a: Page No. & MB No. ______________________________________________________

b. Date _____________________________________________________________________

Certified that the above mentioned work was physically completed on .................................(date) and
taken over on .............................(date).

Agreemented amount Rs ............................................................................................................

Final Amount paid to contractor Rs. ..............................................................................................

Incumbency of officers for the work

I have satisfied myself to best of my ability that the work has been done properly.

Date of issue

Executive Engineer

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

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

Page 115 of 267


Annexure - W
(Referclause 39 of Section 3 -GCC)

Salient Features of Some Major Labour Laws Applicable


a) Workmen Compensation Act 1923 The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.
b) Payment of Gratuity Act 1972:- Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed the prescribed minimum
years (say, five years) of service or more or on death the rate of prescribed minimum days’(say, 15
days) wages for every completed year of service. The Act is applicable to all establishments employing
the prescribed minimum number (say, 10) or more employees.
c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly
contributions by the Employer plus workers at the rate prescribed (say, 10% or 8.33%), The benefits
payable under the Act are:
i. Pension or family pension on retirement or death as the case may be.
ii. Deposit linked insurance on the death in harness of the worker.
iii. Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the contractor fails to provide,
the same are required to be provided, by the Principal Employer by Law.. The principal Employer is
required to take certificate of Registration and the Contractor is required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if
they employ prescribed minimum (say 20) or more contract labour.
f) ‘Minimum Wages Act 1948; - The Employer is to pay not less than the Minimum Wages fixed
by appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of buildings, roads, runways is scheduled employment.
g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be paid when
it will be paid and what deductions can be made from the wages of the workers.
h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for work of
equal nature to male and female workers and for not making discrimination against female employees
in the matters of transfers, training and promotions etc.
I) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing
prescribed minimum (say, 20) or more workmen. The Act provides for payments of annual bonus
within the prescribed range of percentage of wages to employees drawing up to the prescribed amount
of wages, calculated in the prescribed manner. The Act does not apply to certain establishments. The
newly set-up establishments are exempted for five years in certain circumstances. States may have
different number of employment size.

Page 116 of 267


j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for resolution
of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.
k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments
employing prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing the
conditions of employment by the Employer on matters provided in the Act and gets these certified by
the designated Authority.
I) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of
workmen and Employers. The Trade Unions registered under the Act have, ‘been given certain
immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for regulations of
employment of children in all other occupations and processes. Employment of child labour is
prohibited in building and construction industry.
n) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions of Service) Act
1979: - The Act is applicable to an establishment which employs prescribed minimum (say, five) or
more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for
employment in the establishment situated in another state). The Inter-State migrant workmen, in an
establishment to which this Act becomes applicable, are required to be provided certain facilities such
as Housing, Medical-Aid, Traveling expenses from home up to the establishment and back etc.
o) The Building and Other Construction workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996 - All the establishments who carry on any
building or other construction work and employs the prescribed minimum (say, 10) or more workers are
covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of
the cost of construction as may be modified by the Government. The Employer of the establishment is
required to provide safety measures at the building or construction work and other welfare measures,
such as canteens, first-aid facilities, ambulance, housing accommodations for workers near the work
place etc. The Employer to whom the Act applies has to obtain a registration certificate from the
Registering Officer appointed by the Government.
p) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up
a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous occurrences to designated authorities. It is
applicable to premises employing the prescribed minimum (say, 10) persons or more with aid of power,
or another prescribed minimum (say, 20) or more persons without the aid of power engaged in
manufacturing process.

Page 117 of 267


Annexure – X

29.UNDERTAKING FOR NOT DEBARRED


(To be enclosed with technical Bid)
(on the letter head of the bidder)

This is to certify that our firm ______________________[name of firm with


registered address] is not black listed or debarred by any Government/Semi
Government/International Agency of India in any of Indian States as well as in
any other country outside India by respective Governments (including any state
government / State Government Body)/International Agencies like World
Bank/IMF/DFID/JICA/USAID etc. as on the date of submitting technical bid.

(Sign & Seal of Authorized Signatory of firm)

Page 118 of 267


SECTION 3

30.Conditions of Contract
Part — II Special Conditions of Contract [SCC]
1. General
The data and information given in the Contract Document are based on the investigations, planning and
designs carried out so far. The data considered for the project planning have been included in the bid
documents. The data/information provided with the Bid document in the form of detailed project report
is meant for the reference and guidance only to the bidders. The Bidder shall, therefore, satisfy himself
about the adequacy and accuracy of the said data/information and interpretation thereof and collect
fresh data/additional data/information and carry out/conduct further investigations and studies and
prepare the proposal and get the approval of same from the employer. The Authority shall not be
responsible for the accuracy/adequacy of the data/information provided and interpretation thereof on the
same by the Bidder/Contractor.
2. Sufficiency of Bid
2.1 The Contractor shall be deemed to have visited and carefully examined the Project Site and
it’s surrounding to have satisfied himself to the nature and conditions of the means of
transport and communications, whether by land or air, as available at present and as to
possible interruptions thereto including the access and regress conditions for the Site. The
Contractor is also deemed to have made enquiries, examined and satisfied himself as to the
sites source for obtaining sand, stones, bricks and other materials, the sites for disposal of
surplus materials and accommodation for depots, colonies, workshops and other
infrastructure facilities as may be necessary for executing and completing the Works, as
also the sub-soil water and variations thereof, storms, prevailing winds, climatic conditions
and all other similar matters affecting the works including law &order.

2.2 Any neglect or omission or failure on the part of the Contractor in obtaining necessary and
reliable information upon the foregoing or any other matter affecting the Contract shall not
relieve him from any risks or liabilities or the entire responsibility for the completion of the
Works in accordance with the Contract.

3. Safety, Security and Protection of the Environment


3.1 The contractor shall comply with all applicable national, provincial, and local
environmental laws and regulations.
3.2 The Contractor shall take all measures and precautions to avoid any nuisance or disturbance
arising from the execution of the Works. This shall wherever possible be achieved by
suppression of the nuisance at source rather than abatement of the nuisance once generated.
3.3 The Contractor shall take all the necessary precautions and abide by relevant rules and
regulations of safety which are presently in force and which may come into force during the
currency of the contract.
3.4 The Contractor shall also take such other additional precautions and resort to such other
additional safety measures as may be directed from time to time by the Engineer-in- charge.
Violation of any rules, regulations and guidelines contained herein will entail immediate
termination of the contract.

Page 119 of 267


3.5 In the event of any spoil, debris, waste or any deleterious substance from the Site being
deposited on any adjacent land, the Contractor shall immediately remove all such material
and restore the affected area to its original state to the satisfaction of the Employer.
3.6 The Contractor shall prevent any interference with the supply to or abstraction from, and
prevent any pollution of, water resources (including underground percolating water) as a
result of the execution of the Works.
3.7 The Contractor shall at all times ensure that all existing water courses / bodies within, and
adjacent to the Site are kept safe and free from any debris and materials arising from the
Works.
3.8 The Contractor shall devise and arrange methods of working to minimize dust, gaseous or
other air-borne emissions and carry out the Works in such a manner as to minimize adverse
impacts on air quality.
3.9 The Contractor shall utilize effective water sprays during delivery manufacture, processing
and handling of materials when dust is likely to be created, and to dampen stored materials
during dry and windy weather. Stockpiles of friable materials shall be covered with clean
tarpaulins, with application of sprayed water during dry and windy weather. Stockpiles of
material or debris shall be dampened prior to their movement, except where this is contrary
to the Specification.
3.10 In the event that the Contractor is permitted to use gravel or earth roads for haulage, he
shall provide suitable measures for dust palliation, if these are, in the opinion of the USCL
officials necessary. Such measures may include spraying the road surface with water at
regular intervals.
3.11 The Contractor shall take all necessary measures so that the operation of all mechanical
equipment and construction processes on and off the Site shall not cause any unnecessary
or excessive noise, taking into account applicable environmental requirements. The
Contractor shall use all necessary measures and shall maintain all plant and silencing
equipment in good condition so as to minimize the noise emission during construction
works.
3.12 The Contractor shall control the disposal of all forms of waste generated by the
construction operations and in all associated activities. No uncontrolled deposition or
dumping shall be permitted. Wastes to be controlled shall include, but shall not be limited
to, all forms of fuel and engine oils, all types of bitumen, cement, surplus aggregates,
gravels, bituminous mixtures, etc. The Contractor shall make specific provision for the
proper disposal of these and any other waste products, conforming to local regulations and
acceptable to the Project Manager.
3.13 The Contractor shall plan and provide for remedial measures to be implemented in the
event of occurrence of emergencies such as spillages of oil or bitumen or chemicals.
3.14 The Contractor shall provide the Employer with a statement of the measures he intends to
implement in the event of such an emergency which shall include a statement of how he
intends to provide personnel adequately trained to implement such measures.
3.15 Should any pollution arise from the Contractor's activities he shall clean up the affected
area immediately at his own cost and to the satisfaction of the Project Manager and shall
pay full compensation to any affected party.
3.16 The contractor shall barricade/cover (isolate) the construction site during construction with
GI sheet or Hanson cloth (green) from all sides for the security of the resources and/or
moving of the resources in and around the site. It is deemed that the payment for
deployment of such resources, equipment and materials shall be included in the quoted
rates of the items. No separate payment shall be made on this account.

Page 120 of 267


3.17 The contractor shall be responsible for the over and underground utilities already laid to
keep them in the good condition. If there is any damage to the existing utilities (Over and/
or underground) the contractor shall restore them to its original condition. The risk for the
same shall be assessed by the contractor/bidder before quoting the rates in the bid. The rates
shall be deemed to be included in the quoted rates by the contractor, no extra amount shall
be paid to the contractor on this account.

Note: - In addition to above contractor shall have to follow the instruction of IS codes for security and
Safety (As per Handbook on construction And Safety Practices: SP 70: 2001)

4. Protection of Trees and Vegetation


The Contractor shall ensure that no trees or shrubs or waterside vegetation are felled or harmed
except for those required to be cleared for execution of the Works. The Contractor shall protect
trees and vegetation from damage to the satisfaction of the Employer. No tree shall be removed
without the prior approval of the Employer and any competent authorities. Should the Contractor
become aware during the period of the Contract that any tree or trees designated for clearance have
cultural or religious significance he shall immediately inform the Employer and await his
instructions before proceeding with clearance. In the event that trees or other vegetation not
designated for clearance are damaged or destroyed, they shall be repaired or replaced to the
satisfaction of the Employer, who shall also impose a penalty of twice the commercial value of any
timber affected, as assessed by the Employer.
Contractor shall keep provision of compensatory plantation in lieu of trees cut down in the process
of development and construction. The contractor shall compensate plantation of 10 trees against
felling/cutting of each mature tree. The area for compensatory tree plantation shall be decided in
consultation with the employer. The contractor shall be responsible for protection, up-keeping, and
watch & ward of the said compensatory plantation till 1 years of Projects defect liability period.
5. Water Supply
The Contractor shall make his own arrangements at his own expense for water supply for
construction, sectional testing if any and other purposes.
6. Relations with Local Communities and Authorities
In setting and operating his plant and facilities and in executing the Works the Contractor shall at
all-time bear in mind and to the extent practicable minimize the impact of his activities on existing
communities. Where communities are likely to be affected by major activities such as road
widening or laying of utility lines or the establishment of a camp, large borrow pit or haul road, he
shall liaise closely with the concerned communities and their representatives and if so directed,
shall attend meetings arranged by the Employer to resolve issues and minimize impacts on local
communities.

Page 121 of 267


7. Fire Prevention
The Contractor shall take all precautions necessary to ensure that no vegetation or property/ies
along the line of the road outside the area of the permanent works is affected by fires arising from
the execution of the Works. The Contractor shall obtain and follow any instructions of the
competent authorities with respect to fire hazard when working in the vicinity of gas installations.
Should a fire occur adjacent to the project road for any reason, the Contractor shall immediately
suppress it. In the event of any other fire emergency in the vicinity of the Works the Contractor
shall render assistance to the civil authorities to the best of his ability. Any scrub or plantation
damaged by fire considered by the Employer to have been initiated by the Contractor's staff or
labour shall be replanted and otherwise restored to the satisfaction of the Employer at the
Contractor's expense.
8. Interference with Traffic and Adjoining Properties
In case any operation connected with the works necessitates diversion, obstruction or closure of any
road, waterway or any other right of way, the approval of respective competent authorities shall be
obtained well in advance by the Contractor. In case the Contractor’s operations obstruct access to
adjacent properties, the Contractor shall be responsible to provide reasonable temporary access to
the affected parties. In case the Contractor fails to provide adequate temporary facilities, this shall
be deemed to be an Uncorrected Defect and the Employer shall have the right to engage a third
party to correct the Defect and the cost of such correction will be deducted from the Contract Price.
9. Arrangement for Traffic During Construction
9.1 General
The Contractor shall at all times, carry out work on the City/Urban road in a manner creating least
interference to the flow of traffic while consistent with the satisfactory execution of the same. For
all works involving improvements to the existing urban road, the Contractor shall, in accordance
with the directives of the Engineer as well as the Traffic Police, provide and maintain, during
execution of the work, a passage for traffic either along a part of the existing carriageway under
improvement or along an alternative diversion route. Before taking up any construction, the
Contractor shall prepare a Traffic Management Plan for each road and submit it to the Engineer for
prior approval. This plan should include interalia:
A qualified safety officer with support staff to serve as a site safety team with required safety
devices. Provision of traffic safety devises as per IRC: SP 55 with the following specifications:

 Signage of retro-reflective sheet of high intensity grade


 Delineators in the form of cones/drums made of plastic/rubber having retro-reflective red
and white bands, at a spacing of 5 m along with a reflective tape to be tied in between the
gaps of cones/drums. A bulb preferably using solar energy is to be placed on the top of the
cone/drum for delineation in the dark hours and night.
 Barricades using iron sheet with adequate iron railing/frame painted with retro-
reflective paint in the alternate yellow and black & white stripes. Warning lights at 5
m spacing shall be mounted on the barricades and kept lit in dark hours and night.
 Road markings with hot applied thermoplastic paint with glass beads.
 Safety measures for the workers engaged including personal protection equipment First aid
and emergency response arrangements

9.2 Passage of Traffic along a Part of the Existing Carriageway under improvement

Page 122 of 267


a) For widening/strengthening existing carriageway where part width of the existing
carriageway is proposed to be used for passage of traffic, treated shoulders shall be
provided on the side on which work is not in progress. The treatment to the shoulder shall
consist of providing at least 300 mm moorum layer properly rolled and compacted in a
width of at least 1.5 m and the surface shall be maintained throughout the period during
which traffic uses the same to the satisfaction of the Engineer.
b) After obtaining permission of the Engineer, the treated shoulder shall be dismantled, the
debris disposed of and the area cleared as per the direction of the Engineer.
9.3 Traffic Safety and Control
The Contractor shall keep the roadway under construction open to traffic and pedestrian movement
with proper drainage arrangement and smooth surface condition. Suitable ingress and egress shall
be provided as necessary for all intersecting roads and for all abutting properties. Its purpose shall
be to protect people from associated hazards and to prevent trespassing into the construction zone.
The Contractor shall take all necessary measures for the safety of traffic during construction and
provide, erect and maintain such barricades, including signs, marking, flags, lights, drums, traffic
cones, delineators and flagmen as per the traffic management plan submitted by the Contractor and
approved by the Engineer. An agreed phased programme for the diversion of traffic on the urban
road shall be drawn up in prior consultation with the Engineer and the Traffic Police.
The Contractor shall keep all signs in proper position, clean and legible at all times.
The barricades erected on either side of the carriageway/portion of the carriageway closed to
traffic, shall be of strong design to resist violation, and painted with alternate black and white
stripes. On each approach, at least two signs shall be put up, one close to the point where transition
of carriageway begins and the other 120 m away. The signs shall be of approved design and of
reflective type, as directed by the Engineer. Two persons with red / green flag and whistle to be
deputed at both ends of the barricades to regulate traffic. Red lanterns or warning lights of similar
type shall be mounted on the barricades at night and kept lit throughout from sunset to sunrise.
At the points where traffic is to deviate from its normal path (whether on temporary diversion or
part width of the carriageway) the channel for traffic shall be clearly marked with the aid of
pavement markings, painted drums or a similar device to the directions of the Engineer. At night,
the passage shall be delineated with lanterns or another suitable lightsource.
No material to project / spill beyond barricades.
This work item shall include all labour, equipment and services involved in the erection,
maintenance, moving, adjusting, cleaning, relocating and storing of signs, barricades, drums, traffic
cones and delineators furnished by the Contractor as well as all labour and equipment involved in
the maintenance of traffic lanes and detours, for maintenance of traffic.
9.4 Maintenance of Diversions and Traffic Control Devices
Signs, lights, barriers and other traffic control devices, as well as the riding surface of diversions
shall be maintained in a satisfactory condition till such time they are required and as directed by the
Engineer. Such temporary ways shall be kept free of dust by frequent applications of water.
10. Transport of Contractor's Equipment or Temporary Works

Page 123 of 267


Where the Contractor intends to use a particular route for the haulage of large quantities of
materials he shall consult well in advance with any affected communities and submit in advance for
the Employer’s approval a plan including but not limited to the proposed route, the existing
condition of the pavement and bridges, the estimated number and type of vehicle movements per
day, a programme for monitoring the condition of the pavement and structures, and measures for
limiting vehicle speeds and dust nuisance in built-up areas. The Employer reserves the right to
disallow certain haul routes should these in his opinion cause or be likely to cause unreasonable
nuisance or hazards to the public. The Employer's approval will not remove the Contractor's
obligations under this Sub-Clause to prevent and repair damage to roads or his liability for
compensation for any accidents caused by hisvehicles.
11. Work in Monsoon and Dewatering
The execution of the work may entail working in the monsoon also. The contractor must maintain
labour force as may be required for the job and plan and execute the construction and erection
according to the prescribed schedule. No special/ extra rate will be considered for such work in
monsoon. The contractor’s rate shall be considered inclusive of cost of dewatering required if any
and no extra rate shall be payable on this account.
12. Site Clearance
Before handing over the work to the Authority, the contractor shall remove all temporary structure
like the site offices, cement godown, stores, labour hutments etc., scaffolding rubbish, left over
materials tools and plants, equipment’s etc., clean and grade the site to the entire satisfaction of the
Engineer-In-Charge. If this is not done the same will be got done by USCL at his risk and cost.
13. Site Documents
The following site documents shall mainly be maintained by the contractor at site:

 Copy of contract documents and drawings.


 Computerized bill format.
 Site Order Book.
 Material testing registers / Quality Inspection Reports.
 Measurement books on computerized format.
 Progress bar chart.
 Sample approval register.
 Hindrance Register.
 Work Diary.
 Deviation/variation order registers.
 Cement consumption register.
 Reinforcement registers. Concrete cube test register.
 Slump test register.
 Silt content and sand bulkage register.
 Request for Inspection (RFI) sheets
 Joint Measurement Sheets(JMS)

14. Safety Guidelines


i. Proper and correct lifting methods shall be adopted.

Page 124 of 267


ii. All lifting tools, tackles and wire ropes etc. shall be of tested quality for safe working loads.
Wire ropes shall be of sound construction without any splaying.
iii. It is mandatory for all jobs done at a height of 2.5 M and more to use fall arrestor type safety
belts & safety nets.
iv. While carrying out work in confined areas, proper ventilations and lighting arrangement should
be made by the contractor. Adequate precautions shall be taken while the work is in progress to
ensure that naked light, fire, welding or any other hot work is not in progress in the vicinity of
the area where painting is being carried out.
v. If the work is to be carried out at height, safety of the personnel is of utmost importance.
Therefore, all necessary precautions must be taken by the contractor and he has to obtain work
permit from authorized official of USCL for working at height before start the work.
vi. In addition to the above, contractor has to adhere to the following safety checklist:
A. CIVIL WORKS
i. During excavation, the excavated earth must be dumped at a safe distance from the edge of
excavation. In no case, this shall be less than 1.5 meters from the top edge of the excavation.
ii. Safe cross walkways are to be provided at distances not more than 30 meters along a continuous
trenching for pipelines etc.
iii. Hard hats (safety helmets), rubber boots, safety shoes, and hand gloves, etc. are required to be
provided for supervising as well as other working personnel by the contractor.
iv. Keep a watch on buried cables and underground systems. Ladders, gangways are to be provided
at convenient places for carrying out required works. Ladders shall be firmly secured to ground,
and rungs of the ladders shall be properly secured and safe.
v. Install Barricading as per IS code with the marking “Ujjain Smart City Works”.
B. ELECTRICAL WORKS
i. All temporary electrical connections should be got done to conform to statutory regulations and
a certificate obtained from the authorities. The connection and the wiring to be maintained by
competent and licensed supervisors and wiremen. As far as possible, the cables are to be safely
buried to ensure free access to equipment and machineries movements.
ii. Hard hats (safety helmets) made out of insulating material to be used by personnel working in
'live' areas like substations, etc.
iii. Safety boots, necessary hand-gloves as required, shall be used.
iv. ‘Earthing’ of machineries and equipment shall be ensured. No open/ bare connections allowed.
The arrangements should be checked periodically for damages to insulation and loose
connections, etc and rectified so that the wiring becomes non-hazardous.
v. The areas of working during nights shall be properly illuminated with floodlights and hand-
Hard hats (safety helmets), safety belts, eye goggles, face shields, safety boots, hand- gloves,
respirators, etc as required/ directed shall be used.
vi. Proper, correct and safe lifting methods shall be adopted
vii. All lifting tools tackle and wires ropes etc shall be of tested quality for safe working loads. Wire
ropes shall be of sound construction without any splaying.
viii. Checks to be exercised for broken wires and core proportion in the main body of the wire ropes
to be rejected. Manufacturer’s guidelines/ standards instructions are to be followed for using
wire ropes and slings with broken wires. Experience and common sense is of immense help.
ix. Usage of hoisting belts/ safety belts is must for personnel working at higher elevations.
x. Only safe gangways / walkways shall be used for movement of personnel. Short cuts shall be
avoided.

Page 125 of 267


xi. Check connections to headman anchors before hoisting.
xii. All live wires to be crossed during hoisting shall be made dead near the vicinity of the area
during hoisting/ rigging.
xiii. Avoid keeping the loads supported by hoisting equipment’s for an unreasonable length of time.
xiv. Ropes, cables, and slings must be protected with pads or wooden blocks at sharp edges. xv.
lamps as per the demand of the job.
xv. Danger signals and safety tags in the live areas shall be demonstrated properly. All connections
to be switched off after the working hours.
xvi. Isolation switches and main switches shall be accessible easily. Necessary precautions should
be taken while excavating earthing pits.
xvii. All works shall be carried out in strict accordance to the norms, procedure and specifications
issued and enforced by BIS in Relevant Indian Standard specifications and code of Practices
with up to date amendments and revisions, latest edition of National building code and National
electric code. In addition, the installation shall comply in all respects with the requirements of
Indian. Electricity Act 2003 and Indian Electricity Rule 1956 with up to date amendments and
revisions and special requirements if any of the M.P. State Electricity Board or Chief Electrical
Advisor to Government of Madhya Pradesh cum Chief Electrical Inspector and his subordinate
office.
xviii. The contractor shall make his own arrangements for supply of water and electricity at his
expense required for execution of work. The USCL shall neither make any such arrangements
nor shall make any payments in this regard.
xix. The contractor has to construct at his own cost his site office foe contractor staff and USCL
staff and store at site on a suitable place and location as permitted by USCL. The USCL shall
not provide any place for storage of equipment’s required for work. No amount shall be paid to
the contractor in this regard.
xx. Proper upkeep and maintenance and safety of store and stocks of materials brought at site shall
be the sole responsibility of the contractor. The materials got damaged due to negligence of its
up keeping at site or due to mishandling shall have to be replaced by the contractor at his own
cost. On discovery of such damages the USCL shall recover the amount paid through the
running bills to the contractor and shall only be reimbursed after the replacement of the same.
The USCL shall also not be responsible for theft of materials from site and the contractor has to
replace all such materials at his own cost. No compensation whatsoever shall be payable to the
contractor on above grounds.
xxi. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution for work whatever the cause of delay may be
including delay arising out of other materials, supply of materials, transportation for any matter
related with MPPKVV Co. Ltd. & Electrical Safety Department or any other reasons
whatsoever, the USCL shall not be liable for any claim in respect thereof.
xxii. The contractor shall finalize the layout of work, physically at site, and get approved by
MPPKVV Co. Ltd. Before placing orders for material. Approval of above layout by MPPKVV
Co. Ltd. shall be general and shall not absolve the contractor with responsibility of its
correctness.
xxiii. The contractor shall within specified period from the date of issue of work order shall prepare
all relevant drawings to be submitted to the applicable office of Electrical Inspector MP Govt or
any other competent office for approval. All required sanctions and approvals form the above
offices shall have to be obtained by the contractor within the above stipulated period at his own
cost.
xxiv. Rate quoted shall be applicable for works at all height unless otherwise specified in the
schedule of quantities.

Page 126 of 267


xxv. The contractor shall submit the drawing in three sets to USCL for this work duly approved by
the Office of the electrical Inspector MP govt. and MPPKVV Co. Ltd. Within specified days
from the date of work order. The approval of these drawing will be general and will not absolve
the contractor of the Responsibility of the correctness of those drawings.
xxvi. The contractor shall submit test reports of the equipment to be supplied and drawings for
approval of the Engineer in Charge before supplying the equipment. The successful tenderer
shall also submit the purchase bill of all items as required and directed at no cost.
xxvii. (A) The contractor shall have to arrange all free of cost facilities for the inspection, such as
employ or material labour etc. and any fees payable to Government or any competent authority
at his own cost. The contractor shall arrange to obtain all sanctions from the concerning office
of MPPKVV Co. Ltd. and from the elect. inspector Govt. of M.P. at his own cost. Any fees in
respect of above work paid by the contractor shall not be reimbursed or refunded by the USCL
and no claim for compensation shall be entertained in this regard. Copy of all such sanctions
have to be submitted to Engineer In charge USCL.
xxviii. xxviii. (B) The contractor has to arrange factory inspection of all major items as required by
Engineer in Charge at the manufacturer’s works before dispatch of material. Date of inspection
should be informed 15 days in advance to USCL. The contractor has to get any equipment or
complete installation checked and tested by any Government/ Semi Government/ Private
authority such as CPRI, BHEL, NABL laboratory, Testing department of MPPKVV Co. Ltd.
etc. at his own cost. He shall also provide free of cost all labour, material, equipments etc. for
the purpose of above testing. The contractor shall not be entitled for any compensation on this
ground. If required by Engineer in Charge contractor will have to arrange for third party
inspection of entire installation done by him and he will have to rectify / repair / replace any
defects pointed out by inspection agency.
xxix. (C) The consultant appointed by USCL is authorized for following:
a) To visit the site from time to time to inspect the quality of work.
b) To issue working drawings with specifications to the contractor.
c) Technically guide the contractor if required.
d) To accompany USCL officials for factory inspections of material if required.
xxx. The contractor shall be responsible for removal of all defects and shall make rectification in the
work at his own cost if any at the time of handing over the installation to MPVV Co. Ltd.
without any claim for compensation.
xxxi. It shall be the duty of the contractor to arrange all clearances from Electrical Inspector MP
Govt, to coordinate and peruse the officers of MPPKVV Co. Ltd. for periodical inspections
during the currency of contract and final inspection of the work and get the complete
installation electrically charged. No extra payment shall be made to the contractor in above
account.
xxxii. The contractor at his own cost and efforts shall arrange periodical inspection of work by various
officers of MPPKVV Co. Ltd. during course of execution of work and any instruction issued by
the officers of MPPKVV Co. Ltd. shall be communicated to USCL in writing by the contractor
and prior permission shall be taken from USCL before its compliance.
xxxiii. The contractor should note that any delay / on the part of MPPKVV Co. Ltd. on any account
what so ever shall not be entertained as a reason for time extensions in case of delay in
completion of the work covered under this entire contract. The tenderer should therefore be
aware and should not that execution and timely completion of External Electrification work in
full coordination with other development and construction works covered under the scope of
contract shall be sole responsibility of successful tenderer.

Page 127 of 267


xxxiv. The contractor has to quote his rates in strict accordance to the list of approved make of
materials. The tenderer has to ensure before filling up the rates regarding their availability and
period of delivery.
xxxv. The contractor shall note that during the execution of works there is likelihood in change of
layout, specification and change in quantities of items entered in the schedule of items for
which the contractor has tendered his rates. The increase or decrease in the quantities of such
items may be up to any extent and the tenderer shall not be entitled to any compensation for any
loss suffered by him on account or procurement of additional quantities of such items due to
such changes.
xxxvi. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution of work whatever the cause of delay may be
including delay arising out of other materials or any reasons whatever and the USCL shall not
be liable for any claim in respect thereof.
xxxvii. All dismantled material to be deposited at M.P.P.K.V.V.C.L. store by the contractor without
any extra cost.
xxxviii. The contractor shall if required arrange for temporary mobile / trolley mounted distribution
substations of required capacity to give supply to the areas being fed from the existing pole
mounted transformer / transformers being removed. This will be necessary at the places where
new transformer / CSS are to be installed at the same place from where pole mounted existing
transformer/ transformers are being removed. No extra payment shall be made for the
temporary mobile / trolley substations and associated temporary HT and LT cabling done for
charging the same. The contractor shall be responsible for all necessary statutory permissions
required for thispurpose.
xxxix. Successful Tenderer should have A-Class Electrical license issued by M.P. Licensing Board.
The license must be submitted at the time of agreement.
C. GENERAL
i. Safety starts from the individual on the job. Experience and common sense shall be generously
used. In case of any doubt regarding safety, Engineer–in-Charge can be consulted.
ii. Proper communication and alertness on the job is to be ensured.
iii. Manholes and openings for ducts etc shall be kept properly covered.
iv. Correct tools and tackles should be used for every work. Make shift tools and tackles will result
in accidents.
v. Fire-fighting equipment shall be placed at designated locations and kept unobstructed.
vi. Do not use loose clothing, neckties, and etc. while on the job.
vii. Safety precautions recommended by the manufacturers/ vendors shall be strictly adhered to.
viii. All machinery, tools and tackles shall be maintained properly, and clearly.

15. Encumbrances in Construction Area, including Trees and Utilities -


i. The contractor shall be responsible to coordinate with service provider / concerned authorities
for cutting of trees, shifting of utilities and removal of encroachments etc. and making the site
unencumbered from the project construction area required for completion of work. This will
include initial and frequent follow-up meetings / actions / discussions with each involved
service provider / concerned authorities. The contractor will not be entitled for any additional
compensation for delay in cutting of trees, shifting of utilities and removal of encroachments by
the service provider / concerned authorities. Payment for cutting of trees and shifting of utilities
as required by the concerned department shall be made by the Employer. The entire cut material

Page 128 of 267


will be property of the contractor and no cost of such material shall be recovered from the
contractor which shall be appropriately considered by the contractor in hisbid.
ii. Drawings scheduling the affected encumbrances such as trees and services like water pipes,
sewers, oil pipelines, cables, gas ducts, electricity lines, accessories, telephone poles and OFC
cables etc. included in the contract document shall be verified by the contractor for accuracy of
scope.
iii. The Employer will make payments to the respective service provider / authorities for cutting of
trees and shifting of utilities, wherever required. The contractor will obtain necessary approval
from such Authorities after payments by the Employer and also in cases where payments are
not required to be made for such shifting. The Employer will also write to all concerned
departments/ service provider organization for expediting and facilitating cutting of trees,
shifting of utilities and removal of encroachment etc.
iv. Any services affected by the Works must be temporarily supported by the Contractor who must
also take all measures reasonably required by the various bodies to protect their services and
property during the progress of the Works. It shall be deemed to be part of the Contract and no
extra payment shall be made for the same.
v. The Contractor may be required to carry out certain works for and on behalf of the various
bodies and he shall also provide, with the prior approval of the Engineer, such assistance to the
various bodies as may be authorized by the Engineer.

16. Supply of Coloured Record Photographs


The Contractor shall, at his own cost, arrange to take colour photographs at various stages / facets
of the work including interesting and novel features of the work as directed by the USCL officials
and supply two copies of colour record photographs mounted in the albums including negatives
with specification and these shall be kept by Employer.
17. Public Awareness / Information Display
The Contractor shall, at his own cost, arrange to provide, erect and maintain necessary display
boards/ banners etc as directed by USCL officials at selected points of project site giving such
information as considered necessary for public awareness/ information.
18. Completion Drawings
The contractor is required to submit the completion drawings (As built Drawings) for the work done
by him. However, the completion drawings for works done and covered underground, it is essential
to prepare the completion drawing as soon as the work is done and before backfilling.
The drawings have to be prepared in digital format in AUTO-CAD, it is therefore made mandatory
that the completion drawings of the cross section of road with all utilities, Road Plan, Inspection
Chambers, Rainwater Catch pit, L-section of road etc, shall be submitted along with the running
account bills for all the works carried out during the period.

The completion drawing should provide adequate data to enable finding the exact location of the
system in ground at a later date by any other new person. It should also provide the data related to
material, class and size of the line, its depth in ground, Invert Levels and levels in the manholes.
The details will be provided from Chainage-wise and the plan layout of the roads along with Cross

Page 129 of 267


section and L-section on the reference map should be updated and submitted along with the bill.
Two hard copies of the drawings will also be submitted along with the softcopy.
19. Execution of work according to Time Schedule
i. The Bidder shall include in his bid, a detailed construction programme of executing the project,
describing broadly the technology and construction methodology major components of the
project including traffic diversion plan, deployment of machinery, submission of drawings and
design. The programme shall be supplemented with Master Control Network. The employer
reserves the right to request for change in Master Control Network after discussions with the
successful bidder. Mutually agreed Master Control Network shall form part of the Contract.
ii. The Contractor has to start construction works in the fronts available at particular road site. This
shall be planned in close consultation with the Engineer-In-Charge and in coordination with the
concerned authorities / departments / local groups.
iii. The Works shall be executed and performed in accordance with the Master Control Network
(Work Programme) which shall clearly indicate the interlinking / interdependencies of all the
works of the Contract.
iv. The Programme shall be reviewed jointly by the Employer/ Engineer and the Contractor, at least
once in a month where-in the hold ups/delays, if any, in the progress of Works, with reference to
the agreed Schedule shall be given Special Attention. Necessary modifications (updating /
Revisions) of the Programme, within the overall Time for Completion, shall be carried out by
mutual agreement between the Employer/ Engineer and the Contractor.

20. Working Procedure


i. The Contractor shall be required to adopt a Working Procedure based on the following:
ii. Protection of properties along the project roads and their activities / operations such that these
suffer minimum (if any) adverse effects as a result of construction activities.
iii. Observe all local requirements related to work and traffic restrictions (for example,
transportation of material during particular times of a day or week, use of manual labour /
smaller vehicles for carriage of material to / from narrow lanes) as may be specified by USCL
from timeto time.
iv. Avoid disruption of any public utility network and promptly restore the same in case of any
unavoidable disruption at his own cost and time without causing any discomfort to people as
well as businesses.
v. Provide for all temporary arrangements essential to allow normal operations / living conditions
for people as well as businesses.

21. Material Storage


All materials shall be stored as per IS:4082 and nothing extra will be paid on this account.
22. The electrical connection charges shall be borne by the authority.
23. Warranties∕ Guaranties
(a) The Warranties∕ Guaranties shall be applicable as per Guarantee Clausein Specifications. The
Contractor's liability in respect of any complaints/defect and/or claims shall be limited to the
furnished and installation of replacement parts free of any charge to the extent that such
replacement are attributable to or arise from faulty workmanship of materials or design in the
manufacture of the equipment, or wear and tear during normal use, provided that the defects are
brought to the notice of the contractor within the warranty∕ Guarantee period.

Page 130 of 267


(b) During the warranty period, the bidder shall warrant that the goods supplied under the contract are
new, unused, of the most recent version/models and incorporate all recent improvements in design
and materials unless provided otherwise in the contract. The bidder further warrants that the goods
supplied under this contract shall have no defects arising from design, materials or workmanship.
(c) Authority or designated representatives of the bidder shall promptly notify the Contractor in writing
of any claims arising under this warranty. Upon receipt of such notice, the Contractor shall, within
the warranty period and with all reasonable speed replace the defective products, without costs to
Authority and within time specified and acceptable to Authority.
(d) If the Contractor, having been notified, fails to remedy the defect(s) within the period specified in
the Contract, the Authority may proceed to take such reasonable remedial action as may be
necessary, at the Contractor’s risk and expense and without prejudice to any other rights, which
Contractor may have against the bidder under the contract.
(e) During the comprehensive warranty period, the Successful Bidder shall provide free of cost all
product(s), within 14 days of their failure and should carry out delivery and make operational the
same at no additional cost to Authority. The Contractor shall be responsible for warranty and
maintenance services from licensors/ manufactures of items/products etc. supplied. The proposed
products / equipment / goods shall achieve parameters delineated in the technical
specification/requirement. The Contractor shall ensure the maintenance of the acceptance
criterion/standards in respect of the products / equipment’s / goods during the warranty and
maintenance period.
(f) If the Contractor desires, the replaced products can be taken over by them for disposal as they deem
fit within period of one month from the date of replacement. At the expiry of this period, no claim
whatsoever shall be on the USCL. The decision of the USCL in regard to contractor’s liability and
the amount, if any, payable under this warranty shall be final and conclusive.
24. Defect Liability Period
a. Any work intimated to the contractor to complete in the defect liability period (DLP) as per
contract data, the contractor shall rectify the defects and intimate the Employer in writing. If the
contractor fails to rectify the defects within 7 days of the intimation of the Employer or
Employer representative. The Employer shall complete the work at the risk and cost of the
contractor. The cost of the work done shall be recovered from contractor’sbill or from the
performance security as the case may be.
b. The Employer shall be entitled to an extension of the defect and liability period up to the period
for which the rectification of the works delayed by the contractor.

Page 131 of 267


SECTION 4
31.Bill of Quantities (BOQ)

Attached Separately

Page 132 of 267


SECTION 5

32.AGREEMENT FORM
AGREEMENT
This agreement, made on the __________________ day of _________________ between:
__________________ (name and address of Employer) (hereinafter called “the Employer)
and_________________________________________ (name and address of contractor) hereinafter
called “the Contractor’ of the other part.
Whereas the Employer is desirous that the Contractor execute
_________________________________(name and identification number of Contract) (hereinafter
called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein, at a cost of Rs..........
NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement, words and expression shall have the same meaning as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be deemed
to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of the
contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such other
Sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i. Letter of Acceptance
ii. Contractor’s Bid
iii. Condition of Contract: General and Special -
iv. Contract Data
v. - Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed where of the parties there to have caused this Agreement to be executed the day and year
first before written.
The Common Seal of _________________________________________ was hereunto affixed in the
presence of:
Signed, Sealed and Delivered by the said __________________________ in the presence of:
Binding Signature of Employer _________________________________
Binding Signature of Contractor ________________________________

Page 133 of 267


33. FORM OF BANK GUARANTEE
Performance Security/Additional Performance Security

The Executive Director,


UJJAIN SMART CITY LTD.
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
e-mail: ujjainsmartcity@gmail.com

WHEREAS:
(A) [name and address of contractor] (hereinafter
called the “Contractor") and Ujjain Smart City Ltd., Room No 16, Mela
Office, Kothi Road, Ujjain, Pin Code 456010 G-5 & 6, (hereinafter called the
“Authority”) have entered into an agreement (hereinafter called the
“Agreement”) for the construction of the [Project Name] in Ujjain the State
of Madhya Pradesh on Percentage Rate basis, subject to and in accordance
with the provisions of the Agreement
(B) The Agreement requires the Contractor to furnish a Performance Security for
due and faithful performance of its obligations, under and in accordance with
the Agreement, during the {Completion Period/ Defects Liability Period and
Maintenance Period} (as defined in the Agreement) in a sum of Rs….. cr.
(Rupees ………..….. crore) (the “GuaranteeAmount”).
(C) We, ………………….. through our branch at …………………. (the “Bank”)
have agreed to furnish this bank guarantee (hereinafter called the
“Guarantee”) by way of PerformanceSecurity.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees


and affirms as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and
faithful performance of the Contractor’s obligations during the {Completion
Period/ Defects Liability Period and Maintenance Period} under and in
accordance with the Agreement, and agrees and undertakes to pay to the
Authority, upon its mere first written demand, and without any demur,
reservation, recourse, contest or protest, and without any reference to the
Contractor, such sum or sums up to an aggregate sum of the Guarantee
Amount as the Authority shall claim, without the Authority being required to

Page 134 of 267


prove or to show grounds or reasons for its demand and/or for the sum
specifiedtherein.
2. A letter from the Authority, under the hand of an officer not below the rank of
General Manager in the National Highways Authority of India, that the
Contractor has committed default in the due and faithful performance of all or
any of its obligations under and in accordance with the Agreement shall be
conclusive, final and binding on the Bank. The Bank further agrees that the
Authority shall be the sole judge as to whether the Contractor is in default in
due and faithful performance of its obligations during and under the
Agreement and its decision that the Contractor is in default shall be final and
binding on the Bank, notwithstanding any differences between the Authority
and the Contractor, or any dispute between them pending before any court,
tribunal, arbitrators or any other authority or body, or by the discharge of the
Contractor for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act
as if the Bank were the principal debtor and any change in the constitution of
the Contractor and/or the Bank, whether by their absorption with any other
body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Bank under thisGuarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under thisGuarantee.
5. The Authority shall have the liberty, without affecting in any manner the
liability of the Bank under this Guarantee, to vary at any time, the terms and
conditions of the Agreement or to extend the time or period for the compliance
with, fulfilment and/ or performance of all or any of the obligations of the
Contractor contained in the Agreement or to postpone for any time, and from
time to time, any of the rights and powers exercisable by the Authority against
the Contractor, and either to enforce or forbear from enforcing any of the terms
and conditions contained in the Agreement and/or the securities available to
the Authority, and the Bank shall not be released from its liability and
obligation under these presents by any exercise by the Authority of the liberty
with reference to the matters aforesaid or by reason of time being given to the
Contractor or any other forbearance, indulgence, act or omission on the part of
the Authority or of any other matter or thing whatsoever which under any law
relating to sureties and guarantors would but for this provision have the effect
of releasing the Bank from its liability and obligation under this Guarantee and
the Bank hereby waives all of its rights under any suchlaw.
6. This Guarantee is in addition to and not in substitution of any other guarantee
or security now or which may hereafter be held by the Authority in respect of
or relating to the Agreement or for the fulfilment, compliance and/or

Page 135 of 267


performance of all or any of the obligations of the Contractor under
theAgreement.
Notwithstandinganythingcontainedhereinbefore,theliabilityoftheBankunder
this Guarantee is restricted to the Guarantee Amount and this Guarantee will
remain in force for the period specified in paragraph 8 below and unless a
demand or claim in writing is made by the Authority on the Bank under this
Guarantee all rights of the Authority under this Guarantee shall be forfeited
and the Bank shall be relieved from its liabilities hereunder.
7. The Guarantee shall cease to be in force and effect on _______.Unless a
demand or claim under this Guarantee is made in writing before expiry of the
Guarantee, the Bank shall be discharged from its liabilitieshereunder.
8. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares and
warrants that it has the power to issue this Guarantee and the undersigned has
full powers to do so on behalf of theBank.
9. Any notice by way of request, demand or otherwise hereunder may be sent by
post addressed to the Bank at its above referred branch, which shall be deemed
to have been duly authorised to receive such notice and to effect payment
thereof forthwith, and if sent by post it shall be deemed to have been given at
the time when it ought to have been delivered in due course of post and in
proving such notice, when given by post, it shall be sufficient to prove that the
envelope containing the notice was posted and a certificate signed by an
officer of the Authority that the envelope was so posted shall be conclusive.
10. This Guarantee shall come into force with immediate effect and shall remain in
force and effect for up to the date specified in paragraph 8 above or until it is
released earlier by the Authority pursuant to the provisions of the Agreement.
11. This guarantee shall also be operatable at our…… ………….. Branch at
Ujjain, from whom, confirmation regarding the issue of this guarantee or
extension / renewal thereof shall be made available on demand. In the
contingency of this guarantee being invoked and payment thereunder claimed,
the said branch shall accept such invocation letter and make payment of
amounts so demanded under the saidinvocation.
Signed and sealed this ………. day of ……….., 20……… at ………..
SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by: (Signature)


(Name)
(Designation)
(Code Number)

Page 136 of 267


(Address)
NOTES:
(i) The bank guarantee should contain the name, designation and code number of
the officer(s) signing theguarantee.

(ii) The address, telephone number and other details of the head office of the Bank
as well as of issuing branch should be mentioned on the covering letter of
issuingbranch.

Page 137 of 267


Volume III:

Page 138 of 267


34.Scope of Work
Scope of work of the project can be classified in 5 (five) broad categories as follows:
Brief:-
A. Surveys and Investigations
: The bidder shall carry out a detailed topographic survey of the study area using total
station/Micro station. The survey shall capture all the physical and topographical
features visible on or above surface including but not limited to buildings, permanent
structures and temporary structures, number of building floors, building footprints,
plot boundaries, vacant lands, roads, streets, trees, manholes, bore wells, water supply
valves, sewage pumping station, water pumping station, public buildings, open spaces,
gardens, culverts, light poles, electric poles, sub-stations, footpath, medians, fences,
compound walls, bus stands, parking lots, water bodies, drains, etc.
The bidders are requested to visit the AksharDham Temple, Delhi for similar kind
of Stone Work quality.
The bidder shall carry out all the required engineering surveys and investigations (total
station survey/Micro Survey, soil/subsoil investigation,including sufficient off-site
information to allow relationship with possibly useable off-site infrastructure to be
established.
B. KEY TASKS/ DELIVERABLES BY THE CONTRACTOR DURING GOOD FOR
CONSTRUCTION STAGE WILL INCLUDE:Design

All the design drawings shall be provided to the contractor by the authority except for
the following works.

1. Stone sculpture works which includes Shiva Stambh, Stone Pillar, Ornamental 4-
sided stone pillars, Stone railings, relief works, Stone art works including murals,
gate art work, jharokha art work, Shiv Dwar and cladding works etc. The rates for
the design above mentioned works shall also be included in the quoted rates by the
Bidder for execution of the works. No separate payment shall be made on this
above. The bidder shall submit the Good for Construction drawings for the above
said work and after on the approval of the same work shall be executed.
2. The contractor shall submit a complete timeline for scope of work to be carried out.
3. The Client through its representatives will supervise and monitor the execution,
quality control and progress of this phase and contractor shall provide necessary
coordination.
4. Along with detailed technical specifications, manufacturer’s details and delivery
schedule at the sites shall also provide the codification for all the items delivered.
5. Preparation and submission of periodical progress report for all the stages.
6. Employer will provide all the available information pertaining to road works
involved in the project to the bidders. However, where design has to be
implemented and prepare survey report highlighting the site feasibility, GFC
drawings, and site-specific requirements / dependencies for successful
implementation.

Page 139 of 267


7. Contractor has to prepare the documentation for showcasing the daily and weekly
progress and the quantification of work done, its mandatory to submit the progress
report with Photos every month and also before and after present conditions. On the
completion of the project a Video approx. 15 minutes, showcasing the project at
different stages shall be submitted by the Contractor. Before/Along with submission
of final bill as per requirement of authority.
8. The contractor shall submit the specimens of the material to be used for the project
and obtain the approval for the Employer. The design mix repot along with the
material specification and tests shall be submitted in the Employer and shall obtain
the approval for the same before execution.
C. Statutory clearances
Statutory clearances:, Identify all such statutory clearances and approvals as required. The
USCL shall assist to the bidder in obtaining all such clearances.
D. Project management and construction supervision
The bidder will deploy engineering construction supervision team as per requirement along
with safety and quality Engineer as per qualifications.
E. Construction of works
The successful bidder will execute the works as per the approved Design and drawings and
terms and conditions of this RFP and the contract agreement to be signed.
F. Quality Control and Assurance
The successful bidder shall be responsible for quality assurance and quality control during
construction of works as per applicable prescribed standards and specifications of contract
and approved design and specifications. The bidder will establish onsite laboratory with
qualified staff for quality control.

MAHAKAL AREA DEVELOPMENT, UJJAIN SMART CITY LIMITED AT UJJAIN.


SR. PROJECT
DETAILS & DESCRIPTION
NO COMPONENTS
Welcome Plaza is proposed in front of the existing
Museum and proposed Multi Level Car Parking and
1 Arrival Plaza
Proposed Entry Dwar. Landscape features Water fountains
and interesting areas shall be a part of design.
Main Entrance Dwar is proposed to have better control on
the crowd which will have security guard’s rooms, security
Shiv Dwar/ Main
2 check equipment’s to have better surveillance. Gate is
Dwar
conceived in a way to have intricate designs in stone
cladding of Hindu temple architecture.

Page 140 of 267


MAHAKAL AREA DEVELOPMENT, UJJAIN SMART CITY LIMITED AT UJJAIN.
SR. PROJECT
DETAILS & DESCRIPTION
NO COMPONENTS
52'-0" (15 M) Tall Shiva Stambh is proposed in the centre
of the inner entry plaza which will have Art work in
3 Shiva Stambh scripted with the important events of Shiva's Life Journey
on all four sides of Stambh. This will attract the devotees
and will become the place of interest.
Heritage walk is Proposed in Phase 1 from the Arrival
Plaza to Malakal Temple Gate. It is Proposed to have
Superb Spiritual experience while walk from the Arrival
Plaza to Mahakal Temple. No Vehicles are allowed to go
4 Mahakal Corridor
beyond carparking. Devotees can have an option of
Walking, or E Vehicle for those who cannot walk to reach
temple. Separate stretches are designed to manage the
crowd i.e. pedestrian and E-vehicle lane.
E-vehicle lane is proposed in the last lane along the wall
E-Vehicle Lane to
5 with Carvings on Lord Shiva with attractive lighting and
Mahakal Temple
signage’s to have clash free experience.
Stepped sitting along the reservoir is proposed, which can
Lake Front
6 be utilised as casual sitting and sitting for light and sound
Development
show.
7 Railing along Ghat Railings are proposed to have controlled access to water.
Themed Stambhas on Temple Art & Architecture are
proposed at 10m centre to centre in the stretch of Mahakaal
corridor.These Stambhas which will have intricate Art
Works and cladded with Stone are conceptualised to have
8 Smart Stambh
all the inbuilt smart features such as LED Lights, Lighting,
CCTV Surveillance, Wi-Fi routers, Public Address
systems, Audio speakers, Pollution monitors, Signage
spaces and shelter etc.
Typical Light post on Temple Art & Architecture are
proposed in the stretch of Mahakaal corridor. These Smart
Light Post along the posts are also proposed as similar to Stambhas which will
9
RudraSagar have intricate Art Works and cladded with Stone are
conceptualised to have all the inbuilt smart features such as
LED Lights

Page 141 of 267


MAHAKAL AREA DEVELOPMENT, UJJAIN SMART CITY LIMITED AT UJJAIN.
SR. PROJECT
DETAILS & DESCRIPTION
NO COMPONENTS

10 Deleted

Street furniture at intermediate places is proposed to have


11 Street Furniture
rest points during walk. SSand Stone
Green Pockets are carved out and planned to have scope of
12 Softscaping
softscaping
Flooring patterns along the walk shall be a part of design
13 Hardscaping package.
RCC Wall is proposed to have Artwork on the one side
and Plain plastered wall on the other side. This wall will
Wall Separating have lot of Interesting spaces to have Art work like murals,
14
Begum Bagh Paintings, Relief work, Statues Sculptures, Stone cladding
all based on lord Shiva's philosophy i.e. Shiv Purana's and
Shiv Gatha.
15 Art Work
a) Stone Artwork is proposed to have in appropriate stone to have
16 desired thickness and strength.
b) GFRC Some Art Elements shall be in GFRC Spray Mix. Of
17
appropriate thickness depending upon the art work.
18 c)FRP Some Art Work shall be in FRP of appropriate Thickness.
Proposed Carvings will be inscribed on an appropriate
d)Stone Cladding
stone.
Murals shall follow the Theme of Lord Shiva's Life and
a) Murals
19 important events of Mahakal.
Paintings shall follow the Theme of Lord Shiva's Life and
c) Paintings
important events of Mahakal.
Proposed Carvings will be inscribed on an appropriate
d) Temple Characters
stone.
Sculptures themed to Lord Shiva of varied heightshall be
e) Sculptures in stone as mentioned in the BOQ and specification.

Page 142 of 267


MAHAKAL AREA DEVELOPMENT, UJJAIN SMART CITY LIMITED AT UJJAIN.
SR. PROJECT
DETAILS & DESCRIPTION
NO COMPONENTS
Underground DWC duct is proposed to have Electrical
Electrical services to be underground such as HT, LT, OPTIC etc.
20
Underground Substation is a part of scope. Along with Complete DG
Backup.
Underground Storm water drainage with concrete pipe and
21 drainage channels of appropriate designed MS grating is
Storm Water System proposed to cover the drain
Mahakal theme park is proposed to reflect the important
Mahakal Theme Park messages on Mahakal (Shiva) history and Purana's with
22 sitting (holding areas) and barrier free design.
Spaces for Public Convenience is carved out at
Intermediate places. Craft bazaar is proposed to promote
Podium/ Craft Bazar / the local art and craft and offer the opportunity to visitors
23
Public Convenience to experience the same. Eateries are also proposed, as the
facility is placed at one of the entrances to Mahakal
prescient.
Security System and Most important aspect of the project to have a smart,
24
Surveillance robust and responsive security surveillance system.
25 Fire Fighting All firefighting measures shall be provided.

The bidder will also facilitate third party quality control and inspections on behalf of
Engineer in charge as required. All the cost of third party inspection shall be born by the
contractor and the contractor shall the quote accordingly.

The inspection and testing of the samples from a lot will be carried out by the employer and
or inspecting agency approved by the employer, in the manufacture’s workshop, before
application of any paint. All the tests, as required as per the IS, shall be carried out on
samples from each lot (number of samples from a lot shall be as per the relevant IS for
sampling and testing), in presence of the inspecting agency. The materials will be
dispatched only after issue of the test certificate by the inspecting agency for satisfactory
performance of the tested materials. The inspection charges for such tests shall be first paid
by the contractor to the inspecting agency, which shall be reimbursed from the provisional
sum along with the running bill on production of the original receipt from the inspecting
agency for the payment made.
Fail Test: Structure materials failure tests to be re-supplied at contractors’ cost.
G. Reporting and compliance to all statutory requirements
The bidder will submit monthly progress and compliance reports to USCL. Contractor
will report every activity happening on site and issues in progress if any.
Page 143 of 267
H. Defect and Liability
As per the respective clause in RFP.

I. Guidelines for execution and measurement of work.


c. The work shall be executed and measured as per relevant BIS/IS code and other
applicable code.
d. The contractor shall submit the request for inspection (RFI) sheet at least before 24
hours for the inspection of the completed activity and to start the next activity of work
to the Engineer in-Charge/ Representative of the Employer. On acceptance and
approval of the RFI the activity shall be started/ done. The RFI shall be attached with
the Running Account/ Final Bill as the case maybe.
e. The contractor shall follow the procedure of measurement of the work as per the Joint
Measurement Sheet format approved by the Employer or its representative. The
measurement of the work shall be taken jointly by the representative of the contractor
and the employer. The Joint Measurement bill shall be attached with the Running
Account/ Final Bill as the case maybe.

Refer Master Plan and other project components drawing for proposed developments. Bidder
should visit the site and understand the project thoroughly before pre-bid meeting for pitching
in with most responsive bid.

Page 144 of 267


ANNEXURE – E
(See clause 2 of Section 2-ITB & Clause 10 of GCC)

35.SPECIFICATIONS
CIVIL WORKS
The works in General shall be carried out as per latest MP-UADD Specifications, (updated
with corrections slips issued up to last date of submission of tender) unless otherwise specified
in the nomenclature of the individual item or in the particular specifications of concerned items
of works.
For items not covered under MP-UADD specifications with correction slips or those
specifications that are not given in the technical specifications appended or not incorporated in
the nomenclature of the individual item, all Civil, Electrical and Plumbing works shall be done
as per following specifications or as per approval of Engineer-in-charge:
1. MP UADD Specification
2. MP PWD Department Specifications,
3. National Building Code (NBC) Standards
4. IRC Specifications
5. UTIPEC Road Design Specifications
6. CPWD Specifications
7. MoRTH Specifications as per 5th revision
8. CPHEEO Manuals (W/S and Sewerage & Drainage)
i. All the works shall be executed as per the approved drawings / designs. The patterns shown
in the tender drawings can be modified as per the site requirements by the Engineer- in-
charge and nothing extra whatsoever shall be payable over and above the quoted rates.
ii. Material should be of the best approved quality obtainable and they shall comply with the
respective Indian Standard Specifications. Samples of all materials shall be got approved
before placing order and the approved sample shall be deposited with the Client/Engineer
In-Charge.
iii. Only ISI mark 43 grade Ordinary Portland Cement/53 grade Pozolona Portland Cement of
relevant I.S. specifications shall be used for the work. Any lot of cement brought to site by
the contractor would be permitted to be used in the work only after the satisfactory results
are received, of the requisite tests under the supervision of the Engineer-In-Charge or his
authorized representative.
iv. Crushing Unit and Batching plant- The crushing unit should be capable of producing
particles which are equi-dimensional or cubicle in shape conforming to the grading
requirement. For this purpose, typical two stage crusher configuration of jaw primary
crusher and a cone secondary crusher will be obligatory. In the batching plant, as per the

Page 145 of 267


applicable specifications, the aggregates shall pass through screening unit to separate them
into different sized fractions and deposit them on bins as per specifications.
v. GSB & CRM: Disintegrated rock (Moorum) for the items of GSB and Crusher Run
Macadam shall not be used by the Contractor.
vi. The contractor shall submit test certificate in the Performa prescribed / approved by B.I.S.
from the manufacturer for every batch of steel brought to the work site.
vii. The surface regularity of the completed sub-grade, sub-base, base course and widening of
surfaces in longitudinal and transverse direction shall be within the tolerance limit indicated
in Table 900-1, Clause 902.
viii. The provisions of general / special conditions of contract, those specified elsewhere in the
Bid-Document, as well as execution drawings and notes, or other specifications appended in
Tender Document or issued in writing by the Employer shall form part of the technical
specifications of this work.
ix. General specifications on type, material, construction and quality of HDPE pipe ducts meant
for laying of various utility services of power supply and telecom (OFC) services,
specifications shall be referred from the documents as above from serial no. 1 to 8:
SPECIFICATION FOR STORM WATER DRAINAGE
All specifications for storm water drainage shall be followed by:
1. CPHEEO manual sewerage and drainage, MoUD, GoI published in Nov. 2013
2. MP PWD specifications on sewerage and drainage
3. MP UADD specifications on sewerage and drainage SPECIFICATION FOR WATER
SUPPLY LINE
All specifications for water supply shall be followed by:
1. CPHEEO manual on water supply MoUD, GoI published in Year 1999
2. MP PWD specifications on water supply
3. MP UADD specifications on water supply
4. BIS Standards on water supply

Page 146 of 267


TECHNICAL SPECIFICATIONS OF ELECTRICAL POWER AND
LIGHTING:
1.0 11KV COMPACT SUBSTATION:

1.1 11kV,315 KVA, Outdoor Package / compact Sub-Station (in compliance IEC 62271-202)
shall be consisting of following:

HT SWITCHGEAR:
11kV 200Amps 21kA for 3 sec. SF6 insulated Copper Busbar Non-Extensible Ring Main
Unit (Type CVV) consisting of One No. of remote operated motorised Load Break
Switches and two Nos. of Fixed remotely motorised operated vacuum Circuit Breaker unit
with robotically welded having IP67 in SF6 encapsulated stainless steel enclosure of
thickness minimum 2.0. with series trip, self-powered microprocessor based 3 Ph
numerical over current relay (IDMTL + Inst.) protection 1 no., Protection CT of ratio-
25/1A 2.5VA 5P10... 3 nos, + 0.5 Class for metering, gas pressure gauge etc. It should
have metering unit complete with CTs, PTs. The SCADA system should communicate all
faults, and electrical parameters like voltage, current, KW, Kwar, kwh, kvarh, pf etc.
TRANSFORMER:
Three Phase, 50 Hz, Core type, two winding, 315 KVA 11KV/433V DYn11 cast resin dry
type, AN type transformer. The transformer be copper wound and class H insulated. The
off ckt tap changer should be +5 % to –5 % in step of 2.5% each. The transformer shall be
suitable for operation at full rated power on all tapings without exceeding the applicable
temperature rise. It should be possible to operate the transformer satisfactorily, with the
loading guide specified in IS-6600. There shall be no limitations imposed by bushings, tap
changers, auxiliary equipment to meet this requirement.
LT PANEL:
433V LT Indoor panel with 630 Amps Al. Busbars 100% for Phase and 50% for Neutral,
Current Density of AL- 0.8 Amp/sqmm , Fabrication using 1.5/2mm CRCA sheet steel ,
Ingress protection IP4X , complete with internal wiring consisting of following.
INCOMER FROM TRANSFORMER:
630 Amps 433V 4P 50Hz 50KA remote wireless signal based electrically operated Type
Moulded Case Circuit Breaker (MCCB) with microprocessor based overcurrent, short
circuit Fault & earth fault Release, Digital Load Manager meter having SCADA
communication facility and accuracy class 0.5, complete with required CTs and protection.
OUTGOINGS:
250 Amps 433V 3P 50Hz 36KA, TPN Moulded Case Circuit Breaker (MCCB) with
microprocessor based release for over current and magnetic short circuit. Multi-function
meter of accuracy class 1.0 and communication port…………… 3 nos.

Page 147 of 267


100 Amps 433V 3P 50Hz 36KA, TPN Moulded Case Circuit Breaker (MCCB) with
thermal magnetic release for over current and magnetic short circuit. Multi-function meter
of accuracy class 1.0 and communication port…………… 2 nos.
OUTDOOR ENCLOSURE:
Outdoor type enclosure having construction of Galvanised Sheet Steel of thickness
minimum 2mm & Base plate should be 4mm thick. The Enclosure shall have IP54
degree of protection for HT & LT switchgear compartment & IP23 degree of
protection for Transformer compartment. The enclosure exterior shall be Powder
coated. Each compartment will be provided with the door and pad locking
arrangement. The Compartment illumination lamp with door operated switch shall be
provided for each compartment. It should be internal arc test compliant for 20KA for 1
sec.

Interconnection Between HT switchgear & Transformer using 40x 10 Cu busbar or


1Cx3x95Sq.mm XLPE Single core cable & Interconnection between Transformer &
LT switchgear using Al. Busbars. Internal earthing connections by using 50x6 mm GI
Strips.
The entire packaged / compact substation should be equipped with state of art SCADA
system which will communicate with central command and control centre of
mppkvvcl and smart city Ujjain's control centre and should also communicate event /
fault alerts on mobile application. The SCADA system should have all hardware like
RTU, power supply, analog and digital I/O devices, battery, charger, software,
modems, antenna, sensors, transducers, control wiring, PC/ laptop etc.

1.2 11kV,315 KVA, Outdoor Package / compact Sub-Station (in compliance IEC
62271-202) shall be consisting of following:
HT SWITCHGEAR:
11kV 200Amps 21kA for 3 sec. SF6 insulated Copper Busbar Non-Extensible Ring
Main Unit (Type CVV) consisting of One No. of remote operated motorised Load
Break Switches and two Nos. of Fixed remotely motorised operated vacuum Circuit
Breaker unit with robotically welded having IP67 in SF6 encapsulated stainless steel
enclosure of thickness minimum 2.0. with series trip, self-powered microprocessor
based 3 Ph numerical over current relay (IDMTL + Inst.) protection 1 no., Protection
CT of ratio-25/1A 2.5VA 5P10... 3 nos, + 0.5 Class for metering, gas pressure gauge
etc. It should have metering unit complete with CTs, PTs. The SCADA system should
communicate all faults, and electrical parameters like voltage, current, KW, Kwar,
kwh, kvarh, pf etc.
TRANSFORMER:
Three Phase, 50 Hz, Core type, two winding, 315 KVA 11KV/433V DYn11 cast resin

Page 148 of 267


dry type, AN type transformer. The transformer be copper wound and class H
insulated. The off ckt tap changer should be +5 % to –5 % in step of 2.5% each. The
transformer shall be suitable for operation at full rated power on all tapings without
exceeding the applicable temperature rise. It should be possible to operate the
transformer satisfactorily, with the loading guide specified in IS-6600. There shall be
no limitations imposed by bushings, tap changers, auxiliary equipment to meet this
requirement.
LT PANEL:
433V LT Indoor panel with 630 Amps Al. Busbars 100% for Phase and 50% for
Neutral, Current Density of AL- 0.8 Amp/sqmm , Fabrication using 1.5/2mm CRCA
sheet steel , Ingress protection IP4X , complete with internal wiring consisting of
following.
INCOMER FROM TRANSFORMER:
630 Amps 433V 4P 50Hz 50KA remote wireless signal based electrically operated
Type Moulded Case Circuit Breaker (MCCB) with microprocessor based overcurrent,
short circuit Fault & earth fault Release, Digital Load Manager meter having SCADA
communication facility and accuracy class 0.5, complete with required CTs and
protection.
OUTGOINGS:
250 Amps 433V 3P 50Hz 36KA, TPN Moulded Case Circuit Breaker (MCCB) with
microprocessor based release for over current and magnetic short circuit. Multi-
function meter of accuracy class 1.0 and communication port…………… 3 nos.
100 Amps 433V 3P 50Hz 36KA, TPN Moulded Case Circuit Breaker (MCCB) with
thermal magnetic release for over current and magnetic short circuit. Multi-function
meter of accuracy class 1.0 and communication port…………… 2 nos.
OUTDOOR ENCLOSURE:
Outdoor type enclosure having construction of Galvanised Sheet Steel of thickness
minimum 2mm & Base plate should be 4mm thick. The Enclosure shall have IP54
degree of protection for HT & LT switchgear compartment & IP23 degree of
protection for Transformer compartment. The enclosure exterior shall be Powder
coated. Each compartment will be provided with the door and pad locking
arrangement. The Compartment illumination lamp with door operated switch shall be
provided for each compartment. It should be internal arc test compliant for 20KA for 1
sec.

Interconnection Between HT switchgear & Transformer using 40x 10 Cu busbar or


1Cx3x95Sq.mm XLPE Single core cable & Interconnection between Transformer &
LT switchgear using Al. Busbars. Internal earthing connections by using 50x6 mm GI
Strips.

Page 149 of 267


The entire packaged / compact substation should be equipped with state of art SCADA
system which will communicate with central command and control centre of
mppkvvcl and smart city Ujjain's control centre and should also communicate event /
fault alerts on mobile application. The SCADA system should have all hardware like
RTU, power supply, analog and digital I/O devices, battery, charger, software,
modems, antenna, sensors, transducers, control wiring, PC/ laptop etc.

2. TECHNICAL SPECIFICATIONS OF 11KV HT CABLE:

2.1 SCOPE:
The scope of this specification covers the design, manufacture, stage inspection at works,
inspection and testing the finished 11 kV Three Core, stranded, compact circular,
Aluminum,
conductor screened with extruded semiconducting compound, XLPE insulated, insulation
screened with extruded semi conducting compound withcopper as metallic part, dry cured
& dry cooled/Sioplas using triple extrusion through common triple crosshead (single point
triple extrusion), in combination with water blocking tape below copper tape , cores laid
up withnon-hygroscopic fillers including Centre filler, PVC ST2 inner sheathed,
galvanized steel strip/GIwire armored and overall black PE ST 7 sheathed cable
conforming to IS:7098 (Part-2) 1985/IEC withlatest amendments and as per specification
detailed.
2.2 RATED VOLTAGE:
The rated voltage of the cable shall be 11 kV AC with the highest system voltage of 12 kV
between phases of the effectively earthed three-phase transmission system.

2.3 APPLICABLE STANDARDS:


Unless otherwise stipulated in the specifications, the latest version of the following
Standards shall be applicable:
3.1.1 IS 7098 (Part 2) – Cross-linked Polyethylene (XLPE) insulation for Cables
3.1.2 IS 8130 – Conductors for insulated electrical cables and flexible cords
3.1.3 IS 10810 (series) – Methods of tests for cables
3.1.4 IEC 60502-2 for properties of PE ST 7
3.1.5 IS 3975-Specification for mild steel wires, strips and tapes for armouring of cables
3.1.6 IS 5831 – Specification for PVC insulation sheath for electric cables
3.1.7 IS 10462 – Fictitious calculation method for determination of dimensions of
protective coverings of cables Part 1 - Elastomeric and thermoplastic insulated
cables

Page 150 of 267


2.4 CONSTRUCTION:

Conductor:
The cable conductor shall be made from H2 Grade Aluminum to form compacted
stranded circular conductor having resistance within the limits specified in IS: 8130/1984
and any
amendment thereof. The wires shall be laid up together with a suitable right hand lay.
Conductor Screen: The conductor screen shall be extruded semiconductor XLPE,
extruded by triple extrusion method in the same operation as along with the insulation and
insulation screen., the IS: 7098 Part 2, The semiconductor shall be suitable for operating
temperature of the cable and shall be compatible with the insulation.
Insulation:
The insulation shall be Water Tree Retardant Cross-Linked Polyethylene
(XLPE)insulation applied by extrusion and shall conform to the following requirements:
S. No. Properties Requirements
1. Tensile Strength 12.5N/mm², Min.
2. Elongation to break 200 percent, Min
3. Aging in air oven:
d) Treatment: Temperature: 135 ±3°C
Duration: 7 days
e) Tensile Strength variation: ±25 percent, Max
f) Elongation variation: ±25 percent, Max

4. Hot set:
d) Treatment: Temperature: 200±3°C
Time under load 15 min
Mechanical stress 20N/cm²
e) Elongation under load 175 percent, Max
Permanent elongation (set) after
f) cooling 15 percent, Max

5. Shrinkage:
b) Treatment: Temperature 130±3°C

Page 151 of 267


Duration 1 hour
b) Shrinkage 4 percent, Max

6. Water absorption
(Gravimetric): 85±2°C
c) Treatment: Temperature: 14 days
Duration: 1 mg/cm², Max
d) Water absorbed
7. Volume Resistivity
c) at 27°C 1x1014 ohm-cm, Min
d) at 90°C 1x1012 ohm-cm, Min
8. Thermal Resistivity 350 degrees C cm/W
Power factor at maximum conductor
9. temperature 0.008
10. Dielectric strength 22 kV/mm

The XLPE insulation should be suitable for specified system voltage. The extrusion should
be a True triple extrusion with thickness and concentricity control of all the three layers.
The curing process of XLPE insulation should be dry cured/ Sioplas cured. The
manufacturing process shall ensure that insulations shall be free from voids. Minimum
degree of crosslinking shall be 75%.
The insulation shall withstand mechanical and thermal stresses under steady state and
transient operating conditions.
The extrusion method should give very smooth interface between semi-conducting screen
and insulation.
The insulation of the cable shall be compatible with the continuous conductor temperature
of 90°C, short time overload temperature of 130°C & short circuit temperature of 250°C.
The average thickness of the insulation shall not be less than as specified in IS: 7098-II.
The insulation shall be so applied that it fits closely on conductor screening and it shall be
possible to remove it without damaging the conductor.
The eccentricity of the insulation shall be less than 10% and ovality shall be less than 5%.
Insulation Screen:
To confine electrical field to the insulation, semi-conducting XLPE shield shallbe put
over the insulation. The insulation shield shall be extruded in the same operation as
theconductor shield and the insulation by triple extrusion and shall be as IS: 7098 Part
2, CopperTape of 10% Overlap, water blocking tape shall be applied over the

Page 152 of 267


semiconducting compound and below copper tape.
Inner Sheath: The sheath shall be extruded PVC Type ST2, suitable to withstand the site
conditions and the desired temperature. It should be of adequate thickness as specified in
IS: 7098-II, consistent quality and free from all defects.
Armour: Armoring shall be applied over the inner sheath with single galvanized steel flat
strips/ GI Wires complying with the requirements of IS: 3975/1979 for 3- Core Cables
Minimum armour coverage shall be 90%. A joint in any wire shall be at least 300 mm from
the nearest joint in any other armour wire in the complete cable and shall be as per IS: 7098
Part 2, IS: 3975, IEC:60502 Part – 2, BS: 6622, BS: 7835.
Outer Sheath: Extruded HDPE ST-7 outer sheath as per IEC 60502-2, for HV cables.
The outer sheath shall be applied over armoring with suitable additives to prevent attack by
rodents and termites. Outer sheathing shall be designed to offer high degree of mechanical
protection and shall also be heat, oils, chemicals, abrasion and weather resistant. Common
acids, alkalis, saline solutions etc., shall not have adverse effects on the sheathing material
used.
The underground cables shall be manufactured to the highest quality, best workmanship
with scientific material management and quality control. The manufacturer shall furnish
the quality plan, giving in detail the quality control procedure/ management system.

The cable shall be suitable for laying in covered trenches and/or buried underground to
meet the outdoor application purposes.

2.5 DESIGN CRITERIA:


 The cables that are covered in these specifications are intended for use outdoor, under
the climatic conditions and installation conditions described in the technical
specification.
 Any technical feature, not specifically mentioned here, but is necessary, for the good
performance of the product, shall be incorporated in the design. Such features shall be
clearly brought out under Technical deviations schedule only, in the offer made by the
bidder, giving technical reasons, and justifying the need to incorporate these features.
 For continuous operation of the cables, at specified rating, the maximum conductor
temperature shall be limited to the permissible value as per the relevant standard,
generally not exceeding 90°C under normal operation and 250°C under short – circuit
conditions.
 The materials used for outer sheaths shall be resistant to oils, acids and alkalis.
 The cables shall have the mechanical strength required, during handling and laying.
 The cables shall be designed to withstand the thermo-mechanical forces and electrical
stresses during normal operation and transient conditions.
2.6 INNER SHEATH (COMMON COVERING ONLY FOR 3-CORE CABLES):
10.1 The laid-up cores shall be provided with PVC ST 2 inner sheath applied by
extrusion. It shall be ensured that the shape is as circular as possible. The inner sheath
shall be so applied that it fits closely on the laid-up cores and it shall be possible to
remove it without damage to the insulation.

Page 153 of 267


10.2 The thickness of the inner sheath (common covering) shall be as per IS 10462
(Part 1)
10.3 When one or more layers of binder tapes are applied over the laid-up cores, the
thickness of such tapes shall not be construed as a part of inner sheath.
2.7 ARMOURING:

Armoring shall be applied over the inner sheath with galvanized steel flat strip/GI wire
complying with the requirements of IS: 3975/1979 for 3-Core cables. The dimensions of the
galvanized steel flat strips/GI wire shall be as specified in the IS: 7098/Part-II/1985.

2.8 OUTER SHEATH:

The outer sheath shall be applied by extrusion. It shall be applied over the armouring
and shall consist of HDPE ST 7 compound, conforming to the requirements of IEC
60502-2 for lines and FR PVC ST2 for substation. The minimum thickness of the
sheath shall be as per IS 10462 (Part 1).

2.9 IDENTIFICATION:

The outer sheath shall have the following information embossed or indented on it; the
manufacturer’s name or trade mark, the voltage grade, the year of manufacture. The
identification shall repeat at every meter of the along the length of the cable. Outer
sheath of cable shall be black in permanent colour.

2.10 INSPECTION AND QUALITY CONTROL:

The Bidder shall furnish a complete and detailed quality plan for the manufacturing
process of the cable. All raw materials shall conform to relevant applicable standards
and tested for compliance to quality and requirement.

The following type tests shall be conducted on the cable.

S. No. Test Requirement


a) Tests on conductor
ii) Resistance test IS:8130

b) Tests for armoured wires and strips IS:3975

c) Test for thickness of insulation and sheath


d) Physical tests for insulation:
vi) Tensile strength and elongation at break

Page 154 of 267


vii) Aging in air oven
viii) Hot test

ix) Shrinkage test


x) Water absorption (gravimetric)
e) Physical tests for outer sheath IS: 5831 for FR PVC/
viii) Tensile strength and elongation at break IEC 60502-2 for PE
ix) Aging in air oven
x) Shrinkage test
xi) Hot deformation
xii) Thermal Stability for FR ST 2
xiii) Carbon black content for PE ST 7
vii) Abrasion Resistance test for PE ST 7

g) Partial discharge test


h) Bending test
j) Dielectric power factor test
iii) As a function of voltage
iv) As a function of temperature

k) Insulation resistance
(Volume resistivity) test

m) Heating cycle test


n) Impulse withstand test
p) High voltage test

q) Flammability test
r) Void & Contamination Test IS 7098 (Part-3)
s) Degree of Cross linking of XLPE
t) Wafer Boil Test
Oxygen Index and Temperature Index for FR PVC ST
u) 2

Page 155 of 267


1. The following test shall be performed successively on the same test sample of completed
cable, not less than 10 M in length between the test accessories:
Partial discharge test.
Bending test followed by partial discharge test.
Dielectric power factor as a function of voltage.
Dielectric power factor as a function of temperature.
Heating cycle test followed by dielectric power factor as a function of voltage and partial
discharge tests.
Impulse withstand test
High voltage test.

2. ACCEPTANCE TEST:

The sampling plan for acceptance test shall be as per IS 7098 part -II, Appendix “A”

The following shall constitute the acceptance test:


Conductor resistance test
Test for thickness of insulation
Test for thickness of inner and outer sheath
Hot-set test for insulation
Tensile strength and elongation at break test for insulation and outer sheath
Partial discharge test (on full drum length) - (shall be less than 2PC)
High voltage test
Insulation resistance (volume resistivity) test
Void & Contamination Test
Wafer Boil Test
Degree of Cross linking of XLPE
Oxygen and Temperature Index for FR PVC ST 2
Abrasion Resistance Test for PE ST 7
Carbon Black content for PE ST 7
Water penetration test as per IEC 60502-2

3. ROUTINE TEST:

The following shall constitute routine tests:


Conductor resistance test
Partial discharge test on full drum length
High voltage test

3.0 TECHNICAL SPECIFICATIONS FOR LT UPTO (1100 V) XLPE INSULATED


UNDERGROUND CABLES:
1.0 SCOPE:

Page 156 of 267


1.1 The scope of this specification covers the design, manufacture inspection and testing the
finished ISI marked LT (1100 volts, 31/2/4C x25 Sq.mm to 400 Sq.mm power cables stranded
Aluminum/ Copper conductor, XLPE Insulation, inner sheath must be extruded type of PVC
ST2, aluminum flat strip armoured, Overall PVC Sheathed cable confirming to IS 7098/P1/88.
2.0 RATED VOLTAGE:
2.1 The rated voltage of the cable shall be 1100 Volts AC with the highest system voltage of
1100 Volts between phases of the effectively earthed three-phase transmission system.
1.2 The cables shall be capable of operating continuously under the system frequency
variation of ± 3 Hz, voltage variation of ± 10% and a combine d frequency – voltage
variation of ± 10%.

3.0 APPLICABLE STANDARDS:


3.1 Unless otherwise stipulated in the specifications, the latest version of the following
Standards shall be applicable:
a. IS 7098 (Part 1)-Cross-linked Polyethylene insulation for Cables.
b. IS 8130-Conductors for insulated electrical cables and flexible cords.
c. IS 10810(series)-Methods of tests for cables.
d. IS 10418-Drums for electric cables.
e. IS 3975-Specification for mild steel wires, strips and tapes for armouring of cables.
f. IS 5831-Specification for PVC insulation sheath for electric cables.
g. IS 10462-Fictitious calculation method for determination of dimensions of protective
coverings of cables Part 1 - Elastomeric and thermoplastic insulated cables.

Note:In the item schedule if some extra features are mention in any size of cable those extra
features shall be added in place of above mentioned specifications for that size of cable.

4.0 SPECIFICATIONS OF FEEDER PILLARS:


Sub feeder pillar panels shall be suitable for AC 440 V , 50 HZ supply, fabricated with 14
gauge galvanised steel sheet duly pre-treated and pure polyester thick powder coated 80
micron thickness using Siemens gray colour shade no. RAL-7032 / any other colour if
required by client. The feeder pillar shall be double door in cubical formation,
compartmentalized in form with front open able doors. The door shall be provided with
concealed hinges and with brazing wherever required to avoid deformation and shall be
earthed. All the door shall have heavy duty door locks, and shall be sealed with neoprene
gaskets. The feeder pillar shall be IP 55, outdoor type weather, dust and vermin proof
having canopy type tapered roof self-standing type as per approved GA diagram. The
feeder pillar shall have lifting hooks and base channel of size 50 x 40 x 6 mm. The feeder
pillar shall be complete with bus bars, wiring , cabling of proper ratings (not less than 1.5
times the rating of respective switchgears, control gear etc.) for inter connection between
switch gear , control gear, metering , safety relays, indicators etc. as per the approved
single line diagram. The feeder pillar shall have proper arrangement for termination of all

Page 157 of 267


incoming and out goings cables. All the bus bars shall be supported on epoxy supports and
shall be insulated with colour coded heat shrinkable sleeves. Feeder pillar shall be as per
the space available at site. It shall have earthing bolts at both sides inter connected with
50x5 mm Al earthing bus along the width of feeder pillar. Note:-The GA drawing for
panel should be approved by consultant / engineer in charge before fabrication. The
feeder pillar shall have space and proper arrangements for installation of incoming and
outgoing MCCBs with R,Y,B LED type indicating lamps. HRC fuse bases, MCBs etc.
complete with interconnection provisions with providing wiring and bus bars with required
hardware, sleeves, ferrules, supporters, locks etc. Panel shall have proper space and
arrangements for termination of incomer loop in loop out cables, outgoing service cables,
with proper offsets in bus bars for cable terminations. The feeder pillar should have anti-
theft tamper proof feature to automatically send SMS alert if door opening is attempted by
unauthorised person.

5.0LED LIGHTING FIXTURE:

5.1QUALITY CONTROL & TESTING INFRASTRUCTURE


The manufacturer should possess the all in-house testing facilities & equipments carry out
electrical, photometric & environment related measurements and tests as per BIS standards
and shall provide calibration reports of the same.
INSPECTION & TESTING:
The supplier shall give the inspection notice before or at least 10 days prior to the last date
of supply of material. The material will be dispatched by the supplier after inspection by
the representative of USCL. The supplier is required to dispatch the material within 10
days from the date of acceptance of material. In case the time taken in dispatch the
material exceeds 10 days, the excess period shall be counted for levy of penalty. USCL's
representative will visit the manufacturer's work and witness the tests as per
specifications on each type of lighting fixtures as per the samples selected by USCL's
representative. The sample of the material may also be sent to the government approved
NABL laboratory at the cost of supplier for any kind of specific test required by USCL.
Supplier shall submit the schedule with date, time & venue of the inspection to USCL in
writing for the inspection of the material. USCL is authorized to get the material tested
from the approved laboratory at the supplier cost for any kind of specific test if required.
The contractor needs to make arrangements for Factory Inspection at his own cost for
Luminaires, Brackets. INSPECTION WILL BE CARRIED OUT AT MANUFACTURER
PREMISISONLY. It will not be permitted at vendor’s place.
WARRANTY:
The Lighting Fixtures should be supplied with minimum up to defect liability period or
over and above as per OEM. Guarantee against any manufacturing defect and failure at
site. In case of any failure of complete fixture or LED module or driver or any other part of
fixture, same shall be replaced within two days.

Page 158 of 267


TESTS REPORTS TO BE SUBMITTED BY CONTRACTOR ALONG WITH THE
SAMPLE OF STREET LIGHT FIXTURE AS PER APPROVED MAKE &
TENDER SPECIFICATIONS WITHIN 15 DAYS FROM THE RECIPT OF
ORDER.

(i) The bidder shall submit the LM-80 test report of the offered lighting fixtures, confirming
to the applicable IEC/PAS 62717 for LED Modules Performance and LM-79 confirming
to the applicable IEC/PAS 62722-2-1 for LED Luminaries Performance/ USCL
Specification, with the bid. The test report must clearly indicate model, Cat. No. and
wattage of fixture.

(ii) TESTING PARAMETERS TO BE COVERED IN THE TEST REPORT: The LM-80


test report should cover the specifications of the offered equipments / items as per the
applicable IEC/PAS 62717 for LED Modules Performance and LM-79 / IS 16105 test
report should covered IEC/PAS 62722-2-1 for LED Luminaries Performance/ USCL
Specification on the following parameters clearly (at standard 230 Volts +/- 10%, 50 Hz,
AC power supply):

 Power Factor
 Luminous Efficacy (Lumens /watt) of the Lamp
 System lumen efficacy
 Colour Rendering Index (CRI)
 Colour Temperature of the Lamp
 Ingress Protection Level (IP Level)
 Power consumption of the Complete System.
 Electrical/ Insulation Resistance Test
 Electrical and Photometric Measurements Test Report (IES LM 79)
 LED Lumen Maintenance Test Report (IES LM 80)

5.2LED STREET LIGHT LUMINAIRES:


CODES & STANDARDS: -

 IEC 60529 Classification of degree of protections provided by enclosures (IP


Codes)
 EN 55015 / CISPR15 Limits and methods of measurement of radio disturbance
characteristic of electrical lighting and similar equipment.
 IEC 62031 LED modules for general lighting-Safety requirements
 EN 61547 Equipment for general lighting purposes–EMC immunity
requirement.
 IEC 60598-Part-2, Sec-3, Luminaries for road and street lighting.

 IEC 60598-2-1 Fixed general-purpose luminaries


Page 159 of 267
 IEC 60598-1 Luminaries - General requirement and tests
 IEC 61000-3-2 Electro Magnetic compatibility (EMC)- Limits for Harmonic
current emission -– (equipment input current ≤ 16 A per phase.
 IEC 60068-2-38 Environmental Testing: Test Z- AD: composite temperature/
humidity cyclic test
 IEC 61347-2-13 Lamp control gear: particular requirements for DC or AC supplied
electronic control gear for LED modules.
 IS 10322 Specification for the luminaries
 LM 79 LED luminaire photometry measurement.
 LM 80 Lumen Maintenance
 IEC 62384 DC or AC supplied electronic control gear for LED modules
performance requirements.
 RoHS (Reduction of Hazardous Substances)
 IEC 61347-1 ed. 2.0 for Lamp control gear - Part 1: General and safety
requirements
 IEC 61000-4-5 Electromagnetic Compatibility (EMC) – Surge Immunity Test .
 IS 1944, IS 13383, IS 16103, IS 16105, IS 16106, IS 16102

2. ELECTRONIC COMPONENTS: -
The electronic components used shall be as follows:
a. IC (Integrated Circuit) shall be of industrial grade.
b. The resistors shall be preferably made of metal film of adequate rating.
c. The conformal coating used on PCBs should be cleared and transparent and should
not affect colour code of electronic components or the product code of the
company.
d. The heavy components shall be property fixed. The solder connection should be
with good finish.
e. The infrastructure for Quality Assurance facilities as called for in the Specification
shall be available for the manufacturing of this product. The compliance shall be
indicated clearly in the tender itself.
3. LED MODULES: -

ANSI rated LEDs from reputed makes such as LG/ Nichia, Japan / Cree, USA /
Bridgelux, USA / Lumiled USA / Osram/Citizen Japan / Philips should be
provided.

LEDs shall have optical grade polycarbonate / PMMA lens to provide street light
distribution. LED optical lens should be mechanically fixed to MCPCB and should
not be fixed by glue. Individual or cluster of LEDs should be provided with Optical
Grade Polycarbonate lens with street light optical distribution.

The LED shall be compliant with LM80-08 standard.

Page 160 of 267


Useful L70 life of 50000 Hrs with 70% lumen maintenance at 35 deg C ambient
temperature. (Complete LM 80 test report for LED should be submitted).
LED Type: High power SMD LED.
Power of each LED: 1W or more
Compliance: RoHS
LED lumen output: The output of LED shall be at least 140 lumen per watt.

4. INGRESS PROTECTION: -
Ingress protection should be IP 66. The fixture should have double-wall
construction with silicone gasket designed for IP66 without using any glue to
prevent breakdown of the water and dust proof seal for both the LED & the driver
compartments.

5. The Fixture light output (lux) shall be constant. The voltage variations /
fluctuations in the specified voltage range shall not impinge upon the lux levels it
produces. Maximum +/-2% is allowed throughout the input voltage range.
6. CURRENT: - The LEDs shall be driven at 0.5A to 1A.
7. FIXTURE EFFICACY:> or = 90 Lum/watt.
8. OPERATING VOLTAGE: - 140V to 270V ac
9. OPERATING TEMPERATURE: - 0 Deg C to 50 Deg C
10. P.F:-> 0.9
11. DRIVER: -
Isolated type, multistage Constant Current Constant Voltage topology driver
suitable to operate in input voltage range of 140V to 270V (nominal rated voltage –
240V) with minimum 3KV surge protection, Power factor greater than 0.9 and total
harmonic distortion (THD) of less than 20% should be integral to the luminaire.
Short Circuit protection should be such that it recovers automatically after fault
condition is removed.
12. SURGE PROTECTION: - Internal Surge protection ≥ 3KV with an External surge
protection of 10KV (DM / CM) should be put in the Luminaire to ensure protection
against surge arising from power line.
13. TEMPERATURE RISE: -The fixture body temperature shall not exceed 30 Deg C
from ambient even after continuous operation for 24 hrs.
16. The fixture shall work on single phase three wire system (phase, neutral & earth).
17. The maximum tolerance in wattage of fixture will be within the wattage range
mentioned in the item schedule.

Page 161 of 267


5.3SWITCHING PANEL

 A standalone unit to be placed at feeder level containing Gateway, Cluster Energy


Meter, Relay Controller Unit along with MCB and change over/Bypass arrangement
 Enclosure should be made of MS Galvanized powder coated or SMC material with
IP 65 and shall have proper lock arrangement
 It shall be protected by an MCB at its AC mains input
 Lamp load connection shall be through an output MCB
 Separate Chamber for Input/output MCB and Change over Circuit for maintenance
and manual operation. Door open detection provision, even in case of power failure
 Should be capable of controlling circuit wise group street light fixture upto 15 to 20
KVA street / outdoor landscape lighting load distributed in three/ single phase as per
site requirement. The wattage of each street/ outdoor landscape light will be 25 to 150
watts. The maximum street lights allowed in one circuit shall be 25 to 75 nos.. In case
of high mast system it will be according to the application.
 It should be complete with all required switching and protecting devices, contactors,
timers, relays, sensors, controller, remote wireless communication devices, wiring, pipe
earthing, surge protection device, required software, web server, hosting, etc.
 The switching panel should perform at least following tasks through remote PC/mobile
based web application user friendly interface: Phase wise and remote ON/OFF
switching or Dimming of street lights. Monitoring of quantity and electrical parameters
of circuit wise full or partially /ON/OFF of street lights in each phase
 All switchgear shall be tested at site as per the manufacturer’s recommendations and
shall include the minimum following tests:
 Visual inspection for dimensional check-up, completeness of the equipment as per the
manufacturer’s documents, furnishing the list of missing components, if any, tightness
of all the terminals/equipment, etc.
 Measuring I.R. value. High voltage test
 Testing of protective relays with primary and secondary injection test, wherever
applicable.
 Simulation test for all the interlocks, annunciations and for the correct operations of the
switchgear
 All the switchgears shall be cleaned before commissioning. Plugging/ Sealing of all the
unused cut outs for the cable glands in the equipment. All panels shall be double
earthed with two separate earthing pits

5.4SMART COMMUNICATIONS AND CONTROLS:

Page 162 of 267


Sr.No. Item Description
I. Gateway It shall be a standalone device which should be able to
communicate with the wireless IOT ready street lights
6LoWPAN Sub 1 GHz or equivalent state of art future
proof technology or GPRS technology or PLC(power
line carrier) communication (over the allowed
frequency in India and reliable technology which is
allowed in India conforming to Indian Telecom Act
(Latest), Other Govt of India policies & acts, TSDSI
standards, TEC & TRAI regulations) and with the
lighting management server software over GSM /
GPRS.
The Gateway shall use bidirectional communication
with Lighting Management Server Software over
reliable GPRS/ GSM Communication backbone with
efficient protocol.
Gateway shall have capability to form a wireless mesh
network with lamps over reliable LPRF
Communication 6LoWPAN backbone with UDP
protocol.
Gateway shall have the capability to
communicate/control/configure intelligent relay
controller unit through RS232.
Gateway shall support Broadcast and Unicast to
address lamps present in the cluster.
It shall have ability to On/Off/ Dim group of
luminaries(not limited to) as per predefined schedule
by Central Management Software as below:
a. Astronomical sunset/dusk and sunrise/dawn
b. Defined energy policy. Schedule On/ Off .
It shall able to measure electrical parameters with Class
1.0 accuracy. Measurable parameters as below at every
circuit:
a. Voltage
b. Current
c. Frequency
d. Power factor
e. Active Power
f. Apparent Power
g. Cumulative KWh
h. Cumulative KVAh
i. Burning Hours
It shall support fault/alarm detection of at luminary
circuit and should send the notification to lighting
management server software or Gateway.
Faults/ Alarm like Over Voltage, Under Voltage, Over
Current and Lamp Fail.
It should consume less than 2W in stand- by-mode.

Page 163 of 267


Sr.No. Item Description
Gateway should support collection and reporting of the
cluster metering data at every 5 to 10 minutes Interval
to Central Management Software. The interval of
reporting shall be configurable.
Gateway shall have power failure detection feature.
Gateway shall have at least 1 hour battery backup.
Operating Voltage (170-260VAC at 50 HZ)
Gateway regularly read and store data from connected
group of lamps over wireless signal.
Gateway shall manage wireless signal network
information
The Gateway shall have an inbuilt RTC with separate
battery backup.
It should be able to store the schedule locally for
switching ON and OFF and dimming the lights
connected to it as per schedule configured. It should
also support real time ON / OFF or dimming of
luminary circuits.
Maximum Power Consumption is less than 5 Watts.
Gateway shall capable to communicate with Cluster
energy meter over RS232 to read group metering data
and group control of connected lamp.
Gateway enclosed in Feeder Control Panel with Cluster
energy meter.
Gateway should capability to form transparent data link
with Cluster Energy Meter and Any lamp nodes to
Central Monitoring Software.
Gateway must be controlled, configurable and
managed remotely.
Note: If GPRS or other technology for which third
party rental / data charges have to be paid, is used.
Then successful bidder shall have to give an
undertaking in the agreement that all such rental or
data charges will be borne by him for entire contract
period without any extra cost to ULB.
III. Cluster There shall be a metering unit that shall support three
Meter along phases or single-Phase energy measurement along with
with Relay Intelligent relay controller unit for connected lamps at
Controller downside a feeder. It shall be a wired connectivity with
Unit (At Gateway on RS232
Feeder The metering unit should support following
Control measurements for the cluster (circuit)
Panel Unit) a. Voltage
b. Current
c. Active Power
d. Apparent Power
e. Cumulative KWh

Page 164 of 267


Sr.No. Item Description
f. Cumulative KVAh
g. Power Failure On/ OFF events
h. Power Factor
i. Frequency
j. Relay On/Off events
Record Following Events occurrence and restoration
a. Over Voltage in each Phase
b. Under Voltage in each Phase
c. Over Current / Over Load in each phase
d. Panel Open
Threshold value can be configured from Central
Management Software
Relay controller unit shall capable to switch ON/OFF
lamps after getting command from central control
station instantaneously
OR
Automatically throughout the year on basis of
astronomical clock
OR
As per Pre-Defined scheduler
Manual ON/Off/ Dimming facility shall be available
for maintenance purpose through change-over or
bypass circuit
Cluster Energy Meter shall measure consumption of
cluster irrespective of maintenance or actual lighting
cycle.
Energy meter shall local communication port to read
metering data through Hand Held Unit.
The accuracy of the energy meter shall be same that of
Discom energy meter.
IV. Central A standalone web-based application for user to control
Management and monitor whole solution backbone with cloud server
Software on a static IP.
(CMS) The lighting management server software shall be
made such that it can support at least 10,000 street
lights.
The CMS shall be based on an open Web Application
Server. Its user interface shall be 100% Web-based and
accessible from any computer on the network through
any standard web browsers.
The resolution of the lighting application shall be such
that it can be accessed from a computer / laptop /
mobile / tablet.
The CMS should have an intuitive user interface, easy
to use and navigate.
It should support a dashboard which can give a quick
view of an area / feeder / luminary as an MIS as well as

Page 165 of 267


Sr.No. Item Description
on a GIS based platform. It should typically
support/provide detailed pertaining to the following:
- Electrical parameters of the feeder / metering unit
voltage, current, KWH.
- Status of lights downside the feeder / metering unit –
alerts / notification icons.
- Button to do an “On demand” ON / OFF / dimming
of group of lights below the feeder / metering unit.
It should be able to communicate with any collectively
amongst networked switching points for control and
monitoring.
It should be able to display the power failure details of
a particular switching point or feeder level.
It should register all fault conditions like excess
voltage/current drawn, group of lamps failure, no-
power supply, etc through the instantaneous alert
messages (SMS) sent to configured phone numbers.
Reports such as energy saving report, lamp failure
report, actual hours of operation, uptime (%), etc.
should be generated on a daily basis from the
data/readings received
from the Feeder Control Panels.
Provision for GIS mapping covering all switching
points and the details of each switch point shall be
viewable in the web application software through a
Google-map interface or web based digital map.
The system monitors and records all the following
from the Feeder Control Panel.
At Cluster/ Switching/ Feeder level
• Voltages each phase
• Current each phase
• PF each phase
• Metering KWH cumulative
• Metering KVAH
• Number of operational lights
• Number of non-operational lights
• Failure of Relay
• Status of the incoming supply (power failure)
• High /low voltage
• Overload on the phases
The system monitors and records all the following
from the Control panel unit of group of lamp circuit
wise:
• Voltage
• Current
• PF
• Metering KWH cumulative

Page 166 of 267


Sr.No. Item Description
• Metering KVAH
• Burning Hours
Cyber security, safe database management, data
retrieval and trouble free operation of software and
allied systems (24*7) to be ensured.
The CMS should support alerts for approx. no. of
faulty lights, over voltage, under voltage, over current,
power outage.
The CMS should support configurability for thresholds
for over voltage, over current, under voltage connected.
The server software should be able to configure the ON
/ OFF/ dimming schedule for a switch point or group of
switch points based on Sun rise / Sunset and shall also
support configurability of the time as desired.
It should have a mechanism to detect faulty lights
downside a feeder / metering unit.
The software shall support configuration of maximum
five mobile numbers per feeder point for SMS
notification of alerts / alarms. In case of faulty light,
the SMS sent should also send the Feeder Number or
group of Lamps with location.
It should support user role creation with different
access permissions for User / Supervisor / Manager /
administrator.
The CMS should support summary screen to get a
tabular and or graphical overview of the complete
installation status with percentage / count of healthy /
faulty in a given area, under a feeder and also of the
complete city.
The CMS should be able to identify the exact location
of the light on which the fault has occurred with
relevant GPS co-ordinates.
Report : Load Profile and Load Survey at feeder level
or switching point from Feeder Control Panel. The
CMS should support export of the report data in a CSV
or PDF format for further analysis.
It should have required antivirus, malware and
protection against hacking attacks.
The CMS shall be capable to generate or designed
Energy Profile Policy for energy saving.
Note all communications should be based on open
protocol allowed in India. The CMS should be able to
communicate in real time and hooked up with central
command and control centre for ULB Cluster using
open protocol. It should have asset management
feature, fault management feature, product life cycle
management feature, GPS mapping etc.

Page 167 of 267


Sr.No. Item Description
V. Android / The standalone application to give status of On-Off,
IOS based Dim any group (circuit) of lights at feeder level
Mobile through mobile application.
Application Read following updated status on App
a. Feeder ON/ OFF/ Dim
b. Lighting Fixtures which are ON
c. Lighting Fixtures which are OFF
Monitor approx. no. of individual lamps
To operate application: User shall have internet
connectivity.
VI Server/Cloud a. The server/Cloud platform shall be of dedicated
Requirement server with minimum of 16GB RAM with bandwidth
of at least 10 Mbps.
b. The server/Cloud platform should support storage of
at least 5 TB.
c. Server/Cloud platform provider shall have capability
to perform auto backup and restore facilities.
d. Server/Cloud platform provider shall undertake
regular maintenance of the server and immediately
address issues in case server is down.
e. At least 50-inch size display monitor shall be
installed at command and control room. (The room for
command and control shall be provided by USCL)

6.0STREET LIGHT POLES:

6.1Pole 9 Mtr. Ht. Poles shall be continuously tapered round conical cross section,3 mm
thick, MS Galvanised, T washed, primered and painted with PU base colour of choice.
The column shall also be provided with flush door at the bottom with proper
strengthening to the cutout of the door opening. Bottom diameter of pole shale be 165
to 170 mm, top diameter 75 to 80 mm and base plate dim. 275X275X16 mm. The pole
shall be provided with hinged flush door at the bottom with proper strengthening to the
cutout of door opening at height of 550mm with 300x100mm size for MCB
positioning. A junction / looping box with Heavy duty 3 phase connector shall be built
into the pole & its Decorative Arm should be painted with PU colour of the choice of
engineer in-charge. Inclusive of supply and installation of Bakelite sheet with 6A SP C
curve MCB & stud type terminal block suitable for terminating the respective cable.
The fitting should be connected with Copper Flexible wire of 3CX2.5 Sq.mm. The
pole as well as bracket shall be painted by polyurethane (PU) paint of approved colour
shades. The colour of brackets and that of the pole may be same or may be different.
These shall be decided by Engineer In charge, USCL. The PU colour of the pole as
well as bracket shall be guaranteed for at least 3 years from date of handing over the

Page 168 of 267


installation. This guarantee shall be given by the manufacture of pole in writing and
shall be counter by the contractor. The contractor has to submit a certification to IMC
from the manufacture of pole that the pole and its bracket will not bend, break, buckle
or fall due to wind pressure in the Ujjain city area and due to weight of the fitting with
control gear boxes etc

6.2Pole 7.5 Mtr. Ht. Poles shall be continuously tapered round conical cross section,3 mm
thick, MS Galvanised, T washed, primered and painted with PU base colour of choice.
The column shall also be provided with flush door at the bottom with proper
strengthening to the cutout of the door opening. Bottom diameter of pole shale be 155
to 160 mm, top diameter 70 to 75 mm and base plate dim. 275X275X16 mm. The pole
shall be provided with hinged flush door at the bottom with proper strengthening to the
cutout of door opening at height of 500mm with 300x100mm size for MCB
positioning. A junction / looping box with Heavy duty 3 phase connector shall be built
into the pole & its Decorative Arm should be painted with PU colour of the choice of
engineer in-charge. Inclusive of supply and installation of Bakelite sheet with 6A SP C
curve MCB & stud type terminal block suitable for terminating the respective cable.
The fitting should be connected with Copper Flexible wire of 3CX2.5 Sq.mm.The pole
as well as bracket shall be painted by polyurethane (PU) paint of approved colour
shades. The colour of brackets and that of the pole may be same or may be different.
These shall be decided by Engineer In charge, USCL. The PU colour of the pole as
well as bracket shall be guaranteed for at least 3 years from date of handing over the
installation. This guarantee shall be given by the manufacture of pole in writing and
shall be counter by the contractor. The contractor has to submit a certification to IMC
from the manufacture of pole that the pole and its bracket will not bend, break, buckle
or fall due to wind pressure in the Ujjain city area and due to weight of the fitting with
control gear boxes etc.

6.3Decorative pole with total height of 4 to 5 Mtrs as per road dimensions and as per
directions of engineer in charge. The Pole should be made out of M.S./Aluminium
grooved round tubular Pipe sections having steps. The minimum thickness of pole
should be 3mm. The bottom part of the pole should be of 105 to 115 mm diameter and
top part diameter 85 to 95 mm. Both the sections should be joined together by means
of welded joints. A base plate of dimension diameter 380 to 430 mm x 15 mm thick
should be joined with the pole at the bottom through welded joints. The pole may be
reinforced internally with a pipe inside if required. A cast iron pedestal to be fitted on
the pole at bottom by grub screw fixing.

7.0LIGHTING FIXTURES:
7.1Street Light Fixture: LED street light Luminaires of Wattage range 120W to 130W,
with IP 66 rating. The fixture should be made of pressure die cast Aluminum /
Aluminum Extrusion and clear flat glass, integral control gear, IK 05 or above. The
fixture should have lumen maintenance of at least 70% at 50000 burning hours at
ambient temp of 35-degree C. The driving current for LED should be Max 1A ±10 %.
The efficacy of fixture should be at least 100 lumens/watt. The power factor of driver

Page 169 of 267


should be > 0.9 and the THD < 20% & surge. Protection 10Kv. CRI > 70%. The
Fixture should be complete with LED, Driver, and all other accessories. vendor should
provide LM 79 and LM 80 Test report. Luminaire. The fixture should be installed on
existing poles. The street light fixture should have dimmability feature. For this
suitable dimmable driver and wireless type luminaire controller as per specifications.
(signal transmitter cum receiver) shall be installed. The luminaire should be able to
receive ON/OFF/ dimming etc wireless signal commands and send status, fault
diagnostic, electrical parameters signals to Control feeder pillar through wireless
network. The job includes supply of all necessary hardware, clamps and mounting
accessories. Item is inclusive of proper body earthing of lighting fixture.
7.2Street Light Fixture: LED street light Luminaires of Wattage range 90W to 100W,
with IP 66 rating. The fixture should be made of pressure die cast Aluminum /
Aluminum Extrusion and clear flat glass, integral control gear, IK 05 or above. The
fixture should have lumen maintenance of at least 70% at 50000 burning hours at
ambient temp of 35-degree C. The driving current for LED should be Max 1A ±10 %.
The efficacy of fixture should be at least 100 lumens/watt. The power factor of driver
should be > 0.9 and the THD < 20% & surge. Protection 10Kv. CRI > 70%. The
Fixture should be complete with LED, Driver, and all other accessories. vendor should
provide LM 79 and LM 80 Test report. Luminaire. The fixture should be installed on
existing poles. The street light fixture should have dimmability feature. For this
suitable dimmable driver and wireless type luminaire controller as per specifications
(signal transmitter cum receiver) shall be installed. The luminaire should be able to
receive ON/OFF/ dimming etc wireless signal commands and send status, fault
diagnostic, electrical parameters signals to Control feeder pillar through wireless
network. The job includes supply of all necessary hardware, clamps and mounting
accessories. Item is inclusive of proper body earthing of lighting fixture.
7.3Decorative Post top Luminaire of heritage appearance made out of cast Aluminium,
the diffuser shall be translucent and of poly carbonate material . The decorative
luminaire shall be of wattage 30W LED with separate driver placed integrally in
luminaire housing. Driver should be of THD <10% and power factor above 0.95.
external surge protection device of 10KV should be provided. Low power Led should
be used of reputed make. Ingress protection of optical chamber shall be IP-65. The
Luminaire body shall be painted with exterior grade of Poly-urethane /Polyester
coating in required colour shade. The fixture should be complete with suitable bracket,
mounting accessories.

7.4Decorative Hanging / post top LED type luminaire of heritage appearance made out
of Spun aluminum, the diffuser shall be of PMMA / clear poly carbonate. The
decorative luminaire shall be of wattage 35 TO 40 LED, 100 Lum/watt min., with
separate driver placed integrally in street light housing Driver should be of THD <10%
and power factor above 0.95 .High power Led of above 1watt should be used of make
Cree/Nichia/Lumiled/Osram/Seoul. Lenses should be used to give required optics.
Ingress protection of optical chamber shall be IP-65 . The Luminaire body shall be
painted with exterior grade of Poly-urethane /Polyester coating in required colour
shade. The fixture should be complete with suitable bracket, mounting accessories.

7.54m LED Solar Post Top luminaire with system lumen output of 2500 lumens and a
minimum system efficacy of 100 lumen/watt. The luminaire shall have rated system
Page 170 of 267
lifetime of 50,000 burning hours at L70. The luminaire should have neutral white
colour temperature (CCT>4000K) and a CRI>70. The luminaire shall meet IP68 rating
with operating temperature ranges from 0 to 60degC. The battery capacity should be at
least 60Ah with life cycles of 2000cycles @ 90% DOD. The pole should be made of
aluminium alloy. The PV Cell technology should be mono-Si and Watt-peak rating
should be 180Wp/23Voc. The solar cell efficiency (Under STC) should be more than
16.4%. PV module lifespan of 20years. It should have special theft proof locking
mechanism. Run time extension and remote monitoring should be as optional for
future up gradation. The light pole should be EN40-6 certified and CE certified. The
total power consumption should not exceed 25W (including driver).

7.6Flexible strands of high-intensity LED nodes with intelligent color light with UV-
protected polycarbonate clear flat lens. The lumen per node should be more than
30lm/node and luminance per node should be more than 17000cd/sqm. The nodes
having 3 chnnels of LED Red/Green/Blue with viewing angle of 105deg. Electrical
input voltage to the nodes should be 24vDC from suitable controller and each node
should not consume more than 1W at full output, steady state. Integrated watertight 3-
pin connector required. Ingress protection of IP66 is required and it should be UL/cUL,
CE, FCC Claas A certified.

7.7LED Post Top for application of Street Rejuvenation fixture with a system lumen
output of minimum 4000 lumens and a minimum system efficacy of minimum
75lm/W. The luminaire shall have a rated system lifetime of 50,000 burning hours at
L70. The luminaire should have CRI > 80 with die cast housing and THD < 10%. The
luminaire shall meet IP66 and IK10 with THD < 20% and PF > 0.95. The input voltage
range should be between 140-270V AC. The Driver life of min 100000hrs having
integral gear trey. Having Aerodynamic resistance of 0.13sqm and surge protection of
min 3kV. The operating temperature range should be minus 5deg to 35deg. The
luminaire optics shall have road distribution with no up light. The luminaire should
have proper IES file, LM79 & LM80 reports and should be tested from NABL
accredited LAB. The luminaire should comply IEC 60598-2-3, EN 61547, EN 62471,
EN 61000.

7.8LED wall Grazing luminaire with dedicated optics for architectural lighting. Beam
angles of 10 x 50 and 50 degrees. Luminaire wattage should not be more than 60W and
having RGB LED channels for color changing. The luminaire lumen should be 1800lm
for 4ft linear type. Luminaire should have powder coated die cast AL housing with
tempered glass lenses. It can have direct mains connection via junction box. The
operating voltage range is 100-277V AC, 50Hz. Luminaire can be controlled by DMX
512 based controller. Luminaire should be IP 66 and IK 06. Lumen maintenance of
L50 @ 50000 hours at 25 degree Luminaire should be UL/cUL/FCC/Class A/CE/CB
certified.

Page 171 of 267


7.9Indoor Modular linear LED luminaire with minimal foot-print. From One Bin
Only.Suitable for a large panel of applications such as shelf, indirect lighting or wall
grazingSetting accents with soft light curves or precise light direction12 different
optics (diffuser optics and linear lenses)No visible light gap between the luminaires
through lateral cable routing and translucent end capsLM 80/79 Compliant. Protection
against granular objects > 1mm. Burning Hours > 60,000 (White), for RGB, Burning
Hours > 30, 000.Lumens/Meter (White) – 2,100 to 3,420, Lumens/Meter (RGB) – 640
to 820.

7.10 Outdoor / indoor wall grazing or wide flood application Linear Fixture:
From One Bin Only. Allows the use of 3 precise and highly efficient linear optics (10°
Wall grazing, 30° and 60° general lighting optics) Convinces with light intensity and
unmatched precise light control IP67 by an clear polyurethane encapsulation and IK10
certified (impact resistance), solvent, salt water and UV radiation resistant Maximum
grazing light performance. LM 80/79 compliant. Lumens/Meter (White) - 1,510 to
3,580 Lumens/Meter (IQ White) – 700 to 1,410 Lumens/Meter (RGB) - 690 Life -
Burning Hours > 60, 000 (White/IQ White), For RGB > 30,000.

7.11 Indoor Cove / Wall washer Linear Fixture: LM 80/79 Compliant. Protection
against granular objects > 1mm. From One Bin Only. Protection against granule object
> 1mm Specially developed, highly efficient reflector optics, 25°, 65° and wall washer
with eta up to 94% Highly modular system offering a 45° adjustable luminaire head and
use of up to 7 different optics. Optimal viewing comfort with absolutely homogenous
light UGR < 16 through precision crafted aluminum reflector optic. Burning Hours >
60,000 (White), for RGB, Burning Hours > 30, 000. Lumens/Meter (White) - 1510 to
3580 Lumens/Meter (RGB) – 691.

7.12 Indoor Recessed Task Lighting Linear Fixture: Invisible linear LED down
light for recessed, surface or pendant installation. General or task lighting in offices,
museums, concert halls or cinemaNano lenses optics for an optimal beam
controlOptimum glare control through a black glare reduction – UGR glare rating of
UGR < 13Available as freely configurable CV (constant voltage) variant as well as CC
(constant current) variant incl. From One Bin Only. LM 80/79 Compliant. Burning
Hours > 60,000 Efficient optics and tapes offer up to 7,320 Lumens/Meter, and 134
Lumens/Watt. Lumens/Meter - 2,010 to 7,320.

7.13 General Lighting Indoor Recessed Liner Fixture: Very low installation depth
of only 25 mm (0.98 in) From One Bin Only LM 80/79 Compliant. Burning Hours >
60,000 (White), for RGB, Burning Hours > 30, 000. Luna Hydra White Lumens/Meter -
2100 to 5000 Luna Hydra IQ White Lumens/Meter - 980 to 2850. Luna Hydra RGB
Lumens/Meter - 638 to 965.

7.14 Outdoor Walkways and Façade Linear Fixture: In ground roll over IP68
Linear LED Luminaire. In ground accent and guiding lighting or wall grazing in open
areas or parking lots. Optimum rendition of the LED spectrum (no color shift) – True
Color To be walked on and traversed by vehicles. IK10 (Impact Resistant), solvent, UV
Radiation, Salt Water resistant V4A stainless steel housing Dot free and absolutely

Page 172 of 267


homogeneous light emission surface through an opal polyurethane encapsulation or
excellent grazing with clear encapsulation with internal lens. Lumen/Meter (White) –
210 Lumen/Meter (RGB) – 82 Burning Hours > 60,000 (White), for RGB, Burning
Hours > 30, 000.

8.0 DIESEL GENERATING SET:


160 KVA Canopied Diesel Generating set, at 0.8 power factor, at NTP Conditions, 415
V, 50 Hz coupled with 3 phase Alternator along with AMF Control Panel , Battery with
cables (12V, 2 x 180 AH),Fuel Tank(at least 500 Ltr capacity), AVM Pads and other
standard accessories Water cooled (Radiator cooled). With Auto Mains Failure (AMF)
Panel.

The major specifications are mentioned below:

Engine with direct injection, water cooled engine, 8 cylinders, V-type, 4 stroke, rated at
1500 RPM, conforming to ISO 3046 / BS 5514 has the following specifications:
- Mechanical FIP
-Electronic governor
- Turbocharger, pulse tuned exhaust manifold, stainless steel exhaust flexible
connection
- Radiator Cooled, with turbocharged after cooled
-Plate type lube oil cooler
-Filter –fuel, lube oil
- Dry type replaceable paper element air cleaner
- Flywheel housing and flywheel to suit single bearing alternator
- Starting motor – Electric, battery charging alternator
- First fill lube oil and coolant

Alternator: (Stamford/equivalent)
- Brushless alternator
- Self-excited, self-regulated
- Class ‘H’ insulation limited to temperature rise of class H
- Salient pole revolving field
- Single bearing
- Automatic voltage regulator

Acoustic enclosure – Engine alternator assembly mounted on AVM with Silencer and
S.S exhaust bellow suitably optimized to meet stringent sound & emission standards as
laid down by MOEF / CPCB
- Base rail without draw-out type fuel tank is provided with a drain plug, air
Vent, inlet and outlet connections, level indicator, manhole etc.
- Sub-base fuel tank with at least 14 hours capacity at 75% load.
- 24 V dry, batteries with connecting leads and terminals
-90% gloss RAL9003 white pure polyester powder coated, base in black colour.
Page 173 of 267
-Water and lube oil drain outlets located on the outer surface- Leading to ease of
maintenance and cleanliness.
Control panel: RAL 9003 White Powder coated control panel manufactured with CRCA
sheet , control Panel having following features:
-AMF with auto changeover power and control circuits of required ratings.
- MCCB of suitable rating with microprocessor based LSIG release.
- Controller which displays voltage, current, KW, PF, Frequency, KWh.
- Indicating lamps for “Load On” and “Set Running”
- Current transformers of suitable ratings
- Aluminium busbars of suitable capacity with incoming and
Outgoing terminations
- Control fuses duly wired and ferruled
Power cables: copper conductor cables between Alternator & Control panel inside the
canopy.

SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL POWER AND


LIGHTING WORK:

1. All works shall be carried out in strict accordance to the norms, procedure and
specifications issued and enforced by BIS in Relevant Indian Standard specifications and
code of Practices with up to date amendments and revisions, latest edition of National
building code and National electric code. In addition, the installation shall comply in all
respects with the requirements of Indian. Electricity Act 2003 and Indian Electricity Rule
1956 with up to date amendments and revisions and special requirements if any of the M.P.
State Electricity Board or Chief Electrical Advisor to Government of Madhya Pradesh cum
Chief Electrical Inspector and his subordinate office.
2. The contractor shall make his own arrangements for supply of water and electricity at his
expense required for execution of work. The USCL shall neither make any such
arrangements nor shall make any payments in this regard.
3. The contractor has to construct at his own cost his site office and store at site on a suitable
place and location as permitted by USCL. The USCL shall not provide any place for
storage of equipments required for work. No amount shall be paid to the contractor in this
regard.
4. Proper upkeep and maintenance and safety of store and stocks of materials brought at site
shall be the sole responsibility of the contractor. The materials got damaged due to
negligence of its up keeping at site or due to mishandling shall have to be replaced by the
contractor at his own cost. On discovery of such damages the USCL shall recover the
amount paid through the running bills to the contractor and shall only be reimbursed after
the replacement of the same. The USCL shall also not be responsible for theft of materials
from site and the contractor has to replace all such materials at his own cost. No
compensation whatsoever shall be payable to the contractor on above grounds.
5. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution for work whatever the cause of delay may

Page 174 of 267


be including delay arising out of other materials, supply of materials, transportation for any
matter related with MPPKVV Co. Ltd. & Electrical Safety Department or any other reasons
whatsoever, the USCL shall not be liable for any claim in respect thereof.
6. The contractor shall finalize the layout of work, physically at site, and get approved by
MPPKVV Co. Ltd. Before placing orders for material. Approval of above layout by
MPPKVV Co. Ltd. shall be general and shall not absolve the contractor with responsibility
of its correctness.
7. The contractor shall within specified period from the date of issue of work order shall
prepare all relevant drawings to be submitted to the applicable office of Electrical Inspector
MP Govt or any other competent office for approval. All required sanctions and approvals
form the above offices shall have to be obtained by the contractor within the above
stipulated period at his own cost.
8. Rate quoted shall be applicable for works at all height unless otherwise specified in the
schedule of quantities.
9. The contractor shall submit the drawing in three sets to USCL for this work duly approved
by the Office of the electrical Inspector MP govt. and MPPKVV Co. Ltd. Within specified
days from the date of work order. The approval of these drawing will be general and will
not absolve the contractor of the Responsibility of the correctness of those drawings.
10. The contractor shall submit test reports of the equipments to be supplied and drawings for
approval of the Engineer in Charge before supplying the equipment. The successful
tenderer shall also submit the purchase bill of all items as required and directed at no cost.
11. (A) The contractor shall have to arrange all free of cost facilities for the inspection, such as
employ or material labour etc. and any fees payable to Government or any competent
authority at his own cost. The contractor shall arrange to obtain all sanctions from the
concerning office of MPPKVV Co. Ltd. and from the elect. inspector Govt. of M.P. at his
own cost. Any fees in respect of above work paid by the contractor shall not be reimbursed
or refunded by the USCL and no claim for compensation shall be entertained in this regard.
Copy of all such sanctions have to be submitted to Engineer In charge USCL.

(B) The contractor has to arrange factory inspection of all major items as required by Engineer
in Charge at the manufacturer’s works before paint of material. Date of inspection should
be informed 15 days in advance to USCL. The contractor has to get any equipment or
complete installation checked and tested by any Government/ Semi Government/ Private
authority such as CPRI, BHEL, NABL laboratory, Testing department of MPPKVV Co.
Ltd. etc. at his own cost. He shall also provide free of cost all labour, material, equipments
etc. for the purpose of above testing. The contractor shall not be entitled for any
compensation on this ground. If required by Engineer in Charge contractor will have to
arrange for third party inspection of entire installation done by him and he will have to
rectify / repair / replace any defects pointed out by inspection agency.

(C) The consultant appointed by USCL is authorized for following:

a) To visit the site from time to time to inspect the quality of work.
b) To issue working drawings with specifications to the contractor.

Page 175 of 267


c) Technically guide the contractor if required.
d) To accompany USCL officials for factory inspections of material if required.
12. The contractor shall be responsible for removal of all defects and shall make rectification in
the work at his own cost if any at the time of handing over the installation to MPVV Co.
Ltd. without any claim for compensation.
13. It shall be the duty of the contractor to arrange all clearances from Electrical Inspector MP
Govt, to coordinate and peruse the officers of MPPKVV Co. Ltd. for periodical inspections
during the currency of contract and final inspection of the work and get the complete
installation electrically charged. No extra payment shall be made to the contractor in above
account.
14. The contractor at his own cost and efforts shall arrange periodical inspection of work by
various officers of MPPKVV Co. Ltd. during course of execution of work and any
instruction issued by the officers of MPPKVV Co. Ltd. shall be communicated to USCL in
writing by the contractor and prior permission shall be taken from USCL before its
compliance.
15. The contractor should note that any delay / on the part of MPPKVV Co. Ltd. on any
account what so ever shall not be entertained as a reason for time extensions in case of
delay in completion of the work covered under this entire contract. The tenderer should
therefore be aware and should not that execution and timely completion of External
Electrification work in full coordination with other development and construction works
covered under the scope of contract shall be sole responsibility of successful tenderer.
16. The complete installation shall be guaranteed for 3 years of defects liability period after
physical completion of work. The date of handing over the required part of installation as
per rules to MPPKVVCL/USCL by contractor shall be the date of completion of physical
work.
17. The contractor has to quote his rates in strict accordance to the list of approved make of
materials. The tenderer has to ensure before filling up the rates regarding their availability
and period of delivery.
18. The contractor shall note that during the execution of works there is likelihood in charge of
layout, specification and change in quantities of items entered in the schedule of items for
which the contractor has tendered his rates. The increase or decrease in the quantities of
such items may be up to any extent and the tenderer shall not be entitled to any
compensation for any loss suffered by him on account or procurement of additional
quantities of such items due to such changes.
19. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution of work whatever the cause of delay may
be including delay arising out of other materials or any reasons whatever and the USCL
shall not be liable for any claim in respect thereof.
20. Successful Tenderer should have A-Class Electrical license issued by M.P. Licensing
Board. The license must be submitted at the time of agreement.
21. The contractor has to employ following team of manpower for the execution &
maintenance of of works:

Page 176 of 267


22. The old material available from dismantling of the existing LT/HT lines (excluding
conductor) will become the property of the contractor subject to charge at the following
rates: -
a. Poles – RS Joists / Tubular poles - 300 Nos. - Rs. 5000/- per No.
b. Poles – Rails / H-Beam - 340 Nos. - Rs. 10000/- per No.
c. Conductors – 8000 Kg. - Rs. 80/- per Kg.
d. MS flats, Angles, Channels etc. – 1400 Kg - Rs. 30/- per Kg.
e. Insulators -210 Sets - Rs. 300/- per Set
f. Cable – 100 Kg - Rs. 50/- per Kg.
23. The contractor will prepare computerized drawings of the work as constructed and supply
originals along with two additional copies to the Engineer-in-Charge, who will verify and
certify these drawings. Final drawings as constructed shall then be prepared by the
Contractor and supplied in Hard (triplicate)and Soft copies to the USCL, Ujjain for the
record and reference.
24. The complete installation shall be guaranteed for DLP after physical completion of work.
During this period, the contractor will have to attend the complaints of entire system at his
own cost by employing his manpower and required material without any extra cost to
USCL. The guarantee shall be reckoned from the date of charging and handing over
required part of the installation as per rules to MPPKVVCL (physical completion). The
date of handing over the installation to MPPKVVCL by contractor shall be the date of
completion of physical work. All Compact Type Packaged substations, Transformers,
RMUs, VCBs, capacitor banks, feeder pillars, switches, fuses, CTs, PTs, cables,
conductors, poles, earthing, lighting fixtures, etc shall be guaranteed for 60 calendar
months from the date of handing over the installation to MPPKVVCL/USCDL (physical
completion). The contractor has to replace / repair the faulty or damaged material to the full
satisfaction of USCL/ MPPKVVCL in the event of failure / damage of any item during the
said guarantee period.

FIRE FIGHTING SPECIFICATIONS

SCOPE OF WORK
Page 177 of 267
The entire system will be connected to Proposed MLCP’s pump room.All the required
accessories for integrating the system will be in the scope of bidder.

Work under this section shall consist of furnishing all labour, materials including spares,
equipment and appliances necessary and required to completely install wet riser, fire hydrant
sprinkler, fire extinguisher & drencher system as required by the drawings and specified here
in after or given in the Schedule of Quantities.

This is system is for Fire Protection for entire MRIDA. And placing of Fire Extinguisher at
appropriate location as per instruction of Site in Charge.

Without restricting to the generality of the foregoing.

The firefighting system shall include the following:

 M.S., D.I. external underground main including valves, hydrants and appurtenances (where
specified)
 Valves, hose reels, hose cabinets (individual hose cabinets for hoses will not be required, if
all the equipment’s are installed inside the Fire shaft), fire brigade connections and
connections to pumps and appliances etc.
 Suction, Delivery & header pipe, fittings, flanges, expansion bellows & valves (Not
Applicable)
 Signage’s, Fire extinguishers & sand buckets
 Drencher system (if Required as per CFO NOC)

PIPE WORK
General Requirements:

 All the materials shall be as per relevant IS code, best quality conforming to the
specifications and subject to the approval of the Client or his representative. If so directed,
materials shall be tested in an approved testing laboratory & the contractor shall produce
the test certificate in original to the Engineer-in-charge and the entire charges for original
as well as repeated tests shall be borne by the Contractor.
 Before welding, the pipe faces shall be cleared & then shall be welded conforming to IS:
9595 – 1980. The electrodes used for welding shall comply with IS:814. the laying of
welded pipe shall also comply to IS 5822 – 1986. The welding joints shall be tested in
accordance to IS:3600, Part 1973.
 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workman like manner.
 Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts, passages etc.
 Pipes shall be securely fixed to walls and ceilings by suitable clamps or supported at
suitable spacing & at change of direction as required. Only approved type of anchor
fasteners shall be used for RCC ceiling and walls.
Page 178 of 267
 All pipes above ground and in exposed locations shall be painted with two coats of Red
Oxide primer and two coats of synthetic enamel paint of approved shade.
 Pipes buried below ground level shall be protected against corrosion to give a uniform with
multi-layer anticorrosive treatment as per IS: 10221 by using non-woven polyester mat of 4
mm thickness. The application of pipe coat primer and multi-layer tape shall be as
specified by the manufacturer.
 All Piping Joints for the sizes from 15 mm NB to 50 mm NB shall be screwed Joints.
Screwed joints shall have tapered threads and shall be assured of leak tightness by applying
a few turns of jute/cotton yarn dipped in Holetite or Teflon based liquid sealants taken over
the threaded end of the pipe and socket screwed over pipe.
 The pipes to be threaded is cut to the required measurements. The surface of the pipe to be
threaded is cleaned, the pipe is scrapped to remove internal burrs and the Threading of pipe
shall be carried out by means of threading machines.
 Required fitting is tightened over the threaded portion either before installation or in
position. Exposed ends of pipes are capped to prevent debris and other materials from
entering the pipe. All measured pipes shall be free from stress and strain at the
union/flanged joints.
 Eccentric reducer fittings are used in horizontal pipes and concentric reducer fittings are
used in vertical pipes. Unions to be provided whenever necessary for the easy removal of
pipes, valves and fittings.
 Valve and other appurtenances shall be so located that they are easily accessible for
operations, repairs and maintenance.
 Fire sealant shall be used wherever pipe is crossing through walls/beams. Fire sealant shall
be of min 2 hrs fire rating. The application temp. range shall be
 10 to 40 deg C. Temp resistance range -10 to 100 deg C.
PIPING
Pipes of the following types are to be used:

 G.I/Mild steel black pipes as per IS: 1239, heavy duty grade (for pipes of sizes 150 mm
N.B. and below) suitably lagged on the outside to prevent soil corrosion. M.S. pipes buried
below ground shall be lagged as per IS:10211. All underground piping shall be D.I.
 Steel pipe lines up to 150 mm dia. shall have all fittings as per IS:1239, Part-II (heavy
grade) while pipelines above 150 mm dia shall be fabricated from IS:3589 Gr.320 pipes as
applicable or from steel plates.
 For steel pipelines up to 50 mm dia screwed jointing shall be adopted, while for pipelines
above and including 50 mm dia., welded or flanged connections construction is to be carried
out. Only Electro galvanized nuts/bolts shall be used.
 Flanged joints shall be used for connections to vessels, equipment, flanged valves and also
on suitable straight lengths of pipeline of strategic points to facilitate erection and
subsequent maintenance work. Flange thickness shall be as per IS: 6392 – 1971. Table –
17/18.

Page 179 of 267


Pipe Flange Thickness
250 mm dia. 26 mm
200 mm dia. 24 mm
150 mm dia. 22 mm
125 mm dia. 22 mm
100 mm dia. 20 mm
80 mm dia. 20 mm
65 mm dia. 18 mm

 Fitting for pipes above 65 mm or and up to 150 mm dia. shall be machine formed from
seamless pipe pieces of minimum 65 mm wall thickness. For tees and other fittings where
seamless sections are not available, the fittings shall be made from Electric resistance
welded pipes as given in the approved makes. The fittings shall have a minimum 6 mm wall
thickness. The fitting shall with stand pressure of up to 21 kg/cm2.
 Fittings of size 50 mm or below shall be made of forged steel. The fitting shall be threaded
at both ends. The fittings shall withstand pressure of up to 21 Kg/cm2.
 For tapping of 50 mm/ 40 mm/32 mm/25 mm from headers where readymade tees are not
available, half socket connections with one side threading shall be employed. The half
socket shall be welded at the centre of the header, either on the side or on the top.
 All Pipes clamps and supports shall be galvanized steel. When fabricated from M.S. Steel
sections, the supports shall be factory galvanized before use at site. Welding of galvanized
clamps and supports will not be permitted.
 Pipes shall be hung by means of expandable anchor fasteners of approved make and design
(Dash Fasteners or Equivalent). The hangers and clamps shall be fastened by means of
galvanized nut and bolts. The size/diameter of the anchor fastener and the clamp shall be
suitable to carry the weight of water filled pipes and dead load normally encounter.
 Wherever two horizontal headers are to run side by side, the two headers shall be located at
different levels, if possible, so as to avoid unnecessary bends at tapping off from the
headers. Accordingly, the supports shall also be staggered to support pipes at two levels.
 While all piping shall have clevis type hanger supports from the ceiling with fasteners, for
pipe headers of 100 mm dia and above, additional wall/column mounted supports shall be
taken. Clevis type hanger supports shall be at 3.0 m intervals and at every turn, at both ends.
MS angle supports at wall and columns shall be at 18 m intervals. The angles shall be cut by
gas cutter and evened out by grinder. All welding to angles shall also be cleaned by grinder.
Angles shall not be less than 50 x 50 x 6 mm size.
 For fixing clevis hanger and angle support, only dash fasteners shall be used. Exposing of
steel reinforcement and welding to them shall not be permitted except in exceptionable
circumstances.
 Pipes in vertical shafts shall have MS angle brackets at alternate floor level. The bracket
shall be mounted behind the pipe. A base plate of 50 wide x 6 mm thick shall be welded to

Page 180 of 267


the bracket. The base plate shall be fixed to the wall by means of fasteners GI U clamps
shall be used to fix the pipe to the bracket.
 Each riser shall be also be anchored to the floor slab with MS angles mounted on the slab.
The angle shall be 50 x 50 x 6 size, one mounted before the pipes and the other after the
pipes. Extra cleat pipe pieces shall be welded to the pipes at this point which shall be
welded to the angle iron support.
 Wherever angle type supports are being used, profiled packing materials or wood or
materials as approved by Engineer shall be Used. The packing materials shall be at least 25
mm thick and tight fitted with the pipe.
 Hangers and supports shall be capable of carrying the sum of all concurrently acting loads.
They shall be designed to provide the required supporting effects and allow pipeline
movements as necessary. All guides, anchor, braces, dampener, expansion joint and
structural steel to be attached to the building structure trenches etc. shall be provided.
Hangers and components for all piping shall be approved by the Engineer in charge. The
supports shall also be designed, taking care of the seismic load. Hangers shall not be welded
or fastened directly to the pipe work.
 Sprinkler pipes shall be supported from the building structure which itself shall be capable
of supporting the water filled pipe work and shall not impair the performance of sprinklers
under fire conditions. Pipe work shall not be used to support any other loads except where
primary support is designed for the suspension of the piped systems.
 Distribution/Range pipes shall not be supported from ceiling sheathing or cladding or from
any other associated suspension systems. The supports on which the pipe work rests shall
be secured firmly in position. The thickness of all parts of pipe supports shall not be less
than 3 mm. wherever possible, pipes shall be supported from non-combustible building
elements. Pipe work in corrosive areas shall be of either stainless steel or suitably protected
against corrosion.
 The Distance between the pipes supports measured along the line of connected pipes
(whether the pipes run horizontally, vertically or at angles) shall not be more than the
following table.
Spacing between
PIPE Dia. (mm) Hanger Rod Dia. (mm)
Supports (m)
Up to 25 6 2
32 to 50 8 2.7
80 to 100 10 2.7
125 to 150 12 3.6
200 to 300 16 5.3

Distribution Pipes:

 The first support on a nominally horizontal distribution pipe shall not be at more than 2 M
from the main distribution pipe.

Page 181 of 267


 The last support on a nominally horizontal distribution pipe shall not be more than 450 mm
from the end.
 Drop or rise pipes shall be secured to the building structure either directly or indirectly at
the adjacent nominally horizontal part of the pipe within 300 mm of the drop or rise.
Range Pipes:

 At least one support shall be provided for, each pipe run connecting adjacent sprinkler and
the pipe run connecting the distribution pipe and the first sprinkler on the range pipe.

 Pipe supports shall not be closer than 150 mm to any sprinkler axial central line.

 The first support on a range pipe shall not be more than 2 M from the distribution pipe.

 The last support on a range pipe shall not be at more than 1.5 M from, The Range of pipe
end OR Where there is a horizontal are pipe of 450 mm or longer, the arm pipe end OR
Where there is a drop or rise exceeding 600 mm, the drop or rise pipe end.

 The piping system shall be capable of withstanding 150% of the working pressure
including water hammer effects and Shall be kept under pressure for 24 hours for any
leakage.
 Flanged joints shall be used for connections to vessels, equipment, flanged valves and also
on suitable straight lengths of pipeline of strategic points (@ at every 15-20 mtr.) to
facilitate erection and subsequent maintenance work.
 Welded joints between M.S. Pipes and fittings shall be made with the pipes and fittings
having “V” groove and welded with electrical resistance welding in an approved manner.
Weld Electrodes shall be of approved make, of grade and type as suitable for the job and
meeting the approval of the Engineer.
 Joints shall be given a first weld in full without burrs on the full dia. of the pipe. Welding
shall be carried out vertically from surface to be welded. Weld fluxes shall not be so plastic
such as to fall or drip down. After application of first coat the weld shall be ground and
then another layer of welding shall take place. The root weld shall also be cleaned by
grinding.
 All pipe cutting shall be by oxy acetylene gas welding only. The cut surface shall be
cleaned and ground by electric grinder before further welding. Pipe cutting or welding in
inaccessible areas shall be avoided. Pipes shall not have welded in trenches unless the
bottom edge of the pipe does not have clear space from working with electrode.
 For Supports, angle pieces shall be cut by oxy acetylene gas and cleaned by electric
grinder. All cutting of bolts inserts shall be by electric drill.
 Tapping (Nipple pieces, etc.) for Hydrant from the risers shall be fabricated separately and
then welded to the riser. A tool piece of 80 mm dia. Or as required shall be first prepared:
one end shall be cut as per profile of riser’s pipe on which it shall be finally welded. The
other end shall have the flange welded to it. The flange holes shall be set so as to receive
the hydrant head correctly. Inside of the flange shall also receive a single layer of welding.

Page 182 of 267


The welding shall then be cleaned with a grinder. The tool piece shall then be welded to the
riser. This procedure shall also be applied for all flanges.
 Excavation for pipe line shall be in open trenches. Pipes shall be buried at least one meter
below ground level (top of pipe) and shall have 230 mm x 230 mm masonry supports at
least 300mm high at 3m intervals. Masonry work to have plain cement concrete foundation
(1 cement: 4 coarse sand: 8 stone aggregate) of size 380 x 380 x 75 thick resting on firm
soil.
 Wherever required Contractor shall support all trenches or adjoining structures with
adequate supports to prevent landslides.
 On completion of testing, trenches shall be refilled with excavated earth in 15 cm layers
and compacted.
 Contractor shall dispose of all surplus earth within the site to a BMC approved location, as
required by the client.
 Contractor shall provide suitable cement concrete anchor & thrust blocks for overcoming
pressure thrusts in underground / external pipes. Anchor blocks shall be of cement concrete
1:2:4 mix.
VALVES

 Valves shall be used to start, stop or control flow. Non-return valves shall provide
unidirectional flow.
 Butterfly valve conforming to BS 5155 will be used for isolation of flow in pipelines. For
sizes up to 40 mm, gate valves shall be outside screw rising spindle type and shall be as per
IS: 778 Class-1 and Class-2, as applicable. For sizes 50mm to 200mm, Butterfly valve shall
be as per BS: 5155, Non-return valves shall be swing check type. An arrow mark in the
direction of flow shall be marked on the body of the valve. These valves shall conform to
IS: 5312.
 The disc shall be heavy duty cast iron with anti-corrosive epoxy or nickel coating.
 The valve seat shall be of high grade elastomeric or nitrile rubber. The valve is closed
position shall have complete contact between the seat and the disc throughout the perimeter.
The elastomeric rubber shall have a long life and shall not give away on continuous applied
water pressure. The shaft shall be EN 8 grade carbon steel.
 The valve shall be fitted between two flanges on either side of pipe flanges. The valve edge
rubber shall be projected outside such that they are wedged within the pipe flanges to
prevent leakages.
 Gun metal valves shall be used for smaller dia. Pipes, and for threaded connections. The
Valves shall bear certifications as per IS: 778-1971 and shall be rated to 15 Kg/Sq.cm
pressure. The Body and bonnet shall be of gun metal to IS: 318. The steam gland and gland
nut shall be forged brass to IS: 319. The hand wheel shall be of cast iron to IS: 210. The
Hand Wheel shall be of high quality finish to avoid hand abrasions. Movement shall also be
easy. The spindle shall non-rising type. All valves shall be approved by the Authority
Representative before they are allowed to be used on the work.

Page 183 of 267


 The NON-Return Valves shall be Dual Plate (Wafer Type) Check Valves of PN 16. The
Valve shall be of Cast Iron body and cover. The disc shall be of stainless steel (AISI 316).
 Air Valve shall be provided with 25 mm dia. Screwed inlet cast iron single acting type, on
all high points in the system as shown in the drawing.
 Drain Valve shall be provided with 50 mm dia. Gun metal full way type confirming to IS:
1239 (heavy class) between steel pipe for draining any water in the system in low pockets/
at low points of all water risers and mains to ensure that all the sections of pipe work and
plant can be drained.
YARD / EXTERNAL HYDRANT

Yard or External Hydrants valve shall be as per IS:5290. The hydrant shall consist of stand
post assembly and a masonry base 200 mm X 200 mm X 200 mm high and shall be made at
the point where it comes out of the soil. The valve shall complete with hand wheel, quick
coupling connection spring and blank cap. The hydrant shall be laid on 150/100 dia main tee
off to 80 mm dia.

Yard or External hydrant shall be controlled by a cast iron sluice valve. Hydrant shall have
oblique female instantaneous pattern 63 mm diameter outlet with caps and chains. The hydrant
shall be of gunmetal and flange inlet and single outlet conforming to IS:5290, a duck foot bend
and flanged riser of required height to bring the hydrant to level above ground. The valve body
stop valve, check valve, nut, instantaneous female outlet and blank cap shall be of leaded-tin
bronze conforming to Grade-II of IS:318-1962. The valve spindle shall be of brass rod
conforming IS:320 - 1962. The hand wheel shall be mild steel or cast-iron washers’ gaskets
shall be of rubber conforming to IS:638 - 1965 or leather conforming to IS:581: 1969.

Each external hydrant shall be provided with two nos. 63 mm. Diameter 15 mtr. Long hose
pipe with gunmetal male and female instantaneous type coupling, machined wound with G.I.
wire hose of IS 636 type A and couplings to IS:903 with IS certification, gunmetal branch pipe
with 16 mm nozzle conforming to IS:903.
INTERNAL HYDRANT:

Internal hydrant shall be provided at each landing or at suitable location consisting of double
headed gunmetal landing valve with 63 mm dia. Outlet and 80 mm inlet (IS:5290-1969) with
separate shut off valve. Landing valves shall be 63 mm dia. oblique female instantaneous
pattern with caps and chains. Landing valves shall be of gunmetal and fitted with instantaneous
coupling conforming to IS:901. The valve body stop valve, check valve, nut, instantaneous
female outlet and blank cap shall be of leaded-tin bronze conforming to Grade-II of IS:318-
1962. The valve spindle shall be of brass rod conforming IS:320 - 1962. The hand wheel shall
be mild steel or cast-iron washer’s gaskets shall be of rubber conforming to IS:638 - 1965 or
leather conforming to IS:581: 1969. The coupling shall be fitted with an internal plug secured
by chain landing valves shall be installed on hydrant riser at a height of 1.0 to 1.2 meter from
the floor level.

Page 184 of 267


Each internal hydrant shall be provided with four nos. 63 mm. Diameter 15 meter. Long hose
pipe with gunmetal male and female instantaneous type coupling, machined wound with G.I.
wire hose of IS 636 type A and couplings to IS:903 with IS certification, gunmetal two branch
pipe with 16 mm nozzle conforming to IS:903.

HYDRANT VALVES (LANDING VALVES)

Landing valves shall be 63 mm dia. oblique female instantaneous pattern with caps and chains.
Landing valves shall conform to IS:5290 in all respects. Landing valves shall be of gunmetal
and fitted with instantaneous coupling conforming to IS:901. The valve body stop valve, check
valve, nut, instantaneous female outlet and blank cap shall be of leaded-tin bronze conforming
to Grade-II of IS:318-1962. The valve spindle shall be of brass rod conforming IS:320 - 1962.
The hand wheel shall be mild steel or cast-iron washer’s gaskets shall be of rubber conforming
to IS:638 - 1965 or leather conforming to IS:581: 1969. The coupling shall be fitted with an
internal plug secured by chain landing valves shall be installed on hydrant riser at a height of
1.0 to 1.2 meter from the floor level.

HOSES

Hoses pipes shall be of fabric reinforced rubber lines as per IS:636 Type II with nominal size
of 63 mm and lengths of 15 meter as per quantities specified for in schedule or bill of quantity.

All hose pipes shall carry ISI marking on the body of the hose. Hose pipe of all type shall be
capable of withstanding an internal water pressure of not less than 35 Kg/Sq.cm without
bursting. It must also withstand a pressure of 21 Kg/Sq.cm without undue leakage or sweating.

The hose shall have instantaneous spring lock-type coupling on ends. The instantaneous
coupling shall be as per IS:901. It shall be fixed to each other by copper rivets and galvanized
M.S. wires and leather bands. All coupling shall be interchangeable with each other and shall
bear ISI markings.

HOSE REEL

The hose reel shall be directly tapped from the riser through a 20 mm dia pipe with isolation
valve, the drum and the reel being firmly held against the wall by use of dash fasteners. The
hose reel shall be swinging type (180 degrees) and the entire drum, reel etc. shall be as per
IS:3876 and IS:884. The rubber tubing shall be of best quality and the nozzle shall be 16.5 mm
dia. shut off type. Length of the hose shall be 36.5 meter.

BRANCH PIPES

Branch pipe shall be of gun metal and should conform to IS:903. One end of the branch pipe
will receive the coupling while the other end shall have a nozzle screwed to it. It shall bear ISI
marking.

Page 185 of 267


HOSE CABINETS (HOSE BOX)

Each hydrant shall be housed in a Hose cabinet of suitable size. The hydrant cabinet shall hold
double headed hydrant, 4 hoses and two branch pipes as require ed. Internal hydrants shall
normally fit the size of the niche made for it. The cabinet shall be of minimum 14 SWG M.S.
sheet with center opening, double glass front doors (cleat glass of 4mm thickness). The glass
shall be firmly fixed by means of steel clips and screw with rubber beading. Hinges shall also
be screwed and not welded. The corner members (frame) shall be of 25 x 25 x 3 mm thick
angle. The hose box shall be firmly fixed to the wall/support by means of brackets and dash
fasteners. The steel work shall have one coat of primer and two coats of red paint. The words
“Yard Hydrant”, “Hydrant” etc. should be painted in white or red on the glass in 75 mm high
letters. The hose box shall be lockable.

PRIMING TANK (only in case of Negative Suction Pumps)

Fire pump arrangement is having negative suction on this project. A 1000-liter tank is required
for priming of the fire pumps installed in pump room. This tank shall be fabricated out of MS
sheet of suitable gauge and shall be installed in the pump room above the pump level to
provide the positive pressure at pump suction.

FIRE BRIGADE INLET CONNECTIONS

A fire brigade inlet connection with a non-return valve shall be provided to facilitate the fire
brigade to pump water into the installation by the use of their own equipment. Four-way 150
mm dia. connection to the system shall comprise of four instantaneous pattern 63 mm dia. male
inlets shall be with caps and chains complete with 150 mm dia. sluice valves, non-return valve
housed in a M.S. cabinet with glass fronted door. The cabinet shall be suitable for recess
mounting.
FIRE BRIGADE DRAWOFF CONNECTIONS

Draw off connection – a draw off connection for drawing the water from the Fire Tank would
be provided next to the inlet connection to enable Fire Brigade to draw water from the Fire
Tank. This shall consist of a gun metal stand draw off connection with a gunmetal blank cap
and a chain. A 150mm suction pipe with a foot valve and strainer shall be provided as per
drawings.
SYSTEM DRAINAGE

The Sprinkler systems shall be provided with suitable drainage arrangements with G.I. piping
of 40 mm dia. complete with all accessories and provided with 40 mm dia. drain valve and
these drain risers to be connected to the nearest drain chambers.
VALVE CHAMBERS

All valve chamber shall be RCC chamber in cement mortar 1:5 (1cement:5 coarse sand) on
cement concrete foundation 150 mm thick foundation 1:5:10 mix (1 cement: 5 fine sand: 10
graded stone aggregate 40 mm nominal size), 15 mm thick cement plaster inside and outside
Page 186 of 267
finished with a floating coat of neat cement inside with cast iron surface box approved by fire
brigade including excavation, back filling, complete. The wall shall be 230 mm thick with
heavy duty ISI marked C.I. manhole covers. Structural drawings of the Valve chamber shall be
referred for information.
HYDRANT SYSTEM

The hydrant system shall comprise of AC motor driven pump sets (main & Standby), Jockey
pump etc. with all required accessories including valves, appurtenances, instrumentation and
controls etc. complete in all respects. The system shall cover the entire area from independent
pipe work from the fire water pump set. The hydrant work shall remain pressurized through the
proposed Jockey pump taking care of any leakages in the system pipelines and valve glands.
All pumps/motors to be of makes approved by Client.

The hydrant system shall be kept charged by pressurized water at approximately 7.5 Kg/cm2 at
all times. In the event of fire when any of the hydrant valves in the network is opened, the
resultant fall in header pressure should enable starting the Electric Motor driven fire water
pumping set through pressure switches automatically. One Electric driven pump shall be a
stand-by pump serving hydrant system. In case of failure of electricity, DG shall automatically
take over. Apart from the automatic starting of the pump sets, provision shall be kept for
manual starting also. However, shutting down of pump sets shall be manual.

The hydrant system in the yard shall be furnished with external hydrants consisting of landing
valves (positioned approx. one meter above ground level) fitted M.S. (Heavy) flanged single
headed stand pipes installed on underground hydrant headers distributed 45 M apart
approximately or as marked on the plan.

The entire system including all pumps, motors and panels shall be of approved make by Client.
PRESSURE GAUGE

All pressure gauges shall be dial type with Borden tube element of SS 316. The dial size shall
be of 150 mm diameter and scale division shall be in metric units marked clearly in black on a
white dial. The range of pressure gauge shall be 0-15 kg.sq.mm. The pressure gauges shall be
complete with isolation cock, syphon tubing, etc.

Pressure gauge shall be provided near all connections of hydrant system and isolation valves of
sprinkler system and wherever required.

PRESSURE SWITCHES

The pressure switch shall be industrial type single pole double throw electric pressure switch
designed for starting or stopping of equipment when the pressure in the system drops or
exceeds preset limits. It shall comprise of a single pole change over switch, bellow element
assembly and differential spindle.

Page 187 of 267


All pressure switches shall have ¼” BSP (F) inlet connection and screwed cab entry for fixing
cable gland. It shall be fitted along with an isolation valve.

SPECIFICATION FOR PUMPS AND ANCILLARY EQUIPMENT

SCOPE OF WORK

 Work under this section shall consist of furnishing all labour, materials including spare,
equipment and appliances necessary and required to completely install electrically operated
pumps for fire hydrant and sprinkler installations as required by the drawings and specified
hereinafter or given in the schedule of quantities.
 Contractor shall submit the design of the system at his cost.
 Without restricting to generality of the foregoing the pumps and the ancillary equipment
and shall include the following:
 .Pressure gauges & pressure switch.
 Scope
GENERAL REQUIREMENT

Pumps shall be installed true to level on suitable concrete foundations. Base plate shall be
firmly fixed by foundation bolts properly grouted in the concrete foundations.

Pumps and motors shall be truly aligned with suitable instruments.

All pump connections shall be standard flanged type with appropriate number of bolts.

Manufacturer’s instructions regarding installation connections and commissioning shall be


followed with respect to all pumps, switchgear and accessories.

The Complete external hydrant System shall be feed by existing Fire fighting system of Multi
level Parking at site.

INTERLOCKING

The following inter-locking between the two main fire pumps (i.e. hydrant pump & sprinkler
pump), the jockey pump and the standby pumps.

Only one category of pumps will work at a time i.e. either jockey pump or main fire pumps
(hydrant and sprinkler, both the hydrant and sprinkler can come up at a time) or standby pump.

S. No. JOCKEY HYDRANT PUMP SPRINKLER PUMP STANDBY PUMP


PUMP
i. ON OFF OFF OFF
ii. OFF ON OFF OFF

Page 188 of 267


S. No. JOCKEY HYDRANT PUMP SPRINKLER PUMP STANDBY PUMP
PUMP
iii. OFF OFF ON OFF
iv. OFF ON ON OFF
v. OFF OFF ON ON
vi. OFF OFF OFF ON
vii OFF ON OFF ON

INSTALLATION CONTROL VALVES (UL/FM LISTED)

Each installation shall be provided with a set of installation control valves comprising: -
a. An Alarm Valve.
b. A Water Motor Alarm & Gong.
c. Installation valves shall be installed on the sprinkler circuits as shown on the drawings.
d. Contractor shall submit detailed shop drawings showing the exact location, details of
installation of the valves/alarm in all respects.
e. Installation valve shall comprise of a cast iron body with gunmetal trim, and double seated
clapper check valves, pressure gauges, test valve and orifice assembly and drain valve with
pressure gauges, turbine water gong including all accessories necessary and required and as
supplied by original equipment manufacturer and required for full and satisfactory
performance of the system. A cast iron isolation valve with lock and chain at the inlet of
the installation valve shall be provided.

INSPECTION AND TEST VALVE ASSEMBLY


Inspection and testing of the automatic starting of the sprinkler system shall be done
by providing an assembly consisting of gunmetal valves, gunmetal sight glass, bye-
pass valve and orifice assembly as per approved drawing.
WATER FLOW SWITCH
Flow switch shall have a paddle made of flexible and sturdy material of the width to fit within
the pipe bore. The terminal box shall be mounted over the paddle/ pipe through a connecting
socket. The Switch shall be potential free in either N O or N C position as required. The
switch shall be able to trip and make / break contact on the operation of a single sprinkler
head. The terminal box shall have connections for wiring to the Annunciation Panel. The flow
switch shall have connections for wiring the seat shall be of S.S to the Annunciation Panel.
The flow switch shall have IP: 55 protections.

Page 189 of 267


The flow switches work at a triggering threshold bandwidth (flow rate) of 4 to 10 GPM.
Further, it shall have a ‘Retard’ to compensate for line leakage or intermitted flows.
FOOT VALVE & STRAINERS
Foot valve & strainer shall be designed for usage in pump suction of various sizes as per drg.
(Negative suction pump). The material of construction for foot valve & strainer shall be of cast
iron body (epoxy coated), bolt, washer of stainless steel, strainer basket of SS 304, Flanges of
cast iron.
FLOW METER (UL/FM Approved)
Flow meter shall be compatible with pump ratings. All system components that come in
contact with system water shall have a minimum rated working pressure of 175 psi. All flow
element components shall be constructed of materials to resist the ambient condition common
to fire pump installations. The system shall display an accuracy of ±2 % full scale deflection
for the range of flows from 50% to 200% of the rated capacity of pump for which it will be
used. The flow element of “in-line” portion of the system shall be hydrostatically tested to 700
psi or 400% of working pressure (whichever is greater) for 5 minutes. No rupture or permanent
deformation shall result.
The meter portion of the system, including signal lines, shall be hydrostatically tested to 350
psi or 200% of the rated working pressure (whichever is greater) for 5 minutes. No rupture or
permanent deformation
DELUGE VALVE (UL/ FM Approved)
Deluge Valve is a quick release, hydraulically operated diaphragm valve. It has three
chambers, isolated from each other by the diaphragm operated clapper & seat seal. While in
‘set ‘position, water pressure is transmitted through an external bypass check valve &
restriction orifice from the system supply side to the top chamber, so the supply pressure in the
top chamber acts across the diaphragm operated clapper which holds the seat against the inlet
supply pressure because of differential pressure design. On detection of fire, the top chamber is
vented to atmosphere through the outlet port via opened actuation device. The top chamber
pressure cannot be replenished through the restricted inlet port; thus, it reaches less than half
the Supply pressure instantaneously & the upward force of the supply pressure lifts the clapper
allowing water to enter the system piping network & alarm devices.
TESTING OF THE HYDRANT SYSTEM:
 All air shall be vented from the pipeline through hydrants & air valves. Each section of the
pipe shall be slowly filled with the water & allow to stand the water for few hours with the
ends closed.
 Flushing of underground connections: Underground mains and lead-in connections to system
risers shall be flushed before connections made to piping in order remove foreign materials
which may have entered the underground during the course of installation. For hydrant
system the flushing operation shall be continued until water is clear.

Page 190 of 267


Provision shall be made for the disposal of water issuing from test outlets to avoid property
damage.
Acceptance Test

At the time of taking over, the hydrant system shall fulfil the following acceptance tests:
a) Starting up of the pressure suction (Jockey Pump): The pressure switch shall be set at 6
kg/cm2 at the lower limit and 7.5 kg/cm2 at the upper limit. The system drain shall be
opened to cause a drop in the pressure. The Jockey Pump shall start as soon as the pressure
gauge needle falls down to 6 kg. The Jockey pump shall also stop automatically when the
system has been pressurized again up to 7.5kg/cm2.
b) The main electrical pump shall be set to start at 5 kg/cm2. An external hydrant valve using
a single length of hose and branch pipe shall be fully opened to cause a drop of pressure in
the system. At first, the jockey pump shall start when the pressure drops to 6 kg. Further,
drop in the pressure up to 5 kg should be allowed to test automatic start-up of the electrical
pump. When the main electrical pump starts, the Jockey pump shall stop, by means of
interlock provided in Fire pump panels. The electrical pump shall continue to run at least
for 5 minutes and register rise in the pressure up to 7.5 kg the Jockey Pump shall be
automaticallystart at this. The electrical pump shall be stopped manually by pressuring the
stop button.
c) After having the system got fully charged at 7.5 kg/cm2 the external hydrant valve using
hose and branch pipe at (ii) above shall be opened. When the pressure has dropped to 5
kg/cm2, the electric main pump shall come into operation automatically. After the main
pump has run for 5 minutes, the power supply in the pump house shall be switched off. The
standby pump on DG set shall automatically come into operation immediately due to
further reduction in pressure.
d) All these tests mentioned above shall be repeated after one-hour interval. The result of all
the tests shall be identical again. After the system has satisfactorily withstood the above
tests, it can be taken over from the contractor.

START-UP/SYSTEM TESTING

It will be the responsibility of the tenderer to cause interim/stage inspection by the C.F.O
during execution of the work as and when so called for by AUTHORITY and shall carry out
any rectification / modification as may be suggested by the Chief Fire Officer (CFO).

Soon after the work is completed, the contractor shall inform the CFO in writing with a copy to
the AUTHORITY getting the complete system including all sub system and instrumentation,
control etc. thoroughly inspected and tested for satisfactory performance. After satisfactory
completion of tests of the systems by the CFO the contractor shall be required to submit as
built drawings to the AUTHORITY which have been so approved.

The contractor shall also be responsible for getting the system and equipment tested and
approved by the Chief Fire Officer as may be required.

Page 191 of 267


FIRE EXTINGUISHERS

Fire extinguisher shall be installed in easily accessible locations with the brackets fixed to the
wall by suitable anchor fasteners.

Each appliance shall be provided with an inspection card indicating the date of inspection,
testing, change of charge and other relevant data.

All appliances shall be fixed in a true workmanlike manner truly vertical and at correct
locations. Distribution / installation of fire extinguisher to be in accordance to IS: 2190.

ABC TYPE DRY POWDER EXTINGUISHER

a) The Extinguisher shall be filled with ABC grade 40, Mono Ammonium Phosphate 40%
from any approved manufacturer.
b) The capacity of the extinguisher when filled with Dry Chemical Powder (First filling) as
per IS 4308, Part II, shall be 5 Kg +/-2% or 10 Kg +/- 3%.
c) The extinguishers should be position /Installed as per IS: 2190 – 1992.
d) It shall be operated upright, with a squeeze grip valve to control discharge. The plunger
neck shall have a safety clip, fitted with a pin, to prevent accidental discharge. It shall be
pressurized with Dry Nitrogen, as expellant. The Nitrogen to be charged at a pressure of 15
Kg/cm2
e) Body shall be of mild steel conforming to relevant IS Standards. The neck ring shall be
also mild steel and welded to the body. The discharge valve body shall be forged brass or
leaded bronze, while the spindle, spring and siphon tube shall be of brass. The nozzle shall
be of brass, while the hose shall be braided nylon. The body shall be cylindrical in shape,
with the dish and dome welded to it. Sufficient space for Nitrogen gas shall be provided
inside the body, above the powder filling.
f) The Neck Ring shall be externally threaded - the threading portion being 1.6 cm. The filler
opening in the neck ring shall not less than 50 mm. Discharge nozzle shall be screwed to
the hose. The design of the nozzle shall meet the performance requirement, so as to
discharge at least 85% of contents up to a throw of 4 mtrs, continuously, at least for 15
seconds. The hose, forming part of discharge nozzle, shall be 500 mm long, with 10 mm
dia internally for 5 Kg capacity and 12 mm for 10 Kg capacity. It shall have a pressure
gauge fitted to the valve assembly or the cylinder to indicate pressure available inside. The
extinguisher shall be treated with anti-corrosive paint, and it shall be labelled with words
ABC 2.5 cm long, within a triangle of 5 cm on each face. The extinguisher body and valve
assembly shall withstand internal pressure of 30 Kg/cm2 for a minimum period of 2
minutes. The pressure gauge shall be imported and suited for the purpose.

CARBON DIOXIDE EXTINGUISHER


The Carbon Dioxide Extinguisher shall be as per IS: 2878
The body shall be constructed of seamless tube conforming to IS: 7285 and having a convex
dome and flat base. Its dia shall be maximum 140 mm, and the overall height shall not exceed
720 mm.

Page 192 of 267


The discharge mechanism shall be through a control valve conforming to IS: 3224. The
internal syphon tube shall be of copper aluminum conforming to relevant specifications.
Hose Pipe shall be high pressure braided Rubber hose with a minimum burst pressure of 140
Kg/cm2 and shall be approximately 1.0 meter in length having internal dia. of 10 mm. The
discharge horn shall be of high quality unbreakable plastic with gradually expanding shape, to
convert liquid carbon dioxide into gas form. The hand grip of Discharge horn shall be insulated
with Rubber of appropriate thickness.
The gas shall be conforming to IS: 307 and shall be stored at about 85 Kg/cm2. The expansion
ratio between stored liquid carbon dioxide to expanded gas shall be 1:9 times and the total
discharge time (effective) shall be minimum 10 secs and maximum 25 secs.
The extinguisher shall fulfill the following test pressures:
 Cylinder: 236 Kg/cm2
 Control Valve: 125 Kg/cm2
 Burst Pressure of Hose: 140 Kg/cm2 minimums
It shall be an Upright type. The cylinder, including the control valve and high-
pressure Discharge Hose must comply with relevant Statutory Regulations, and be approved by
Chief Controller of Explosives, Nagpur and also bear IS marking.
The Extinguisher including components shall be IS marked.
SIGNAGES
Signages shall be of sign board type made out of 3mm thick "Opaque" PVC foam board with
computer cut, PVC non-reflective self-adhesive vinyl painted foam board, complete with
mirror fasteners.
DRAWINGS
Design and drawing shall submit of the system by contractor.
PAINTING
All sheet steel work shall undergo a process of degreasing, thorough cleaning, and painting
with a high corrosion resistant primer. All panels shall then be baked in an oven. The finishing
treatment shall be by application of powder coating of approved shade.
RUBBER MAT
Rubber mat shall be provided in front to cover the full length of all panels. Where back space
is provided for working from the rear of the panel, rubber mat shall also be provided to cover
the full length of panel.
COMMISSIONING OF SYSTEM
The complete system shall be connected with pump room of proposed MLCP at the
nearby site.
Pressurizing the fire hydrant system by running the main fire pump and after attaining the
required pressure shut off the pump.
Page 193 of 267
Open bye-pass valve and allow the pressure to drop in the system. Check that the jockey pump
cuts-in and cuts-out at the pre-set pressure. If necessary, adjust the pressure switch for the
jockey pump. Close bye-pass valve.
Open bye-pass valve and allow the water to flow into the fire water tank in order to avoid
wastage of water (bye-pass valve shall be provided for both the compartments of fire tank).
The main fire pump should cut-in at the preset pressure and should not cut-out automatically
on reaching the normal line pressure. The main fire pump should stop only by manual push
button. However, the jockey pump should cut out as soon as the main pump starts.
Switch off the main fire pump and test check the standby pump in the same manner as the
working pump.
When the fire pumps have been checked for satisfactory working on automatic controls, open
fire hydrant simultaneously and allow the hose pipe to discharge water into the fire tank to
avoid wastage. The electrically driven pump should run continuously for eight hours so that its
performance can be checked.
The standby pump should also be checked in the same manner as given in para above by
running for 8 hours.
Check each landing valve, male and female couplings and branch pipes for
Compatibility with each other. Any fitting which is found to be incompatible and
Does not fit into the other properly, shall be replaced by the Contractor Landing.
Valves shall also be checked by opening and closing under pressure.
HANDING OVER
All commissioning and testing shall be done by the Contractor to the complete satisfaction of
the Engineer-in-Charge, and the job handed over to the Client.
Contractor shall be responsible for the following:
 Entire System shall be commissioned and tested as per design parameter in co-ordination with
authority, and the Completion Certificate has to be obtained from the authorities to certify the
quality of work and performance of the system.
 As built drawings shall be prepared and certified by the Consultant based on the changes made
at site from approved shop drawings and informed to the consultant time to time. Minimum 04
Sets of such drawings with one soft copy shall be handed over to the Authority.
 Contractor shall also hand over to the Client all maintenance and operation manuals including
G.A drawings, Catalogues and all items including spares, as per the terms of the contract.
 During execution, Hydraulic test shall be carried out in the presence of authority and record
shall be maintained in the Log Book.

OPERATING INSTRUCTION & MAINTENANCE MANUAL


After completion and commissioning of Firefighting system the contractor shall submit a draft
copy of comprehensive operating instructions, maintenance schedule and log sheets for all
Page 194 of 267
systems and equipment included in this contract. This shall be supplementary to
manufacturer’s operating and maintenance manuals. After, approval of the draft, the contractor
shall submit four (4) complete bound sets of typewritten operating instructions and
maintenance manuals; one each for retention by Consultant and Authority’s site representative
and two for Authoritys Operating Personnel. These manuals shall also include basis of design,
detailed technical data for each piece of equipment as installed, spare parts manual and
recommended spares for 5-year period of maintenance of each equipment.
ON SITE TRAINING
After completion of all work and all tests, the Contractor shall furnish necessary operators,
labour and helpers for operating the entire installation for a period of fifteen (15) working days
of ten (10) hours each, to enable the Authority’s staff to get acquainted with the operation of
the system. During this period, the contractor shall train the Authority’s personnel in the
operation, adjustment and maintenance of all equipment installed.

Repairs
All equipment that require repairing shall be immediately serviced and repaired. Since the
period of Mechanical Maintenance runs concurrently with the defects liability period, all
replacement parts and labour shall be supplied promptly free-of-charge to the authority.

GUARANTEE
The contractor shall submit a warranty for all equipment’s, materials and accessories supplied
by him against manufacturing defects, malfunctioning or under capacity functioning.
The warranty shall be valid for a period of minimum up to Defect liabity period over and
above as per OEM.
The warranty shall expressly include replacement of all defective, Non-Working or under
capacity equipment. Authority May allow repair of certain equipment if the same is found to
meet the requirement of efficient functioning of the system.
The warranty shall include replacement of any equipment found to have capacity lesser than
the rated capacity as accepted in the contract. The replacement equipment shall be approved by
the Authority.

PAINTING: PIPE COLOUR CODE


The colour code is as per IS :2379 – 1983 and is as per following table.

Pipe Lines 2nd Colour


Sr. No. Ground Colour 1st Colour Band
Description Band
1 Filtered Water Sea Green French Blue Signal Red
(Cold water Lines after
Filter

Page 195 of 267


station)

Drinking Water
2 Sea Green Light Orange
(Normal Temperature)
Drinking Water
3 Sea Green Light Orange Signal Red
(Chilled Temperature)
4 Domestic HOT Water Sea Green Light Grey
5 Drainage Black
Fire
6 Fire Lines
Red

IS CODES FOR DESIGN, MANUFACTURING, INSTALLATION, TESTING AND


COMMISSIONING OF PIPING VALVES ETC.

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 gate, globe and check valve for water work purpose.
IS: 14846 Sluice valves for water – works purposes (50 mm to 1200 mm)
IS: 901 Coupling, Double male and Double female, instantaneous pattern for
fir fighting.
IS: 1239 Mild Steel tubes, tubular and other wrought (Part I & II) steel fittings.
IS: 884 Swinging type wall mounted hose reel with drum.
IS: 388 Hose tubing.
IS: 4038 Foot valves for water – works purposes.
IS: 5290 Landing Valves
IS: 10221 Anti-Corrosion treatment for underground MS Pipe.
IS: 5312 Swing Check type reflux (Non-Return) Valves

Page 196 of 267


ICT COMPONENTS
Specification of ICT components
All specifications are minimum. Bidders are requested to provide better / higher specifications.
All required software should be provided with appropriate perpetual licenses with a 3 years
update / upgrade to the software.
All components should not be announced end-of-life by the manufacturer.

S Item Description and Specs


No.
1 Dome Camera 4MP High Resolution Dome Camera - Outdoor type IP67
2 Bullet Camera Metal Jacket IP67 - UL/CE/FCC/EN – 4MP
Server / Network and Industrial standard racks to house servers, network
other Racks devices and all other devices procured.
5 PTZ Camera CMOS Image sensor
Min. 30fps@5Mp and 60fps@1MP resolution
35x Optical zoom - outdoor housing
6 Server Server class processor – 4 sockets per server
Latest Generation E5 or better Processor (min. 4 per
Server) – At least 16MB L3 Cache - At least 12 Cores
Min. 256GB RAM
Min. 3X 2TB HDD configured in appropriate RAID –
Hot swappable
Unlimited License Video Management Software to view
on unlimited number of work-stations / desktops
7 Network Video Recorder 64 Channel Industrial / Commercial Grade NVR

8 Storage SAN Storage with 200 TB formatted storage


Maximum storage to be extendable upto at least 600 TB
Enterprise class HDDs
Full Duplex Operation
9 Workstation for Cameras Intel® Core i7 Latest Generation
Monitoring in Control 16GB System RAM

Page 197 of 267


S Item Description and Specs
No.
Room/Head Office 2GB Graphics card
Three monitors – 24” Full HD
128GB SSD + 1TB 7200 rpm HDD
Keyboard, 3 button Mouse and Video Monitoring
Joystick
24x7 working capacity
11 POE Switches Industrial Grade - 10/100/1000 L3 switch: 24 ports with
04 SFP port with all accessories for fiber termination
12 Security Operations Integrated software-based application - with integrated
Platform CCTV, Access Control and Fire Alarm system - with
Incident Management, situation awareness, security
workflow, dashboards, reporting and Geo-Visualisation -
INCLUDING server hardware unit to run the software
application - with unlimited devices and users
14 SOC Infra Ergonomic furniture and console for 4 operators with one
security supervisor
15 Video Management Video management software for all individual cameras –
Software: As per LOT – with Video analytics – including Intrusion
Detection / Tripwire, Object Left Behind, Object
Missing, Directional Motion, Crowd Control, People
Counting, Camera handover
16 UPS As per 1.5 times the sizing / load factor
To provide a power backup of at least 2 hours
Online UPS

Cable and Conduit


1 CAT6-UTP
2 Metal flexible conduit 20mm
3 Multimode Fibber Optics Cable 06 core armoured from Switch to Switch
4 MS conduits 20 mm heavy duty
5 MS conduits 25 mm heavy duty
6 50 mm MS trunking heavy duty

Page 198 of 267


Cable and Conduit
7 100 mm MS trunking heavy duty
8 150 mm MS trunking heavy duty
9 200 mm MS trunking heavy duty
10 PVC conduit 25 mm heavy duty
11 PVC conduit 32 mm heavy duty
12 6 Core Cable
13 8 Core Cable
14 4 Core Cable

CCTV SYSTEM – SURVEILLANCE MANAGEMENT SYSTEM


GENERAL
SECTION INCLUDES
This Section includes Supply, Engineering, Installation and Commissioning of CCTV System
as shown on the drawings and as specified in this section and Bill of Quantity.
All systems and components shall have been thoroughly tested and proven in actual use.
All systems and components shall be provided with a one-day turnaround repair express and
24-hour parts replacement. The repair and parts express shall be guaranteed by the
manufacturer on warranty and non-warranty items.
CCTV system comprising of colour cameras for the areas, as shown in drawings.
Specifications included in this section are indicative and considered as minimum, equipment &
software that shall be delivered at the time of implementing the project shall be the latest
versions available in the market.
ENVIRONMENTAL REQUIREMENTS
All equipment installed shall not require readjustments of controls, realignment, software
reloading or reconfiguring when operating under the following conditions:
The control areas indicated on drawing shall be air-conditioned.
Equipment installed outside shall be capable to operate at their nominal performances under the
environmental conditions that are prevelant in Ujjain. Bidders may make appropriate
judgements to the same and in case any protective measures are required, to apply the same.
CONTRACT SUBMITTALS
Please provide the following documentation during construction phase indicating on the
submission as “Technical Submission”.

Page 199 of 267


Engineering Submissions
 List of shop drawings with symbols and abbreviations used on shop drawings
Equipment Components List: Submit the equipment list as shown on system schematic. List
the following:
 Schematic component name
 Description
 Manufacturer of equipment
 Equipment part numbers
 Ratings
 Installation diagrams of field devices
 Wiring: Wiring diagram for each device
 Training: Submit schedule, syllabus, and training materials in accordance with the
Client’s requirement and shall be subject for approval.
Service Organization:
 Qualified service organization list that shall include the names and telephone
numbers of organizations qualified to service the CCTV System.
 Contractor Certification: Provide certification that the installation of the control
system is complete, and the technical requirements of this section have been met.
Operations and Maintenance Manual:
• CCTV Hardware Manufacturers’ Manuals
• Digital Video Recorder Manual
• Operator’s Manual
• As-Built Drawings
QUALITY ASSURANCE
The following association and organization shall be referred to with respect to standards as
they apply to the materials and equipment provided under this Section.
Electronics Industries Association (EIA): Publications and Engineering Publications.
Single Source Responsibility: Components and accessories shall be product of single
manufacturer to the maximum extent.
One-week training program must be provided for the selected personnel by
supplier/manufacturer representative so that they can manage and maintain the system
efficiently.
WARRANTY
Submit written guarantee signed by the contractor, manufacturer for the period of DLP or over
and above by OEM from the date of substantial completion. The guarantee shall cover the

Page 200 of 267


repair and replacement of defective materials and workmanship as directed by the Engineer In-
Charge.
PRODUCTS
CCTV SYSTEM
• Fixed Indoor Dome Colour Cameras (Ceiling Mount)
• Cameras shall be installed at fixed positions as shown in drawings.
• Cameras will have at least the following characteristics:
• 540-600 TV lines of horizontal resolution.
• Excellent signal-to-noise ratio of 50dB.
• Minimum scene illumination of 0.7 lux
• Internal synchronization with line-lock.
• BLC covers various light conditions.
• Built in auto-iris and vari-focal lens 3-8mm
• No interference from magnetic or electronic fields
• Operating voltage: 12VAC/DC
• Power Consumption: 4 Watt
• IP-67
All cameras facing bright light (as indicated in the drawings) shall be provided with Super
Dynamic feature to compensate the bright light entering the camera.
Fixed Indoor Mini Dome Colour Cameras (Inside Lift)
• Cameras will have at least the following characteristics:
• 600 TV lines of horizontal resolution.
• Built in auto-iris and 3.6mm Fixed Focal Lens
• Inbuilt UTP Transmitter
• Excellent signal-to-noise ratio of 50dB.
• Minimum scene illumination of 0.7 lux
• Internal synchronization with line-lock.
• BLC covers various light conditions.
• No interference from magnetic or electronic fields
• Operating voltage: 12VAC/DC

Page 201 of 267


Dimensions to aesthetically matching the lift interiors
Fixed Outdoor Colour Cameras/Bullet Camera (Wall Mount)
• Cameras shall be installed at fixed positions as shown in drawings.
• Cameras will have at least the following characteristics:
• 450 TV lines of horizontal resolution.
• Excellent signal-to-noise ratio of 50dB.
• High sensitivity with a minimum scene illumination of 0.8lux
• Internal synchronization with line-lock.
• BLC covers various light conditions.
• Accepts CS and C mount lenses without adaptor.
• Accepts 2 types of auto iris lenses (DC servo type and VIDEO servo type).
• No interference from magnetic or electronic fields
• Operating voltage: DC 12
Lenses
• Focal length: Provide vari-focal lens (3-8mm)
• Auto Iris
• C/CS mount
• Lenses shall be approved.
The environmental camera enclosure shall be IP65 rated with heater and blower designed
specifically for use with medium and smaller format cameras and fixed focal length or
motorized zoom lenses in moderate climate conditions with all accessories which may be
required for a complete environmental camera enclosure. The enclosure/mounting shall have
feed through cable management.
Outdoor Pan, Tilt and Zoom d/n. Dome Colour Cameras
The outdoor CCTV camera dome drive system shall consist of a discreet, miniature camera
dome; variable speed/high speed pan and tilt drive unit with continuous 360 deg rotation; high
resolution, 1/4”, color, CCD camera; 22X optical with additional 10X digital for outdoor PTZ
Domes and 18X Optical with additional 10X digital zoom for Indoor PTZ domes, auto
focusing, motorized zoom lens; integral receiver/driver; and plenum-rated, quick-install back
box assembly. The outdoor domes shall be IP65 rated with vandal proof outdoor enclosure,
inbuilt feed through cable management. It should be capable of wall or pendant mount based
on the camera location.

Page 202 of 267


The variable speed/high speed pan and tilt drive unit shall meet or exceed the following design
and performance specifications:
The pan and tilt drive unit shall be capable of 360 deg continuous pan rotation and a vertical
unobstructed tilt of +2 to –92 deg.
• The pan and tilt drive unit shall pan under manual control from a creep speed of 0.8 to 90
deg per second and pan at 240 deg per second. Tilt operation shall range from 0.8 to 45
deg per second.
• The pan and tilt drive unit shall provide programmable limit stops for manual panning,
auto/random scanning, and frame scanning.
• Shall support a minimum of 64 presets.
The high resolution, color CCD camera shall meet or succeed the following design and
performance specifications:
 The color CCD camera Capable of Day & Night operation shall be a 1/4” interline transfer
imager meeting PAL signal format specifications.
 The camera shall be 2:1 interlace, with AC line lock that is phase adjustable through on-
screen programming.
 The image sensor shall have a total pixel array of 811 (H) x 508 (V) and an effective pixel
array of 768 (H) x 494 (V).
 The camera shall provide a horizontal resolution of 600 TV lines.
 Three alternative white balance control mode: ATW/AWC/MANUAL(3200K PRESET,
5600K PRESET, R, B gain control)
 The camera shall have automatic iris control with manual and programmable override.
 The camera shall have automatic gain control with programmable override.
 The camera and lens package shall provide a color image with a sensitivity of 0.02 lux at
signal level of 50 IRE, gain high.
 The camera shall have a signal-to-noise ratio of >50 dB.
The motorized zoom lens shall meet or exceed the following design and performance
specifications:
 The motorized zoom lens shall be 22 X optical zoom with an additional 10X digital zoom
(220X total zoom) for Outdoor cameras and 18X Optical with an additional 10X digital
Zoom for Indoor Cameras
 The lens shall feature automatic focus with manual and programmable override.
PTZ Camera:
 1/1.9” HD CMOS sensor 2MP(1920*1080) Full HD 23X Optical Zoom Ultra-low
illumination 120db True WDR Smart Tracking

Page 203 of 267


 Smart Detection
 EIS (Electronic Image Stabilization)
 Defog
 200m IR distance
 Optional wiper(-W)
 Hi-PoE / 24VAC power supply
Monitors:
 Monitors will have the following characteristics.
 PAL Standard
 Screen size: 32”
 Color LCD monitors with minimum 400cd/m2 brightness
 Wall mount
 High immunity to external electrical and magnetic interference
 Power: 230V 60Hz
 Controls shall include brightness, contrast, vertical and horizontal hold.
Network Video recorder & Transmission System
The Network Video Recording and Transmission System shall include, as a minimum, the
following features/functions/specifications:
 The Network Video Recording and Transmission System must be protected by the most
extensive support services in the industry, including Customer Service, Pre-Sales
Applications Assistance, After-Sales Technical Assistance, access to Technical Online
Support, and Online Training using web conferencing.
 The Network Video Recording and Transmission System and its components shall be
thoroughly tested before shipping from the manufacturer’s facility
 The Network Video Recording and Transmission System shall utilize the same user
interface, regardless of platform, offering compatibility across the entire series.
 The Network Video Recording and Transmission System shall consist of three (3) major
components:
Network Video Recording
Video Management Software (VMS)
The Digital Recorder shall include, as a minimum, the following
features/functions/specifications:

Page 204 of 267


The Network Video Recording shall be compatible with Local Area Networks (LAN) such as
Ethernet.
The Network Video Recording shall be optimized and designed for Microsoft Windows®
Embedded XP, offering unparalleled stability, security, and ease of use, and shall allow the
user to fully create and edit all network settings available with Windows Embedded XP.
The Network Video Recording shall come preconfigured with a DHCP enabled IP address and
subnet mask to allow for installation in many IP settings without the need to reconfigure
TCP/IP settings.
The Network Video Recording shall be available with sixteen (16) BNC composite video
inputs. All models must include corresponding BNC looping video outputs, with selectable
termination via a dip-switch setting. The factory default setting of the dip-switches shall be
termination on.
The Fourty Five (45) input Network Video Recording shall offer recording options of 100, 200,
or 400 ips, with real-time live video viewing, each with 25 ips per camera The Digital Recorder
shall utilize MPEG4 image compression and offer the following resolutions available on a per
camera basis: Intel Xeon Hex Core Processor 2.2GHz, 8MB Cache 16GB DDR4
360x288 (PAL), with an average file size of 2~5k per image.
720x288 (PAL), with an average file size of 4~8k per image.
720x576 (PAL), with an average file size of 7~11k per image.
The Network Video Recording shall allow the user to adjust the resolution, quality, sensitivity,
and number of images per second each camera will record. These adjustments shall be
configurable per video input.
The specialist installer is responsible to configure the HDD of the DVR to achieve Days of
recording at 6fps at 2CIF resolution and quality. As instructed by Engineer In charge. Network
Video Recording must be housed in a high-performance, metal case. The case shall be no
higher than four (4) rack units (4U) and be designed to fit into a 19” EIA rack.
The Network Video Recording shall have 1TB of system memory, and the processor shall be a
minimum of an Intel® Pentium or higher. An internal 10/100 Network Interface Card (NIC)
and a 64 MB video card shall be standard.
The Network Video Recording shall have the ability to easily backup important video to an
internal or external media location, or an attached network storage device. The unit must not
stop recording during the backup process.
The operator shall be able to monitor the status of the recording process by viewing a backup
progress bar displayed on the main display screen. The backup progress bar must automatically
disappear from the main screen when the backup function has been completed successfully.
The unit must feature a “Scheduled Backup” option, allowing the operator to schedule the
backup of video by date and time.

Page 205 of 267


A DVD R/RW recordable drive must be available from the manufacturer of the Network Video
Recording allowing for up to 8+ Gigabytes of video data to be stored on each DVD.
The Network Video Recording shall include a minimum of the following rear-panel
connectors:
• BNC Connectors for Camera Inputs and Looping Outputs
• 75-Ohm termination dip-switches
• Sensor/Alarm Inputs
• Control Outputs
• 110V/220V auto-switching power-supply
• PS/2 Mouse Input
• PS/2 Keyboard Input
• USB Ports
• DB9 Serial Input
• LPT Parallel Printer Port
• Audio Line In
• Audio Microphone In
• S-Video Output
• SVGA Monitor Output
• RS-422/485 Interface (with RX, TX, and Operation LED’s)
• RCA Video Out
• RCA Audio Inputs
• RJ-45 Network Jack (with Activity and Link LED’s)
All Network Video Recording shall include the following components from the manufacturer:
• PS/2 Mouse
• PS/2 Keyboard
• DVR Repair Disc
• Remote Video Software Disc
• Power Adapter
• PTZ Adapter
• Rack mount attachments with screws

Page 206 of 267


• DVR key
• User Manual
The Network Video Recording shall support two monitor outputs. One spot monitor and a
normal monitor output for multi-screen viewing.
The Network Video Recording shall come pre-configured for fast and seamless integration
with IT infrastructures. (Provide for a LAN to connect to a Management PC) The unit must
offer the following network setup options:
• The ability to enable or disable access to the digital recorder from remote locations.
• A designated time-out period that the connection will be terminated after unsuccessful
user attempts to connect to the digital recorder.
• An Emergency port used to connect with the Alarm Monitor Software.
• A primary port used to connect to remote software.
• An Image port used to transfer video to the remote software.
• A Search port used to transfer search information to the remote software.
• The ability to enable or disable access by the Web Viewer Software, allowing a user to
view live video using a Microsoft Internet Explorer browser.
• The ability to adjust the resolution setting when sending video to remote clients.
• The ability to throttle the bandwidth of the digital recorder to ensure that images and
system messages are delivered as quickly as possible within the capabilities of the
network’s available bandwidth.
• The ability to define the modem and PPP information to dial to a remote client when an
Alarm Event is activated.
• The ability to view the IP configuration of the digital recorder.
The Network Video Recording must include an Alarm log to record and display information
pertaining to alarm events, an Event log to record and display information pertaining to user
logins, digital recorder reboots, and other related information, and a System log to
record/display hardware information pertaining to scan disks, system recording successes and
failures, and other related information. The user shall have the ability to export the log
information in one (1) week increments.
The Network Video Recording shall include a User Management Console, which allows the
user to create, edit, and delete user accounts. Each account can be assigned different privileges
that limit the usage of the system.
The Network Video Recording shall include a hidden camera feature, which allows an
administrator to hide certain cameras from a user. The camera must still be recorded, but the
user will not be able to view the cameras in live or search mode.
The Network Video Recording shall allow the user to view the following system information:

Page 207 of 267


• Video format of the digital recorder (PAL/NTSC).
• Software version of the digital recorder.
• The user specified unique identification name used by other software to connect to the
Network Video Recording.
• The serial number of the Network Video Recording.
• A user specified contact number.
• Network Video Recording manufacturer’s technical support number.
• A note space for the user to type in any details about the system.
• A Gigabit 10/100/1000 network interface adapter shall be available from the
manufacturer.
• The input digital recorder shall include sensor inputs, for use with devices such as
motion detectors, glass breakage alarms, door and window sensors, etc., and the inputs
must be configurable via software for Normally Open (NO) or Normally Closed (NC).
The operator shall have the option of displaying a sensor status bar on the main display
screen, and when the operator places the mouse pointer directly over a sensor, the
associated sensor title must be displayed on the screen.
• During power-up, the digital recorder shall run a series of self-tests, and display
messages as the various hardware and software sub-systems are activated. After power-
up, the digital recorder’s software must load automatically and display the main screen.
• The camera status for each camera shall be displayed next to the camera number (or
name) in the video display area. The information must include:
• Camera number and custom name.
• Recording status, which must show whether a camera is currently being recorded,
whether a camera that has been set up for motion only recording is currently being
recorded, or whether a camera is NOT currently being recorded.
• Special recording status, which must indicate whether a camera’s associated sensor has
been activated, and/or when the user activates the instant recording option for the
selected camera.
The Network Video Recording shall allow for user definable, descriptive camera names of up
to fourteen (14) alpha-numeric characters. The font size must be adjustable, and the option to
bold the characters must be available.
To optimize the clarity and detail of recorded video, the Network Video Recording shall have
the ability to adjust each video input’s brightness, contrast, and hue. The user must be able to
easily return the video settings to the system’s default, either individually or all at once, with a
simple mouse click.

Page 208 of 267


The Network Video Recording shall incorporate advanced video motion detection, including
the ability to create five (5) motion detection regions, with adjustable sensitivity, per video
input, utilizing “click and drag” of the system mouse. Each region must be resizable by
dragging the sides and/or corners, and the operator shall have the ability to move each region
anywhere within the setup area. The user must be able to easily remove all motion regions from
the setup area with a simple mouse click.
When motion occurs in programmed detection region, a colored box shall be displayed on the
main screen around the region where the motion occurred.
The Network Video Recording shall include the option of displaying the associated video full
screen upon a motion or sensor event and enabling an audio alarm. The audio alarm shall be
either a default beep, or a custom created sound file (.wav), unique to the application. The
sound file shall be played through speakers attached to the digital recorder.
The Network Video Recording shall include the ability for pre-alarm and post-alarm recording,
which must record video for a specified time before and/or aftera motion or sensor alarm has
occurred. The time period must be selectable from one (1) to sixty (60) seconds.
The Network Video Recording shall include intensive recording, which allows the programmer
to increase the pictures per second of any camera when a sensor or motion alarm event occurs.
The Network Video Recording must include a video loss alarm function to allow an alarm
event to occur when a camera loses signal for any reason (e.g. power failure, cable being cut,
camera damage, etc…). When a video loss event occurs, the operator shall have the option to
enable an alarm beep utilizing the internal speaker of the digital recorder, and/or activate an
alarm output.
To increase the amount of pertinent video that is saved by the digital recorder, and to keep it
for a longer period of time, the operator must have the ability to utilize recording schedules.
For general installations, pre- defined schedules with basic configurations shall be standard. Up
to thirty- two (32) user-definable recording schedules to maximize the recording efficiency of
the digital recorder must also be available. Schedules may be defined by the following:
• Day of Week.
• Time of Day
• Camera Number
• None, Continuous, Sensor Input, or Motion Recording
• Relay Output(s) Activation
Each of the Network Video Recording detailed customized schedules shall allow the operator
to “link” camera(s) and relay output(s) activation to particular sensor input(s). The schedules
can be activated by date/time, motion alarms, and/or sensor inputs. Advanced options must also
be available that allows the user to send alarm events, either motion or sensor activated, to the
remote emergency agent software or the video management software.

Page 209 of 267


Instant recording must be available to manually start a camera recording, superseding the
current schedule. This recording shall be started with a simple double right-click of the mouse
on the desired video image, and the label “INSTANT” shall be placed on the upper right corner
of the video. When this manual recording is activated, it must automatically flag the specific
video so that an index search can be performed at a later date for easy retrieval.
The digital recorder shall have the ability to export single images in the JPG file format, save
video clips in the AVI format, or output to a VCR using the S-Video port. A digital signature
must be attached to every JPG and AVI file exported by the unit for use with the bundled
Digital Verifier application. This function must be unique to the unit and its verification
software and shall not interfere with viewing files using other applications.
The digital recorder shall incorporate an internal RS-422/RS-485 adapter, with the ability to
control multiple pan/tilt/zoom (PTZ) cameras. Depending on the model, control must include
multiple pan, tilt, zoom, and focus speeds, iris control (including return to auto-iris), focus
control (including return to auto-focus), programming presets, and viewing presets. When an
operator places the mouse pointer directly over a preset, the associated preset title must be
displayed on the screen.
The digital recorder shall support most of the feature set and programming functions of the
speed domes from different manufacturers.
The digital recorder shall include on-screen play controls to playback the recorded video frame
by frame (either forward or reverse) or play at normal speed (either forward or reverse). An on-
screen hour/minute slide control bar must also be available to allow the operator to select the
hour and minute of the desired video. The slide bar must be controlled either by clicking and
dragging the slider or using the wheel on the manufacturer supplied mouse.
The digital recorder shall offer on-screen brightness controls to brighten up an image to get
more detail, zoom controls to allow the user to digitally zoom in on an image, and speed
controls to increase or decrease the playback speed. When recording images with extensive
motion using 720x480 resolution, the unit shall offer the option of interweaving two frames to
create a smooth detailed image, alleviating the “digital blur” that can interfere with the quality
of the video when recording high speed moving images. This feature shall be activated with a
simple mouse click.
The digital recorder shall include a time synchronization option, allowing a single channel of
video to playback in real-time.
The digital recorder must allow the operator to specify a region on an image and perform a
search based upon any motion that had occurred in that region. To indicate the progress of the
search being performed, a status bar shall be displayed on the screen. The search results must
be displayed in a separate column, listed by date and time. A simple double-click on any one of
the search results shall retrieve the associated segment of video.
The digital recorder should integrate with the access control software in such a way that it
should be able to play the recorded video corresponding to the alarm event by clicking the
alarm transaction in the access control software.

Page 210 of 267


The digital recorder shall incorporate advanced hardware watchdog circuitry for unsurpassed
system reliability.
Cat-6 Cables
Stranded Bare Copper (7 x 32 AWG), HDPE (CMI-75E) Nominal Wall Thickness: 0.178mm,
Min. Thickness: 0.153mm
Please submit samples for approval prior to execution.
Electrical Power Requirements
A. The Digital Recorder must have the following electrical specifications: Power Requirement:
240 VAC (50/60Hz), 10/7A
Environmental Conditions
The Digital Recorder shall be designed to meet the following environmental conditions:
• Operating Temperature:40° - 104° F (5° - 40° C) non-condensing
• Emissions: FCC Part 15, Subpart B, Class A
• EN55022 + A1: 1995 and A2: 1997 EN61000-3-2, EN61000-3-3
• Immunity: EN55024:1998 + A1:2001 and A2:2003
• Safety : UL, cUL 60950-1:2003
• IEC/EN 60950-1:2001
• CB report and certificate
EXECUTION
INSTALLATION
The complete security system shall be installed by the equipment manufacturers approved
licensed supplier.
All cables to be enclosed in conduit.
All necessary power supplies to cameras by Contractor.
Provide all necessary power to control desk to feed all equipment. All power supplies to be
from essential distribution boards.
Include initial database set up and six (6) days training in the operation and management of the
system by the security manufacturers to the Authority designated staff and to the approval of
the Engineer In Charge.
The Digital Recording and Transmission system must be installed,
programmed, and tested in accordance with the manufacturer’s instructions.

Page 211 of 267


All necessary back boxes, racks, connectors, supports, conduit, cable, and wire must be
furnished and installed to provide a complete and reliable Digital Recording and Transmission
system installation. Exact location of all boxes, conduit, and wiring runs shall be presented to
the Authority for approval in advance of any installation.
All conduit, cable, and wire shall be installed parallel and square with building lines, including
raised floor areas. Conduit fill shall not exceed forty percent (40%). All wires shall be gathered
and tied up to create an orderly installation.

WARRANTY: -
Contractor shall provide warranty minimum upto defect liability period or over and above as
per manufacturer for replacement or repair of material.
REFERENCES
• Canadian ICES-003
• Consultative Committee for International Radio (CCIR)
• Conformity for Europe (CE)
• Electronic Industry Association (EIA)
• Federal Communications Commission (FCC)
• Motion Photographic Experts Group (MPEG)
• National Television System Committee (NTSC)
• Phase Alternation by Line (PAL)
• Underwriters Laboratories Inc. (UL)

Page 212 of 267


TECHNICAL SPECIFICATIONS PLUMBING WORK
MATERIALS
GENERAL:
All materials shall be of the best-approved quality obtainable and unless otherwise specified
they shall conform to the respective Bureau of Indian Standard specifications.
Samples of all materials shall be got approved before placing order and the approved samples
shall be deposited with the Employer.
In case of non – availability of materials in metric size, the nearest size in FPS units shall be
provided with prior approval of the Employer / Consultants for which neither extra will be paid
nor any rebate shall be recovered.
If directed / found necessary, materials shall be tested in any testing laboratory selected by the
Employer and the Contractor shall produce the test results to the Consultant for his scrutiny and
approval. The entire charges for original as well as repeated tests shall be borne by the
Contractor. If required, the Contractor shall arrange to test portion of work at his own cost in
order to prove the soundness of the same, to the Employer / Consultant or their representatives.
The work or portion of work if found to be not satisfactory in the opinion of the Employer /
Consultant or their representatives, Contractor shall pull down and re – do the same at his own
cost. All defective materials shall be removed from the site immediately as ordered.
It shall be obligatory for the contractor to furnish certificates, if so demanded by the Employer
/ Consultant from manufacturer or the material supplier, that the work has been carried out by
using their material and installed / fixed as per their recommendations.
GENERAL:
Equipment offered for supply and installation shall include the following:
All minor items and incidental work, equipment accessories and materials may not be
specifically mentioned but are required for the proper completion of the installatios in
accordance with the true intent and meaning of this specification.
All necessary safety devices for the protection of personnel against injury and the protection of
plant and equipment against damage including relief valves, belt guards, fan inlet and / or
discharge guards, safety railing effective earthing of electrical components, electrical
interlocks, warning lights and alarms.

Readily accessible, dust-proof including facilities on all moving parts and equipment including
provision for cleaning all lubricating lines and bearings and charging same with the correct
lubricants after installation but prior to testing and commissioning.
Clearly visible and robust manufacturer’s name-plates permanently fitted each and every item
of equipment and showing the manufacturer’s name, type and/or model number, serial number,
and all essential operating data such as speed, capacity, voltage, current draw, etc.

Page 213 of 267


The contractor also shall allow provision for the inspection of all plant and equipment by the
manufacturer or his licensed representative, at least twice during the course of the installation.
WATER SUPPLY:
All pipe used for toilet internals, kitchen internal and external piping, ring main pipe (for cold
water application only) shall be of chlorinated polyvinyl chloride (CPVC), made as per
ASTM–D 2846 from 15 mm dia to 100mm dia. All CPVC pipes shall be of Flow Guard make.
They shall be sound with good surface finish, mechanical strength and capacity. They shall be
of the diameter (nominal bore) as specified in the items specification / as directed by the
consultants, nominal bore, of the pipes for which they are intended.
PIPE FITTINGS:
The fittings shall be of CPVC and brass with female screwed ends as called for in the
specification complying with all the appropriate requirements given in para A.1.1 or as
specified. The fitting shall be designated by the respective nominal bores of the pipes for which
they are intended.
The fittings where the taps, stop cock, mixer fitting, are intended to be fixed, shall be of brass
body and shall have screw threads at the ends / female threads or fittings shall be parallel and
male threads (except on running nipples and collars of unions) shall be tapered. Unions shall be
provided at regular intervals in the pipelines for easy Maintenance / Repair / Replacement of
pipes.
CUTTING:
CPVC pipes shall be cut with a wheel – Type plastic tubing cutter, a hacksaw or other fine-
toothed hand or power saws. Use of ratchet cutters shall be permitted provided blades are
sharpened regularly. A miter box should be used to ensure a square cut when using a saw.
CPVC pipes shall be cut as squarely as possible to provide optimal bonding area within the
joint. If any indication of damage or cracking is evident at the tubing end, the pipe shall be cut
off at least 2 inches (5cm) beyond any visible crack.
The pipes shall be cleaned of all foreign matter before being laid. In jointing the pipes, the
inside of the socket and the screwed end of the pipes shall be oiled and rubbed over with white
lead and a few turns of locklite wrapped round the screwed in the socket, tee etc., with the pipe
wrench. Care should be taken that all pipes and fittings are properly jointed so as to take the
joints completely watertight and pipes are kept at all time free from dust and dirtduring the
fixing. Burr from the joint shall be removed after screwing. After laying, the open ends of the
pipes shall be temporally plugged to prevent access of water, soil or any other foreign matter.
Any threads exposed after jointing shall be painted or in the case of underground piping thickly
coated with approved anticorrosive paint to prevent corrosion / wrapped with 4 mm thick pipe
kote pipe running below ground level shall be laid at a minimum depth 600mm.
DEBURRING / BEVELING:
Burrs and filings can prevent proper contact between tube and fitting during assembly and
should be removed from the outside and inside of the tubing. A chamfering tool is preferred but

Page 214 of 267


a pocketknife or files are suitable for this purpose. A slight bevel on the end of the tubing will
ease entry of the tubing into the fitting socket and minimize the chances of pushing solvent
cement to the bottom of the joint.
PRIMER / CLEANER APPLICATION:
Primer or cleaner shall be applied for preparing the bonding area for the addition of cement and
subsequent assembly. A proper applicator shall only be used. A dauber or natural bristle paint
brush approximately ½ the size of the tubing diameter shall be appropriate. Apply primer to
both the outside of the tubing end and in the fitting socket. Primer should not be allowed to
puddle in the fitting.
SOLVENT CEMENT APPLICATION:
FOR MAKING JOINT ONLY CPVC CEMENT OR AN ALL – PURPOSE CEMENT
CONFIRMING TO ASTM F- 493 SHALL ONLY BE USED. When the primed pipe and
fitting surfaces are dry, apply a thin coat inside the fitting socket.
LAYING AND JOINTING:
The pipes and fittings shall be inspected at site before use, to ascertain that they confirm to the
specification given in parA1.1.The defective pipe shall be rejected. Where the pipes have to be
cut or jointed the ends shall be carefully filed, so that no obstruction to bore is offered. The
jointing to be dry fit checked. A thick coat of solvent cement shall be applied to the outer
surface of the socket by mean of a brush. Solvent cement shall be of approved and of good
quality ASTM – F493. The pipe shall be then inserted in to the fitting and turned 90 degree to
ensure even distribution of solvent cement with in the joint. Excess solvent cement shall be
wiped off. Properly align the fitting. Hold the assembly for approximately 10 seconds, allowing
the joint to set – up. An even bead of cement should evident around the joint. If this bead is not
continuous around the socket edge, it may indicate that insufficient cement was applied. In this
case, remake the joint to avoid potential leaks. Wipe excess cement from the tubing and
surfaces for an attractive professional appearance. Clamps / pipe hooks a required size shall be
used for clamping the pipe to the walls.
SET AND CURE TIMES:
Solvent cement set and cure times are a function of pipe size, temperature, and relative
humidity. Curing time is shorter for drier environments, smaller size, and higher temperatures.
Refer to the following table for minimum cure time after the last joint has been made of before
pressure testing can begin.
Special care should be exercised when assembling Flow Guard systems in extremely low
temperature (below 40 C) or extremely high temperature (above 380 C). In extremely hot
temperatures, care should be taken to ensure both surfaces to be jointed are still wet with
cement when putting them together.
TESTING:

Page 215 of 267


Once an installation is completed and cured per these recommendations, the systems should be
hydrostatically pressure tested. 10bar (150 PSI) for Five hour is recommended. When pressure
testing, the system should be filled with water and all air bled from the highest and farthest
points in the run. If a leak is found, the joint must be cut out and discarded. A new section
should be installed using couplings. During sub – freezing temperatures, water should be blown
out of the lines after testing to eliminate potential damage from freezing.
HANDLING AND STORAGE:
Flow Guard CPVC is a tough, corrosion resistant material, but it does not have the mechanical
strength of metal. Reasonable care should be exercised in handling CPVC pipes and fittings.
They should not be dropped, stepped on, or have objects thrown on them. If improper handling
or heavy impact results in cracks, splits, or gouges, the damaged section shall be discarded.
Flow Guard tubing should be covered with a non-transparent material when stored outdoors for
long periods of time.
HANGERS AND SUPPORTS:
For vertical runs supports shall be provided a at each floor level, plus a mid – story guide. For
horizontal runs, supports shall be provided at three-foot (90-cm) intervals for diameters of one
inch and below and at four-foot (1.2 m) intervals for larger sizes. Piping should not be
anchored tightly to supports, but rather secured with smooth straps or hangers that allow for
movement caused by expansion and contraction. Most hangers designed for metal pipe are
suitable for Flow Guard. Hangers shall not have rough or sharp edges which come in contact
with the tubing.

HORIZONTIAL AND VERTICAL SUPPORT:


A typical Cold-water distribution system operating at 260-300 C supports shall be provided for
horizontal lines at every 3’(90cm) for sizes ½” – 1”, and every 4’ (120 cm) on sizes larger than
1”. However, the following spacing shall be used at water temperatures indicated.
Internal Work:
Generally, the galvanized iron pipes and fittings shall run in the wall chase inside the toilets
and kitchen but on the surface in the service ducts. For exposed pipes, the clamps fixing shall
be done by means of steel / GI angle brackets and clamps, keeping the pipes about 2.5cm to
5.0cm clear of the wall. When it is concealed, the pipe chasing may be adopted with groove
cutting machine. For pipes fixed in the ducts or recesses etc., provide sufficient space to work
on the pipes with the usual tools. The pipe shall not ordinarily be buried for short distances
provided adequate protection is given against damage and shall be fixed at a place a pipe is
passing through a wall or floor to allow freedom for expansion and contraction and other
movements. In the case, the pipes is embedded in floors it should be painted with anti –
corrosive bitumastic of approved quality and pipe shall be wrapped in burlap or hessain based
bitumen pipe coat of 4mm thickness with overlap of minimum 25mm. The wrapping shall be

Page 216 of 267


made to fit tightly over the pipe and where wrapping with a new overlap the old pipe and
where wrapping one joint it shall be tied with MS wire or nylon thread. Where pipes are
encased with in chases made in the wall, they shall be fixed to the wall with MS clamps MS
hooks at every 2 m c/c as to prevent movement before filling in grouting and making good the
chase.
External Works:
The galvanized iron pipes and fittings in external work shall be laid in neatly excavated
trenches. The widths and depths of the trenches for different diameters of the pipes shall be as
given in the table below and shall be deep enough to have a clear cover of atleast 600mm
above the top of pipes.
At joints the trench, width shall be widened wherever it is necessary. The work of excavation
and refilling shall be done true to line and gradient by watering and consolidating the excavated
soil in layers.
The pipes shall be painted with two coats of anticorrosive bitumastic paint of approved quality
followed by wrapping with burlap or hessain based bitumen pipe kote of 4mm thickness with
overlap of minimum 25mm. The pipes shall be laid on a layer of 7.5cm sand and filled with
excavated earth. The supplies earth shall be disposed off as directed. The filling shall be done
after testing & rectifying leakages and after final passing of work by the plumbing management
Consultant.
When the excavation is done in rock the bottom shall be cut deep enough to permit the pipes to
be laid on a sand cushion of minimum 7.5cm. in case of bigger diameter pipes where the
pressure is very high thrust blocks of cement concrete 1:2:4 (1 cement :2 coarse sand: 4 graded
stone aggregate of 20 nominal size) shall be constructed on all bends to transmit the hydraulic
thrust without impairing the ground and spreading it over a sufficient area, as directed by the
plumbing management Consultant.
Testing the joints:
After laying and jointing, the pipes and fittings shall be inspected under working conditions of
pressure and flow. Any joint found leaking shall be redone and all leaking pipes removed and
replaced without extra cost to Authority. The pipes and fittings after they are laid shall be
tested
to hydraulic pressure of 10kg / sq.cm. (100 meter or double the designed working pressures
whichever is more). The pipes shall be slowly and carefully charged with water allowing all air
to escape and avoiding all shock or water hammer. The draw off takes and stopcocks shall be
then closed and specified hydraulic pressure shall be applied gradually. Pressure gauge
observations shall be made for atleast 24 hrs. The pipes and fittings should be tested in section
as the work of laying proceeds, keeping the joints exposed for inspection during the testing.
Measurements:
The lengths shall be measured in running meter correct to a cm for the finished work, which
shall include GI pipes and sockets, GI fittings such as bends, tees, elbows, reducers, crosses,

Page 217 of 267


plugs, sockets, nipples and nuts, but exclude brass or gunmetal taps (cocks), valves, lead
connection pipes and shower rose. The length shall be taken along the central line of the
pipefitting. All pipes and fittings shall be classified according to their diameter of the internal
bore. The pipe shall be described as including all cuttings and wastage. In case of fittings of
unequal bore, the largest bore shall be measured.
Digging and refilling of trenches shall be measured separately or clubbed with main item as
called for in the item specification/tender bill of quantities.
Internal work:
The rate of internal work shall include the cost of labour and material involved in all the
operations described above except in para A.1.7. The rate shall include the cost of chasing,
cutting holes in walls and floors making good the same including clearing of the debris.
Insulation of pipes for hot water supply will be paid separately as extra item.
The grove cutting shall be covered with GI mesh of “ARPITHA” make before grouting
External work:
The rate of external work shall include the cost of labour and materials involved in all the
operations described above except in para A.1.5. The rate shall exclude excavation of trenches,
rates include painting of pipe and wrapping with 6mm thick pipe kote and refilling all-round
the pipes.
Water supply and waste Fittings: (General)
The brass or gunmetal fitting shall be heavy quality and approved manufacture and pattern with
screwed or flanged ends as specified. The fittings shall in all respects comply with the Indian
standard specifications No. I.S. 778 – 1984 (Fourth revision) and I.S. 781 – 1984 (Second
revision). The standard size of brass or gunmetal fittings shall be designated by the nominal
bore of the pipe outlet to which the fittings are attached. A sample of each kind of fittings shall
be got approved from the Consultants / Employer and all supplies should be made according to
the approved samples.
All cast fittings shall be sound and free from laps, blowholes and filings. Both internal and
external surfaces shall be clean, smooth and free from sand etc. Burning, plugging, stopping or
patching of the casting shall not be permissible. The bodies, bonnets, spindles and other parts
shall be truly machined so that when assembled the parts shall axial, parallel and cylindrical
with surfaces smoothly finished. The area of the water – way of the fittings shall be less than
the area of the nominal bore.
The fittings shall be fully examined and cleared of all foreign matters before being fixed. The
fittings shall be fitted in the line in a workman – like manner. The joints and fittings shall be
leak – proof when tested to a pressure of 10kg / sq.cm. as described in para above and the
defective fittings and joints shall be replaced or redone, without any extra cost.
Regulations and Standards:

Page 218 of 267


All equipment supply erection testing and commissioning shall comply with the requirements
of Indian standards and code of practices given below as amended up to 30 may 2002. All
equipment and material being supplied by the contractor shall meet the requirements of IS.
Tariff advisory committee’s regulation (fire insurance) electrical inspectorate and Indian
Electricity rule other Codes / publications as given below:
PRESSURE REDUCING VALVE SET:
Each pressure-reducing valve set shall be complete with pressure reducing or pressure
regulating valve, isolating valve, pressure relief valve on outlet and filter on inlet.
Each pressure reducing valve shall contain loading neoprene diaphragm and a full floating,
self-aligning, ignition resistant seat and shall be of the single stage, pressure reduction type
with provision for manually adjusting the delivery pressure. The valve shall fail safe to the low
pressure.
Valve shall be capable of operating at the maintaining automatically the respective delivery
pressure and flow rates as indicated and shall not be liable to creep. Valve shall also be capable
of maintaining the pre – set down stream pressure under static condition.
The filter on each inlet to a pressure-reducing valve shall be of replaceable porous sintered
metal type.
PRESSURE RELIEF VALVES:
Each pressure relief valve shall be of the fully enclosed type and fitted with hand easing gear.
Each pressure relief valve in a pressure reducing station shall have a flow capacity equal to that
of the pressure-reducing valve.
Pressure relief valves in locations other than reducing stations shall have flow capacities equal
to that of the associated equipment.
PRESSURE GAUGE:
The pressure gauge shall be constructed of die cast aluminum and enameled. It shall be weather
proof with an IP 55 enclosure. It shall be a stainless bourden tube type pressure gauge with a
scale range from 0 to 16 kg / cm square and shall be constructed as per IS: 3524. Each Pressure
gauge shall have a siphon tube connection. The shut off arrangement shall be by ball valve.
DRAWINGS:
a. Contract drawings duly signed by Engineer-in-charge / Consultant are diagrammatic but
shall be followed as closely as actual construction permits. Any deviations made shall be in
conformity with the architectural and other services drawings and with the prior approval of
Architect.
b. Architectural drawings shall take precedence over services drawings in regard to all
dimensions.

Page 219 of 267


c. Contractor shall verify all dimensions at site and bring to the notices of Engineer-in- charge
/ Consultant discrepancies if any Engineer-in-charge ‘s decision in this respect shall be
final.
d. Large size details and manufactures’ dimensions for materials to be incorporated shall take
precedence over small-scale drawings.
WORK TO BE CARRIED OUT BY LICENCED PERSONS / FIRMS:
All service installations namely water supply plumbing drainage and sewerage electrical fire
detection and fire protection works shall be carried out by technically competent persons
holding valid license to carry out their respective trade at the site and having a minimum
experience of five years in their relevant trades.

DRILLING, CUTTING, ETC.:


All cutting and drilling of walls or other elements of the building for the proper entry /
installation of pipes, and other equipment shall be carried out using electrically operated tools,
only. Manual drilling, cutting, chiseling, etc shall be cut or chased with the written permission
of the project engineer.
LIST OF BUREAUX OF INDIAN STANDARDS CODES:
GENERAL:
SP: 6 (1) Structural Steel sections
IS: 27 Pig Lead
IS: 325 Three phase induction Motors
IS: 554 Dimensions for pipe threads where pressure tight joints are
required on the threads.
IS: 694 PVC insulated cables for working voltages unto & including 1 100
V.
IS: 779 Specification for water meters (domestic type).
IS: 782 Specification for caulking lead.
IS: 800 Code of practice for general construction in steel
IS: 1068 Electroplated coatings of nickel plus chromium and copper plus
nickel plus chromium.
IS: 1172 Code of Basic requirements for water supply drainage and
sanitation.
IS: 1367(part1) Technical supply conditions for threaded steel fasteners: part 1
Introduction and general information.
IS: 1367(part2) Technical supply conditions for threaded steel fasteners: part 2
product grades and tolerances.
IS: 1554(part1 PVC insulated (heavy duty) electric cables: part 1 for working
voltages unto and including 1 100 V.
IS: 1554(part2) PVC insulated (heavy duty) electric cables: part 2 for working
voltages from 3.3 KV up to and including 11 KV.
IS: 1726 Specification for cast iron manhole covers and frames.
IS: 1742 Code of practice for building drainage.

Page 220 of 267


IS: 2064 Code of practice selection, installation and maintenance of sanitary
appliance.
IS: 2065 Code of practice for water supply in buildings.
IS: 2104 Specification for water meter for boxes (domestic type)
IS: 2373 Specification for cater meter (bulk type)
IS: 2379 Color code for identification of pipelines
IS: 2527 Code of practice for fixing rainwater gutters and down pipes for
roof drainage.
IS: 2629 Recommended practice for hot dip galvanizing on iron and steel.
IS: 3114 Code of practice for laying of cast iron pipes
IS: 4111(Part– Code of Practice for ancillary structures in sewerage system: part 1
1) manhole.
IS: 4127 Code practice for laying glazed stoneware pipes.
IS: 4853 Recommended practice for radiographic inspection of fusion
welded butt joints in steel pipes.
IS: 5329 Code of practice for sanitary pipe work above ground for
buildings.
IS: 5455 Cast iron steps for manholes.
IS: 6159 Recommended practice for design and fabrication of material,
prior to galvaninizing.
IS: 7558 Code of practice for domestic hot water installations.
IS: 8321 Glossary of terms applicable to plumbing work.
IS: 8419(part- 1) Requirements for water filtration equipment: Part 1 filtration
medium sand and gravel.
IS: 8419 (part-2) Requirements for water filtration equipment: part 2 under drainage
system.
IS: 9668 Code of practice for provision and maintenance of water supplies
and fire fighting.
IS: 9842 Preformed fibrous pipe installation.
IS: 9912 Coal tar-based coating materials and suitable primer for protecting
iron and steel pipelines.
IS: 10221 Code of practice for coating and wrapping of underground mild
steel pipe lines.
IS: 10446 Glossary of terms relating to water supply and sanitation.
IS: 11149 Rubber Gaskets.
IS: 11790 Code of Practice for preparation of butt – welding ends for pipes,
valves, flanges and fittings.
IS: 12183 (part – Code of practice for plumbing in multistoried buildings: part 1
1) water supply
IS: 12251 Code of practice of drainage of building basements.
IS: 5572 Code of practice for sanitary pipe work.
BS: 6700 Specification for design, installation, testing and maintenance of
servicessupplying water for domestic use within buildings and
their cartilages.
BS:8301 Code of practice for building drainage.
BSEN: 274 Sanitary tap were, waste fittings for basins, bidets and baths.
General technical specifications.

Page 221 of 267


PIPES AND FITTINGS:

IS: 458 Specification for per cast concrete pipes (with and without
reinforcement)
IS: 651 Salt glazed stone ware pipes and fittings
IS: 1239 Mild steel tubes, tubular and other wrought steel fittings part
(part –1) 1 mild steeltubes.
IS: 1239(part- Mild steel tubes, tubular and other wrought steel fittings part
2) 1 mild steeltubes.
IS: 1536 Centrifugally cast (spun) iron pressure pipes for water, gas
and sewage.
IS: 1537 Vertically cast iron pressure pipes for water, gas and sewage.
IS: 1538 Vertically cast iron pressure pipes for water, gas and sewage.
IS: 1729 Sand cast iron spigot and socket soil, waste and ventilating
pipes, fittings andaccessories.
IS: 1879 Malleable cast iron pipe fittings.
IS: 1978 Line pipe.
IS: 1979 High test line pipe
IS: 2501 Copper tubes for general engineering purposes.
IS: 2643 Dimensions for pipe threads for fastening purposes Part 1
(part –1) basic profile anddimensions.
IS: 2643(part - Dimensions for pipe threads for fastening purposes Part 2
2) Tolerances.
IS: 2643(part- Dimensions for pipe threads for fastening purposes Part 3
3) limits of sizes.
IS: 3468 Pipe nuts
IS: 3589 Seamless or electrically welded steel pipes for water, gas and
sewage (168.3 mm to 2032 mm outside diameter).
IS: 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.
IS: 4346 Specifications for washers for use with fittings for water
services.
IS: 4711 Methods for sampling steel pipes, tubes and fittings.
IS: 6392 Steel pipe flanges
IS: 6418 Cast iron and malleable cast iron flanges for general
engineering purposes.
IS: 7181 Specification for horizontally cast-iron double flanged pipe
for water gas and sewage.

VALVES:

IS: 778 Specification for copper alloy gage, globe and check valves
for water works purposes.
IS: 780 Specification for sluice valves for water works purposed (50
mm to 300 mm size).
IS: 1703 Specification copper alloy float valves (horizontal plunger
type) for water supply fittings.

Page 222 of 267


IS: 2906 Specification for surface valves for water works purposes
(350 mm to 1200 mm size)
IS: 3950 Specification for surface boxes for sluice valves.
IS: Specification for swing check type reflux (non return) valves
5312(part- ) part 1 muilti door pattern.
IS: Specification for swing check type reflux (non return) valves
5312(part- ) part 1 muilti door pattern.
IS:12992(part-1) Safety relief valves, spring loaded design.
IS: 13095 Butterfly valves for general purposes.

SANITARY FITTINGS:

IS: 771(part to Specification for glazed fire clay sanitary appliances.


3)
IS: 744 Specification for flushing cistern for water closets and urinal
(other than plastic cistern)
IS: 775 Specification for cast iron brackets and supports for wash
basins and sinks
IS: 781 Specification for cast copper alloy screw down bib taps and
stop valves for water services.
IS: 1700 Specification for drinking fountains.
IS: 2548 (part – Specification for plastic seats and covers for water closets
2) part 1 thermo set seats and covers.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
1) part 1 general requirement.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
2) part 2 specific requirements of wash – down water closets.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
3) part 3 specific requirements of squatting pans.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
4) part 2 specific requirements of washbasins.
IS: 2556 (part 6 Specification for vitreous sanitary appliances (vitreous china)
Sec 2) part 3specific requirements of urinals, section 2 half stall
urinals.
IS: 2556 (part 6 Specification for vitreous sanitary appliances (vitreous china)
Sec 4) part 4 specific requirements of urinals, section 4 partition
slabs.
IS: 2556 (part 6 Specification for vitreous sanitary appliances (vitreous china)
Sec 5) part 5 specific requirements of urinals, section 5waste fittings.
IS: 2556 (part 6 Specification for vitreous sanitary appliances (vitreous china)
Sec 6) part 6 specific requirements of urinals, section 6 water
spreaders for half stall urinals.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
7) part 7 specific requirements of half round channels.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
8) part 8 specific requirements of siphoning wash down water
closets.

Page 223 of 267


2556 (part -7) Specification for vitreous sanitary appliances (vitreous china)
part 11 specific requirements of shower rose.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
12) part 12 specific requirements of floor traps.
IS: 2556 (part - Specification for vitreous sanitary appliances (vitreous china)
15) part 15 specific requirements of universal water closet.
IS: 2692 Specification for ferrule for water services.
IS: 2717 Glossary of terms relating to vitreous enamel ware and
ceramic metal system.
IS: 2963 Specifications for waste plug and its accessories for sinks and
wash basins.
IS: 3311 Specification for waste plug and its accessories for sinks and
wash basins.
IS: 5961 Specification for cast iron gratings for drainage purposes.
IS: 6249 Specification for gel-coated glass fiber reinforced polyester
resin bath tubs.
IS: 6411 Specification for gel-coated glass fiber reinforced polyester
resin bath tubs.
IS: 8931 Specification for copper alloy fancy single taps, combination
tap assembly and stop valves for water services.
IS: 9758 Specification for flush valves and fitting for water closets and
urinals.

WATER QUALITY TOLERANCE:

IS: 3025 (part Method of sampling and test (physical and chemical) for
1to water and waste
44) water.
IS: 4764 Tolerance limits for sewages effluents discharged into island
surface waters.`
IS: 10500 Drinking water

PUMPS AND VESSELS:

IS: 1520 Specification for horizontal centrifugal pumps for clear cold
fresh water.
IS: 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.
IS: 2825 Code of unfired pressure vessels.
IS: 4648(part -1) Code of practice for lining of vessels and equipment for
chemical processes part 1 Rubber lining.
IS: 5600 Specification for sewage and drainage pumps.
IS: 8034 Specification for submersible pump sets for clear, cold, fresh
water.
IS: 8418 Specification for horizontal centrifugal self-priming pumps.

Page 224 of 267


Water supply Fittings:
All water supply fittings (including mixer fittings accessories) shall be brass / copper, heavy
chromium plated, of the make and design specified. The fittings shall be cast fittings of screw
type, machined and threaded properly for fixing to the supply pipes.
The plating shall conform to Indian standard specification IS 4827 –1968 electroplated coating
of nickel and chromium on copper alloys.
The fittings shall be supplied complete with chromium plated matching flanges, nuts and
extension pieces of required lengths. Metallic washers where required shall also be of
chromium plated brass. All bib cocks and stop cocks shall conform to Indian standard
specifications IS: 781 – 1984 (second revision) bib taps and stop valves for water services,
sand cast brass screw – down (revised) pillar cocks to IS: 8934 – 1978 – pillar taps, mixing
fitting to IS: 1701 – 1960 mixing valves for ablutionary and domestic purpose. Both filler,
shower arm, rose spout and other fittings shall match the supply fittings in construction,
performance and appearance.
All fixing accessories and screws shall be similar to fittings with all exposed parts chromium
plated. All washers shall conform to Indian standard specification IS: 4326 – 1967 washers for
water taps for cold water services.
Waste Fittings:
All waste fittings (waste, chain, pop-up, over-flow) shall be brass / copper, heavy chromium
plated of the make and design specified and match the supply fittings. They shall confirm to
Indian Standard specification IS: 2963 – 1964 waste fittings for wash basins and sinks, non-
ferrous.
Bottle Traps:
Bottle traps (for wash basins, sinks, urinals, etc.,) shall be deep seal (minimum 6cm. seal) cast
brass bottle traps, heavy chromium plated. All bottle traps shall be provided with suitable
cleaning eye, extension piece, flare nuts – all chromium plated. Bottle traps shall be of
approved make and design. Waste coupling for washbasins shall be 40mm, for sinks 50mm, for
urinal.
Wall Flange:
Wall flange / caps shall be provided on all walls, floors, columns, etc., wherever supply and
disposal of pipes pierce through them. These wall caps shall be chromium-plated brass snugly
fitting. The receiving pipes shall be large enough to cover the punctures properly.
Floor Traps:
Floor traps shall be of PVC of the size required, of approved design incorporating a deep seal
(6cm. minimum) and venting device unless otherwise indicated. All PVC floor traps in general
/unless otherwise specified, shall be of moulded type only. However, floor traps of sizes as
mentioned in the BOQ and that are not available in moulded type, shall be of fabricated type.
Samples of these fabricated floor traps including other PVC fabricated fittings to be got

Page 225 of 267


plumbing management Consultant. The traps shall be supplied with cast iron / PVC cap with
collar capable of receiving a grating.
Lawn Hydrants:
Lawn hydrants shall be 20mm, unless otherwise indicated. All hydrants shall provide with
lever-operated ball valves that is screwed faucet to receive hosepipes. Lawn hydrants shall be
of approved make and design. Where called for lawn hydrants shall be located in brick
masonry chambers of appropriate size as per specification given herein after.
VALVES AND APPURTENANCES:
Ball Float Valves:
The ball valve shall be of high-pressure type and shall be of sizes as specified. The normal size
of a ball valve shall be that corresponding to the size of the pipe to which it is fixed. The ball
valve shall be of brass or gun metal as specified and the float of copper sheet. The minimum
thickness of copper sheet used for making the float shall be 0.45mm for float exceeding
115mm dia. The body of the high-pressure ball valve when assembled in working conditions
with the float immersed to not more than half of its volume shall remain closed against a test
pressure of 3.5kg / sq.cm.
The ball valve shall generally conform to IS specification No.1703: 1977 (Second revision).
The weight of ball cock and the size of the ball cock shall be as per IS specification.
Brass full way Valve:
Full way valve is a valve with suitable means of connection for insertion in a pipeline for
controlling or stopping the flow. The valve shall be of brass fitted with a cast iron wheel and
shall be of gunmetal gate valve type opening full way of the size as specified. The valve shall
be of best quality approved by the Consultants \ Architects.
Gun-metal full way valve with wheel:
These shall be of the gunmetal fitting with wheel and shall be of gate valve type opening full
way and of the size as per specification. These shall generally conform to I.S. 780-1984 (Sixth
Revision).
Butterfly/Ball Valves:
Valves up to 40 mm dia and below shall be Nickel plated brass body heavy stainless-steel ball,
lever operated, tested to 20Kg/sq.cm with female screwed ends. All ball valves shall be of full-
bore type.
Valves from 50mm up to 150mm dia shall be of cast of iron body butterfly valves lever
operated with flange ends. Valves shall carry IS certification mark.
All valves shall be approved by consultants before they are used on work.
All globe and check valves shall have working parts suitable for hot and cold water, as
required. Valves shall be tagged with permanent label under hand wheel indicating type or
duty.
Page 226 of 267
Foot Valves:
Provide cast iron body with brass disc and strainer of approved quality, wherever shown.
A.2.6. “Y” STRAINERS:
‘‘Y’’ strainers up to 50mm shall be of gunmetal and above 50mm shall be of cast iron body.
Strainers shall incorporate a removable bronze screen with mm (1/8’’) perforations and a
permanent magnet. Strainers shall be provided with flanges at both inlet and outlet. They shall
be designed to enable blowing out of accumulated dirt and facilitate dirt and facilitate removal
and replacement of the screen without disconnection of the main pipe.
Pressure Reducing Valves:
Pressure reducing valves shall be of “Hawk “make bronze pivot operated spring-loaded valves
for reducing pressure as required suitable for specified dia of pipe.
Sluice Valves:
The sluice valves are used in a pipeline for controlling or stopping flow of water. They shall be
of specified size and class and shall be of inside non – raising screw type spindle with either
double flange or double sockets ends and cap or hand – wheel.
These shall in all respects comply with the Indian Standard specification IS. 780 – 1984 for
Valves up to and including 300mm, size and No. BDC (429) p2 for valves above 300mm, size.
Calls – I sluice valves are used for maximum working pressure of 10kg / cm2, (100-meter
head) and class – II sluice valves for 15kg / cm2 (150-meter head).
The body, domes, covers, wedge gate and stuffing box shall be of good quality cast iron, the
spindle of bronze the nut and valves seats of leaded tin bronze. The bodies, spindles and other
parts shall be truly machined with surfaces smoothly finished. The area of the waterway of the
fitting shall be not less than the area equal to the nominal bore of the pipe. The valve wheel
shall be marked with an arrow to show the direction of turn for closing the valves.
The valve shall be fully examined and cleared of all foreign matter before being fixed. The
fixing of the valve shall be done by means of bolts, nuts, and 3mm rubber insertions or
chemically treated compressed fiber board of 1.5mm thick minimum thickness and of weight
not less than 0.183gm per sq.cm with the flanges of spigot and the socketed tail pieces drilled,
to the same specification in the case of S & S pipe and with flanges in case of flanged pipes.
The tailpieces shall conform to IS. 1938 – 1960. These shall be jointed to the pipes line by
means of lead caulked joints.
Appurtenances:
The other appurtenances of pipeline are mentioned below:
Air Valves:
These are placed at every summit in the pipeline to permit the escape of air when the main is
filled and afterwards, if any air carried out in to the mains. These are also placed on long
stretches of nearly level main.

Page 227 of 267


Scour Valves:
These are placed at the bottom of all depressions for emptying the main of letting out the
sediment.
Reflux /Non-return Valves:
These are fixed so as to open in the direction of flow but automatically close if the water flows
back. They are used to diminish the damage done by the escape of water due to a burst or
prevent damage to impellers of pumps.
Fixing water meter and stopcock in C.P.V.C / GI pipeline: Materials – pipefittings as described
in material section. Cutting GI pipeline:
The GI line shall be cut to the required length at the position where the meter and stopcock are
required to be fixed. The ends of the pipe shall then be threaded unions shall be provided in the
pipe assembly for fixing water meter.
Fixing meter and stopcock:
The meter and stopcock shall be fixed in position by means of connecting pipes, GI jam nut
and socket etc., The stopcock shall be fixed near the inlet of the water. The paper disc inserted
in the ripples of the meter shall be removed and meter installed exactly horizontal or vertical in
the flow line in the direction shown on by the arrow cast on the body of the meter.
Care shall be taken that the factory seal of the meter is not disturbed. Wherever the meter shall
be fixed to a newly fitted pipeline, the pipeline shall have to be completely washed before
fitting the meter. For this purpose a piece of pipe equal to the length of the meter shall be fitted
in the proposed position of the meter in the new pipeline. The water shall be allowed to flow
completely to wash the pipeline and then the meter installed as described above by replacing
the connecting piece.
BALL VALVE:
The ball valve shall be of high-pressure class and shall be sizes as specified and directed.
The nominal size of ball valve shall be that corresponding to the size of the pipe to which it is
fixed. The valve shall be of gunmetal as specified with standard polyurethane float. The float
should be special in shape. The jointing of float shall be efficiently finished, lapped and
soldered seam or brazing. Polyurethane floats shall be used as specified.
The ball valve shall generally confirm to IS. Specifications No.1703. The weight of ball cock
and size of ball shall as per table given below:
Both high pressure and low-pressure ball valves are designed for use on mains having pressure
of 17.kg/sq.cm.and above.
THRUST BLOCKS AND ANCHORAGE:
At all changes of directions or gradients, thrust blocks made of cement concrete M150 duly
designed should be provided around the bends of the pipes made of GI or PVC or CI withstand
dynamic and static forces likely to be developed due to water running the pipes. The thrust
blocks shall be made after the joints are tested and found OK.

Page 228 of 267


DRAINAGE (EXTERNAL WORKS)
Salt Glazed Stoneware Pipes:
All pipes with spigot and socket ends shall conform to IS 651 – 1992 (fourth revision) and
shall be of grade `A’ as specified. These shall be sound, free from visible defects such as fire
cracks or hair cracks. The glaze of the pipes shall be free from crazing. The pipes shall give a
sharp clear note / sound when struck with a light hammer. There shall be no broken blisters or
chipping on the spigot or socket. The approximate thickness of 60cm long pipes shall be given
in the table below:
The length of pipes shall be 60cm exclusive of the internal depth of the socket. The pipes shall
be handled with sufficient care to avoid damage to them.
Trenches for SW stoneware pipes drain.
Unless otherwise mentioned the widths of trenches for various dia of stoneware pipes shall be
as given in the table given below for depth upto 2.0m.
Wherever depth exceeds 2.0m, the width will be increased by 1.1m.

Laying of stoneware pipes:


All pipes shall be laid on a bed of 15cm cement concrete of 1:4:8 using ¾” graded granite
aggregates projecting on each side of the pipe to the width of the trench specified. The pipes
with their crown level at 1.20m, depth and less from ground shall be covered with 15cm thick
concrete above the Crown of the pipe ends sloped off to meet the outer edges of the concrete to
give a minimum thickness of 15cm, all round the pipe. Pipes laid at a depth greater than 1.20m.
at crown shall be concerted at the sides upto the level of the center of the pipe and sloped off
from the edge to meet the pipe tangentially.
The pipes shall be carefully laid to the alignments, levels and gradients shown on the plans and
sections. Great care shall be taken to prevent sand etc., from entering the pipes. pipes between
two manholes shall be laid truly in a straight line without vertical or horizontal undulation the
pipes shall be laid with socket up the gradient.
If the excavation has been carried too low, the desired levels shall be made up with concrete
1:5:10 (1cement: 5 fine sand: 10 graded stone aggregate 40mm nominal size) for which no
extra payment shall be made.
If the floor of the trench consists of rock or very hard ground that cannot easily be excavated to
a smooth surface the pipe shall be laid on a leveling course of concrete as desired.
JOINTING:
Tarred gasket of hemp yard soaked in thick cement slurry shall first be placed round the spigot
of each pipe and the spigot shall then be slipped home well into the socket of the previously

Page 229 of 267


laid. The pipe shall then be adjusted and fixed in the correct position and the gasket caulked
tightly home so as to fill not more than ¼th of the total depth of the socket.
The remainder of the socket shall be filled with stiff mixture of cement mortar in the proportion
of 1:1 (1cement: 1 fine sand). When the socket is filled, a trowel fillet shall be formed round
the joint with a trowel forming an angle of 45 degree with the barrel of the pipe. The joints
shall be tested hydraulically as per para B.1.4 and no. Concreting for encasement shall be done.
Unless pipes are jointed and tested after a day’s work any extraneous material shall be removed
from the inside of the pipe. The newly made joints shall be cured.
TESTING OF JOINTS: - IS 4127 - 1983
Hydraulic test: Stoneware pipe used for sewers shall be subjected to a test pressure of 3:0m or
required head of water at the highest point of the section plugging the low end of the drain and
the ends of the connection, if any and filling the system with top and a sufficient length of
vertical pipe jointed to it so as to join with a connection to a hose ending in a funnel which
could be raised or lowered till the required head is obtained and fixed suitably for observation.
During the test the required head is maintained for 30 minutes by adding water from a
measuring vessel at 10 minutes interval and the average quantity added shall not exceed 1 litter
per hour per 100m. Length per 10m dia of pipe
Where leakage will be visible the defective part of the work shall be removed and made good,
at no extra cost.
Refilling of Trenches:
As described under water supply section. In case where pipes are not bedded on concrete,
special care shall be taken in refilling trenches to cement the displacement and subsequent
settlement at the surface resulting in uneven surfaces and dangers to foundations etc. The back-
filling materials shall be packed by hand under and around the pipe and rammed with a
shovel and light tamper. This method of filling will be continued up to the top of pipe. The
refilling shall rise evenly on both sides of the pipe continued up to 60m above the top of pipe
so as not to disturb the pipe. No tapping/ramming should be done within 15cm, of the top of
pipe. The remainder of the backfill sewers and 14 days for concrete sewers, unless local
conditions or materials are suitable tapping / ramming shall become progressively heavier as
the depth of the backfill increases.
Measurements:
The length of pipes shall be measured in running meter nearest to a centimetre as laid or fixed
from inside of one manhole to the inside of the other manhole. The length shall be taken along
the centreline of the pipes overall fittings such as bends, junctions etc., which shall not be
measured separately. Excavation, shoring, timbering, backfilling in trenchers and cement
concreting wherever required and is clubbed with the item. Excavation in hard rock will be
paid separately on stack measurement basis after deducting voids.
Rates:

Page 230 of 267


The rate shall include the cost of material and labour involved in all the operations described
above.
Stoneware Gully Trap:
Gully traps shall conform to IS: 651 – 1980 (Fourth revision) these shall be sound, free from
visible defects such as fire cracks or hair cracks. The glaze of the traps shall be free from
crazing. They shall give a sharp clear note when struck with a light hammer. There shall be no
broken blisters.
The size of the gully trap shall be as specified, and all dimensions will be as per drawing.
Each gully trap shall have one CI grating of square size corresponding to the dimensions of
inlet of gully trap. It will also have a water tight CI cover with frame inside dimensions 300 x
300mm the frame and cover weight not less than 7kg and of sound and good casting and shall
have truly square machined seating faces.
Excavation:
The excavation for gully traps shall be done true to dimensions and levels as indicated on plans
or as directed by the Consultants / Architects.
Fixing:
The gully trap shall be fixed on cement concrete foundation 600 x 600cm square and not less
then 10cm. Thick The mix for the concrete will be 1:5:10 (1 cement:5 fine sand: 10 graded
stone aggregate 40m nominal size). The jointing of gully outlet to the branch drain shall be
done similar to jointing of SW pipe.
Brick Masonry Chamber:
After fixing and testing gully and branch drain, a brick masonry chamber 300 x 300 (inside) in
class B bricks in cement motor 1:5 (1 cement: 5 fine sand) shall be built with a 4.5” thick brick
work round the gully trap from the top of the bed concert up to ground level. The space
between the chamber walls and the trap shall be filled in with cement concrete 1: 5: 10 (1
cement: 5 fine sand: 10 graded stones aggregate 40mm nominal size). The upper portion of the
chamber i.e. above the top level of the trap shall be plastered inside with water proof cement
motor 1:3 (1 cement: 3 coarse sand) finished with a float in coat of neat cement. The corners
and bottom of the chamber shall be rounded off as to slope towards the grating and form a
hopper. CI cover with framed 300 x 300mm (inside) shall then be fixed on the top of the bricks
masonry with cement concrete 1:2:4 (1 cement: 2 coarse sand: & 4 graded stone aggregated
20mm nominal size) and rendered smooth. The finished top of cover shall be left above the
adjoining ` level so as to exclude the surface water from entering the gully trap
Cement Concrete pipes:
The pipes shall be with or without reinforcement as required and of the class as specified.
These shall confirm to IS: 458 – 1971 (Second Revision) the reinforced cement concrete pipes
shall be manufactured by centrifugal (Or spun process.

Page 231 of 267


All pipes shall be true to shape, straight, perfectly sound and free from cracks and flaws. The
external and internal surface of the pipes shall be smooth and hard. The pipes shall be free from
defects resulting from imperfect grading of the aggregate, mixing or moulding. The pipes shall
be RCC light duty, NP type.
Concrete used for the manufacture of reinforced concrete pipes and collars shall not be leaner
than 1:2:4 (1cement: 2 coarse sand: 4 graded stone aggregate). The maximum size of aggregate
should not exceed one third of the thickness of the pipe or 20m whichever is smaller. The
reinforcement in the reinforced concrete pipe shall extend throughout the length of the pipe.
The circumferential and longitudinal reinforcement shall be adequate to withstand the specified
hydrostatic pressure and further bending stresses due to the weight of water when running full
across the span equal to the length of pipe plus three times it’s own weight.
Laying of pipes:
Loading, transporting and unloading of concrete pipes shall be done with care. Handing shall
be such as to avoid impact. Gradual unloading by inclined plane or by chain block is
recommended. All pipe sections and connections shall be inspected carefully before being laid.
Broken or defective pipes or connections shall not be used. Pipes shall be lowered in to the
trenches carefully. Mechanical appliances may not be used. Pipes shall be laid true to line and
grade as specified. Laying of pipe shall proceed up grade of a slope. If the pipes have spigot
and socket end shall face upstream. In the case of pipe with joints to be made with loose
collars, the collars shall be slipped on before the next pipe is laid. Adequate and proper
expansion joints shall be provided where directed. In case where the foundation conditions are
unusual such as in the proximity or trees or holes, under exiting or proposed manholes etc, the
pipe shall be encased all round in 15cm, thick cement concrete 1:5:10 (1 cement: 5 fine sand:
10 graded stone aggregate 40mm nominal size) or compacted sand or gravel.
In cases where the natural foundation is inadequate the pipes shall be laid either in concrete
cradle supported on proper foundation or on any other suitably designed structure as specified.
If a concrete cradle bedding is used the depth of concrete below the bottom of the pipe shall be
at least ¼ th of the internal dia and shall extend up to the sides of the pipe at least to a distance
of ¼ th of the outside diameter. For pipes 300mm, and over in dia.
The pipe shall be laid in this concrete bedding before the concrete has set. Pipes laid in
trenches in earth shall be bedded evenly and firmly and as far up the haunches of the pipes as to
stately transmit the load expected from back fill through the pipe to the bed. This shall be done
either by excavating the bottom of the trench to fit the curve of the pipe to form an even bed.
Necessary provision shall be made for joints wherever required.
When the pipe is laid in a trench in rock, hard clay, or other hard materials the space below the
pipe shall be excavated and replaced with an equalizing bed of concrete, sand or compact earth.
In no place shall pipe
Be laid directly on such hard material. When the pipes are laid completely above the ground
the foundations shall be made even and sufficiently compacted to support the pipeline shall be
supported on PCC sandal blocks. Similar arrangement shall be made to retain the pipeline in
the proper alignment. Such as by shaping the top of the supports to fit the lower part of the

Page 232 of 267


pipe. The distance between the supports shall in no case exceed the length of the pipe. The pipe
shall be supported as far as possible close to the joints. In no case shall the joint come in center
of the span. Care shall be taken to see that superimposed loads greater than the total load
equivalent to the weight of the pipe when running full shall not be permitted.
Jointing of Pipes:
Joints are generally of rigid type. When specified flexible type joints may also be provided.
Spigot and socket joint (rigid)
The spigot of each pipe shall be slipped home well into the socket of the pipe previously laid
and adjusted in the correct position. The opening of the joint shall be filled with stiff mixture of
cement motor in the proportion of 1:2 (1cement: 2 fine sand), which shall be rammed with
caulking tool.
After a day’s work any extraneous materials shall be removed from the inside of the pipe and
the newly made joint shall be cured.
Collar joint (rigid):
The adjoining pipes shall be butted against each other and adjusted in correct position. The
collar shall then be slipped over the joint, covering equally both the pipes. The annular space
shall be filled with stiff mixture of cement mortar 1:2 (1cement: 2 find sand)
Which shall be reamed with caulking tool.
After a day’s work any extraneous material shall be removed from the inside of the pipe and
the newly made joint shall be cured.
The testing of joints, refilling of trenches:
The testing of joints, refilling of trenches for concrete pipe shall be similar to specification for
stone ware pipes.
Manholes, Inspection Chambers, Gullies etc.:
Inspection Chambers:
Where depth of sewer is less than 1.5m, below outside rectangular made up/ finished level of
paving, square inspection chambers shall be used having size as specified. Usual size are 600 x
600 x 900. These shall be constructed in the sewer line at such places and levels and
dimensions as indicated on the drawing. Sizes specified shall be clear internal dimensions of
the chamber.
Manholes:
Where depth of sewer exceeds 1.5m, with respect to outside made up ground / finished level of
paving, circular/ conical manholes shall be provided. Various types and sizes of manholes are
specified for different depths. Typical drawing of various types of manholes shall be supplied
to the contractors. In the absence of such drawings the Manhole details as per IS- 4111 (part –
1) to be followed.

Page 233 of 267


Manholes and inspection chambers, which are provided on road or where heavy vehicular
traffic is expected, are to be provided with ‘heavy duty’ C.I. airtight frame & cover. With
double seal as per IS 1726 for those built on footpaths, carriage drives and cycle tracks,
medium duty covers shall be provided. For locations within domestic premises or areas not
subjected to wheel traffic loads they shall be provided with light duty covers.
Construction of manholes, Inspection chambers and gullies.
Excavation:
This shall be done to dimensions and levels on the drawing.
Bed Concrete:
Base of the manhole shall be constructed in P.C.C. 1:4:8. Using ¾” graded stones Thickness
shall be 200mm upto 4.25m and 300mm for depths more than 4.25m or as specified by the
consultants.
Brickwork:
Brickwork shall be in C.M. 1:4 constructed with class B wire cut bricks. Brick masonry in
arches and arching over the pipe shall be in C.M. 1:3. Walls shall be generally built in 230mm
thickness for inspection chambers and manhole upto a depth of 2.1m and 350mm for depth
over 2:2.
Plastering:
Walls of manholes shall be plastered inside with 15mm thick cement plaster 1:3 using Water
proof compound and finished smooth. Where ground water table is high, external surfaces of
manholes shall also be plastered in C.M. 1:3.
Filleting:
75mm fillet shall be made with C.M. 1:3 all-round the external joint between the bed concrete
and brick masonry wall of manhole.
Benching:
Channels and benching inside the manhole or inspection chamber shall be done in C.C. 1:3:6
and rendered smooth with cement. Depth of channel and benching shall be as per the table
given below:
P.C.C. cap:
PCCM. 150 cap of 1:2:4 150mm thickness shall be provided on top of manholes for fixing the
manhole frame.
Footrest:
Footrests shall be P.V.C runs weighing 3.5 kg. These shall be embedded 20cm deep in
20x20x10cm blocks of pcc 1:2:4. The blocks with P.V.C. foot rest placed on its center shall be
cast in- situ along with masonry. Footrest shall be placed 300mm apart vertically and 375mm
horizontally in staggered fashion.

Page 234 of 267


Manhole frames and covers:
Approximate weights for various dimensions of frames and covers of various duties shall be as
M.H. type and light duty single seal type).
The covers and frames shall be cleanly cast and shall be free from air and sand holes and from
cold shuts. They shall be neatly dressed and carefully Trimmed. All castings shall be free from
voids either due to shrinkage gas inclusion or other causes.
Covers shall have raised chequer design on the top surface to provide adequate non-slip grip.
The cover shall be capable of easy opening and closing and it shall be fitted in the frame in a
workman – like manner. Covers shall be gas and watertight. Size of the cover shall be the clear
internal dimensions of frame. 2-1/2% variation in weights shall be permissible.

Covers and frames shall be coated with a black anticorrosive paint of bituminous composition.
The coating shall be smooth and tenacious. It shall not flow at 63degree c. and shall not drip
off at O degree c. the covers shall be so fixed as to be flushed with ground surface. After
completion the manhole covers shall be sealed by mean of grease.
Testing:
Manhole, after it is raised above highest expected sub- soil water level in monsoon, shall be
tested for water tightness. The mouths of all pipes entering the manhole shall be suitably
plugged with brick masonry or wooden or any other type of plug. Manhole under test shall then
be filled with water upto general subsoil water level and the level observed for one hour. If the
level does not drop to more than 50mm in one hour, it shall be deemed as water tight. During
testing the pit around shall be kept free of water and contractor shall observe the places where
leakage takes places and takes steps to correct the same. Filling earth around manholes shall be
done after testing.
Drop connection:
In cases where branch pipes sewer enters the manhole of main pipe sewer at level higher than
the main sewer by more than 600mm a drop connection should be provided as per typical
drawing for drop connection.
For 150 and 250mm main line. The difference in level between the water line (peak-flow-level)
and the invert level of branch line is less than 60cm., a drop connection may be provided within
the manhole by giving ramp. If the difference in level is more than 60cm., the drop should be
provided externally.
Excavation:
The excavation shall be done for the drop connections at the place where the branch line meets
the manhole. The excavation shall be carried upto the bed concrete of the manhole and to the
full width of the branch line.
Laying:

Page 235 of 267


At the end of branch sewer line stoneware shall be fixed to the line which shall be extended
through the wall of the manhole by a horizontal place of Stoneware pipe to form an inspection
or cleaning eye. The stoneware drop shall be connected to the tee at the top and the
stoneware bend at the bottom. The end shall be extended through the wall of the manhole by a
piece of C.I. pipe, which shall discharge into the channel. Necessary channel shall be made
with cement concrete 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate 20mm. Nominal
size) and finished smooth to connect the main channel. The joint between stoneware pipe and
tee and stoneware branch line shall be made with cement mortar 1:1(1 cement: 1fine sand) as
per para 2.1.3 for S.W. pipes. The exposed portion of the drop connection shall be encased all
round with a single brickwork in C.M. 1:4 and pointed. The holes made in the walls of the
manholes shall be made good with brickwork in cement mortar 1:4 (1cement: 4 fine sand) and
plastered with cement mortar 1:3 (1wall. The excavated earth shall be backfield in the trench in
level with the original ground level.
DRAINAGE (INTERNAL AND EXTERNAL WORKS)
Soil, waste, vent pipes and fittings Materials:
All soil, waste and vent pipes and fittings used within the toilets, shafts vertical run, basement
ceiling – suspended run, shall be PVC pipes of SWR quality (4kg / sq. cm pressure rated) as
per IS 13592 (latest revision). Pipe of higher Dia i.e. 160mm Dia. and above shall of
agricultural series (6kg / sq. cm pressure rated) made as per IS 4985.They shall be made of
polyvinyl chloride (PVC) and shall be sound with good surface finish, mechanical strength and
capacity. During manufacture only those additives may be added to produce the above
characteristics. No additives shall be added separately or together in quantities sufficient to
constitute a toxic hazard or impair its physical or welding properties of the pipe or impair its
physical or chemical properties. All pipes shall be spigot and socket type (bell end type) OR
rubber ring socket type.
Tolerances:
Tolerance on diameter and wall thickness shall be as per I.S 13592 and 4985.
Fittings:
All fitting shall be injection moulded socket fittings with or without inspection doors as
specified and shall be in accordance with requirement of the relevant I.S 7834.
Pressure ratings and tolerances shall be as per I.S 13592 and 4985.
Laying and jointing:
Pipes shall be cut to length required including the portion to be inserted in the socket with a
hacksaw. The pipe shall be cut square. Pipes and sockets shall be clean and dry, and burrs
removed both inside and outside with a file. The surface to surfaces to be in contacted shall be
roughened with emery paper, and dry fit checked.
A thick coat of solvent cement shall be applied to the outer surface of the pipe and a thin coat
on the inside surface of the pipe and a thin coat on the inside surface of the socket by means of
a brush. Solvent cement shall be of approved make and quality. The pipe shall then be inserted

Page 236 of 267


in the socket and turned for 90 degrees to ensure even distribution of solvent cement. Excess
solvent cement shall be wiped off. Leak proof adhesives like FRP paste / M – seal to be
applied. GI clamps of required size shall be used for clamping the pipes to the walls etc., pipe
shall be clamped atleast two inch / 50mm away from the wall surface using GI clamps screwed
to the PVC rawl plugs, not more than 1 meter apart.
Clean Outs:
At every bends, branches and where necessary suitable cleanouts shall be provided in to the
piping system.
Connecting PVC pipes to CI pipes:
PVC collar ring shall be welded to the spigot end of the PVC pipe by means solvent cement.
The spigot end of the pipe to be jointed shall then be inserted in to the socket and aligned.
Tarred spun yarn shall be caulked in to the angular space between the spigot and socket up to
height of 20mm.The remaining space shall be filled with C.M. 1:2 and well caulked using
wooden caulking tool and finished off neatly. Joint shall be kept for 24Hours. Alternatively, if
so directed by Architect, the following method may be adopted. The spigot end of the PVC
pipe should be jointed to a PVC collar using solvent cement as detailed in 7.3.1. The other end
of the collar is then jointed to the socket of the CI pipe using solvent cement.
Connecting CI pipe to PVC pipes:
A connector socket shall be used for such connections, a rubber ring is to be placed over the
spigot, which is then inserted in to the socket connector. Gentle, even heat is applied to the
connector socket by means of a blowlamp. The connector socket will shrink making a
watertight airtight joint.
Connecting PVC to GI pipes:
Standard threaded couplers shall be used for this purpose.
Miscellaneous Items:
Supports, pedestals and base for inspection chambers, gully traps and pipes shall be of GI or
MS provided with water bar flange.
Pipes sleeves and inserts, etc., through RCC walls either external or internal shall be of GI or
MS provided with water tight flange.
During installation open ends of pipes shall be plugged with wood out in to required shape or
gunny bags and to be maintained free from dirt.
PVC waste pipes and fittings shall be of agricultural series of supreme / Prince make (4kg / sq.
cm pressure rated) or equivalent with PVC unions, tailpiece reducers and connections to be
provided between joints to either lead or CI pipes.
Separate Y Fitting are to provide for connecting Antisiphonage pipes through the soil stock.
The pipe Connection to the sewage or storm water collection chambers shall perfectly water
tight.
Page 237 of 267
The floor traps for toilet blocks shall be PVC with CP brass grating, bolted down design. The
traps shall be provided with minimum water seals as per – IS – 5329 Where toilet slabs are
sunk, the floor trap shall be of 110 x 75 heavy type PVC `P’ trap, with CP brass grating, with
rim type design.
Bathroom CP grating shall be of rim type design made out of heavy cast brass with the
chromium plating of the best approved standard.
RAIN WATER PIPES AND FITTING:
All rain water and vent pipes and fittings used within the plumbing shafts vertical run,
basement ceiling suspended run, shall be PVC pipes of SWR quality of pressure rating 4kg /
sq. cm. They shall be made of polyvinyl chloride (PVC) and shall be sound with good surface
finish, mechanical strength and capacity. During manufacture only, those additives may be
added to produce the above characteristics. No additives shall be added separately or together
in quantities sufficient to constitute a toxic hazard or impair the fabrication or welding
properties of the pipe or impair its physical or chemical properties. All pipes shall be spigot and
socket type (bell and type).
Tolerances:
Tolerances on diameters and wall thickness shall be as per IS 4985.
Fittings:
All fitting shall be injection moulded socket fittings with or without inspection doors as
specified and shall be in accordance with the requirements of the relevant IS 7834.
Pressure ratings and Tolerances shall be as per IS 4985.
Tolerances:
Tolerances on diameters and wall thickness shall be as per IS 4985.
Fitting:
All fitting shall be injection moulded socket fittings with or without inspection as specified and
shall be in accordance with the requirements of the relevant IS 7834.
Pressure ratings and tolerance shall be as per IS 13592 and 4985.
Laying and jointing:
Pipes shall be cut to length required including the portion to be inserted in the socket with a
hacksaw. The pipe shall be cut square. Pipes and sockets shall be clean and dry and burrs
removed both inside and outside with a file. The surface to surfaces to be in contacted shall be
roughened with emery paper, and dry fir checked.
A thick coat of solvent cement shall be applied to the outer surface of the pipe and a thin coat
on the inside surface of the socket by means of a brush. Solvent cement shall be of approved
make and quality. The pipe shall then be inserted in the socket and turned for 900 to ensure
even distribution of cement. Excess cement shall be wiped off. GI clamps of required size shall

Page 238 of 267


be used for clamping the pipes to the walls etc., pipe shall be clamped atleast two inch away
from the wall surface using GI clamps screwed to the MS Angle, not more than 1.5 meter
apart.
Clean outs:
At every bend, branches and where necessary suitable cleanouts shall be provided in to the
piping system.
Connecting PVC pipes to CI pipes:
PVC collar ring shall be welded to the spigot end of the PVC pipe by means solvent cement.
The spigot end of the pipe to be jointed shall then be inserted in to the socket and aligned.
Tarred spun yarn shall be caulked in to the angular space between the spigot and socket up to a
height of 20mm.
The remaining space shall be filled with CM 1:2 and well caulked using wooden caulking tool
and finished off neatly. Joint shall be kept for 24 hours. Alternatively, if so directed by
Architect, the following method may be adopted.
The spigot end of the PVC pipe should be jointed to a PVC collar using solvent cement as
detailed in 7.3.1. The other end of the collar is then jointed to the socket of the CI pipe using
solvent cement.
Connecting CI pipe to PVC pipes:
A connector socket shall be used for such connections. A rubber ring is to be placed over the
spigot, which is then inserted in to the socket connector. Gentle, even heat is applied to the
connector socket by shrink making a watertight airtight joint.
Connecting PVC to GI pipes:
Standard threaded couplers shall be used for this purpose.
Rain water collection gratings:
The rain water collection grating at the terrace level shall be of PVC grating with PVC frame
embedded on to the water proof surface. Waterproofing shall be done around the pipe, frame
and grating to ensure the water tightness around the collection point. Adequate slope on the
terrace level shall be provided for collecting all rainwater at the collection gratings.
The rain water collection detail at the balconies shall be done using PVC pipe bend installed
concealed in the concrete slab and connected to the vertical main PVC rain water stack, at the
collection point heavy brass CP frame with CP grating shall be provided. The CP frame shall
be laid in the slab above the pipe with water seal joint all-round the frame.
Rain water / storm water, gullies / Chambers:
Storm water gullies shall be constructed for admitting storm water from the courtyard area. It is
constructed of specified size and is provided with precast RCC or CI grating on top for
admitting storm water runoff into it. A typical drawing shall be provided giving all details of

Page 239 of 267


construction. For other details of construction refer specification for manholes and inspection
chambers.
SANITARY FIXTURES AND FITTINGS:
Installation of fixtures and fittings:
All Plumbing and Sanitary Fixtures and Fittings should be first 1st (standard) quality and shall
be stored in covered stores and handled carefully to prevent damage. The sanitary fittings shall
be installed at the correct assigned positions as shown on the drawings and as directed by the
Consultants / Architects and shall fully meet with the aesthetic and symmetrical requirements
as demanded by the Consultant. Fixtures shall be installed by skilled workman with appropriate
tools according to the trade. Manufacturer’s instructions shall be followed for the installation of
the fixtures.
Fixtures in all toilets shall be standard height mounted rigid, plumb and true to alignment. The
outlet of water closet pans and similar appliances shall be examined to ensure that outlet ends
are abutting properly on the receiving pipes before making the joints. It shall be ensured that
the receiving pipes are clear of obstruction. When fixtures are being mounted, attunement shall
be other causes. A check shall be made to ensure that necessary anchoring devices have been
provided for supporting water closets, lavatory has in sinks, flushing cisterns and other
appliances. Where the built-in types of brackets are used, they shall be securely fixed to the
walls and slabs by approved means. It shall be ensured that while fixing the fixtures and
fittings, no tool marks or scratches are developed. All MS / Steel brackets and supports shall be
painted.
Cutting, Patching repairing and making good:
Cutting, patching and repairing required for the installation and completion of the work
specified in each division, including chasing, plastering masonry work, concrete work, etc. and
making good shall be carried out by the contractor wherever required. Holes, which are over
size, shall be refilled, so that a tight fit is obtained around the pipe or other passing
through.Any damages to water proofed locations should not be patched up, without
rectification by water proofing agency to ensure his guarantee.
Protection of Fixtures / Equipment:
Care shall be taken at all times, particularly after fixing to protect fixtures from damage. All
offsets shall be temporarily plugged during progress of work to prevent obstruction. Fixtures
shall be finally cleaned to the satisfaction of the consultants. Keep all pipes and conduit
openings closed by means of plugs or caps to prevent the entrance of foreign mater. Protect all
piping, conduit, fixtures, equipment or apparatus. Any such items damaged prior to final
completion of work shall be restored to its original conditions or replaced at no expense to the
Authority.
Accessibility:
The installation of valves, thermometers, cleanout fittings and other indicating equipment or
specialties requiring frequent reading, adjustment, inspection, and accessibly located with

Page 240 of 267


reference to the finished buildings. Thermometers and gauges shall be installed so as to
beeasily read from the floor clean out minimum distance of 600mm shall be available from any
wall.
Equipment, material and workmanship:
Determine that each piece of equipment meets that detailed requirements of the contract
documents and that it is suitable for the installation shown. Notify the Engineer-in-charge of
any shortcomings found during the tendering period. Each piece of equipment furnished shall
meet all detailed requirements will not be acceptable, even though specified by name along
with other manufacturers.
Where two or more units of same class of equipment are furnished use products of the same
manufacture, component parts of entire system need not product of the same manufacturer but
confirm to I.S.I standard. Furnished all materials and equipment, new and free from defects and
of size, make type and quality here in specified or approved by the Employer / Architects. All
shall be installed in a neat and workmanlike manner.
Sanitary fixtures and CP fittings (Authority’s supply):
Unless otherwise specified the sanitary fixtures shall be of the following specifications:
SANITARY FIXTURES AND FITTINGS:
SCOPE:
a) Sanitary appliances and fixtures for toilets.
b) Chromium plated brass fittings.
c) Stainless steel sinks.
d) Accessories e.g. towel rods, toilet paper holders, soap dish, liquid soap dispensers,
towel rails, coat hooks etc.
e) Hand driers, drinking water fountains etc.
Whether specifically mentioned or not the contractor shall provide for all appliances and
fixtures all fixing devices, nuts, bolts, screws, hangers as required.
All exposed pipes within toilets and near appliances / fixtures shall be of chromium plated
brass or copper unless otherwise specified.
GENERAL REQUIREMENT:
All appliances, fixtures and fittings shall be provided with all such accessories as are required
to complete the item in working condition whether specifically mentioned or not in the
schedule of quantities, Specifications, drawings. Accessories shall include proper fixing
arrangements, brackets, nuts, bolts, washers, screws and required connection pieces.
The sanitary fixtures and fittings shall be installed at the correct assigned position as shown on
the drawings and as directed by the Engineer-in-charge / Authority’s site representative and

Page 241 of 267


shall fully meet with the aesthetic and symmetrical requirements as demanded by the Engineer-
in-charge / interior designer.
All fixtures and accessories shall be fixed in accordance with a set pattern matching the tiles or
interior finish as per Engineer-in-charge requirements. Wherever necessary, the fittings shall be
centered to dimensions and pattern as called for.
Fixing screws shall be half round head chromium plated (CP) brass screws, with CP brass
washers unless otherwise specified.
Fixtures shall be installed by skilled workman with appropriate tools according to the best trade
practice.
All appliances, fittings and fixtures shall be fixed in a neat workman like manner true to level
and to heights shown on the drawings and in accordance with the manufacturers
recommendations. Care shall be taken to fix all inlet and outlet pipes at correct positions.
Faulty locations shall be made good and any damage to the finished floor, tiling, plaster, paint,
insulations or terrace shall be made good by the contractor at his own cost. Fixtures shall be
mounted rigid, plumb and true to alignment.
All materials shall be rust proofed: materials in direct contact shall be compatible to prevent
electrolytic or chemical (bimetallic) corrosion.
Wall flanges shall be provided on all walls, floors, columns etc., wherever supply and disposal
pipes pierce through them. These wall caps shall be or chromium plated brass fittings and the
receiving pipes and shall be large enough to cover the punctures properly.
Sanitary appliances, subject to the type of appliance and specific requirements, shall be fixed in
accordance with the relevant standards and the following:
1. Contractor shall during the entire period of installation and afterwards protect the
appliances by providing suitable cover or any other protection so as absolutely prevent
any damages to the appliances until handing over (the original protective wrapping
shall be left in position for as long as possible).
2. The appliances shall be placed in correct position or marked out in order that pipe work
can be fixed or partially fixed first.
3. The appliances shall be fixed in a manner such that it will facilitate subsequent removal
if necessary.
4. The appliance shall be securely fixed. Manufacturer’s brackets and fixing methods shall
be used wherever possible. Compatible rust – proofed fixings shall be used. Fixing shall
be done in a manner that minimize noise transmission.
5. Appliances shall not be bedded (e.g. WC pans, pedestal units) in thick strong mortar
that could crack the unit e.g. ceramic unit).
6. Pipe connections shall be made with demountable unions. Pipe work shall not be fixed
in a manner that it supports or partially supports and appliance.
7. Appliances shall be fixed true to level firmly fixed to anchor or supports provided by
the manufacture and additional anchors or supports where necessary.

Page 242 of 267


Size of sanitary fixtures given in the specification or in the schedule of quantities are for
identification with reference to the catalogues of make considered. Dimensions of similar
models of other makes may vary with in +/- 10% and the same shall be provided and no claim
for extra payment shall be entertained no shall payment be deducted on this account.
The contractor shall fix all plumbing fittings such as water faucets, shower fittings, mixing
valves etc in accordance with manufacturer’s instructions and connect to piping system. The
contractor shall supply all fixing materials such as screws rawl plugs, unions, collars and shade
to match that of the appliances / fixture and the floor / wall to the extent possible.

SUPPORTING AND FIXING DEVICES:


The contractor shall provide all the necessary supporting and fixing devices to install the
sanitary fixtures and fittings securely in position. The fixing devices shall be rigidly anchored
into the building structure. The devices shall be rust resistant and shall be so fixed that they do
not present an unsightly appearance in the final assembly. Where the location demands, the
Engineer-in-charge may instruct the contractor to provide chromium plater or other similarly
finished fixing devices. In such circumstances the contractor shall arrange to supply the fixing
devices and shall be installed complete with appropriate vibration isolating pads, washers and
gaskets.
FINAL INSTALLATION:
The contractor shall install all sanitary fixtures and fittings in their final position in accordance
with approved trial assemblies and as shown on drawings. The installation shall be complete
with all supply and waste connections. The connection between building and piping system and
the sanitary fixtures shall be through proper unions and flanges to facilitate
removal/replacement of sanitary fixtures without disturbing the built-in piping system. All
unions and flanges shall match in appearance with other exposed fittings.
Fixtures shall be mounted rigid. Plumb and to alignment. The outlets of water closet pans and
similar appliances shall be examined to ensure that outlet ends are butting on the receiving
pipes before making the joints it shall be ensured that the receiving pipes are clear of
obstruction. When fixtures are being mounted. Attention shall be paid to the possibility of
movement and settlement by other causes. Overflows shall be made to ensure that necessary
anchoring devices have been provided for supporting water closets, washbasins, sinks and
other appliances.
PROTECTION AGAINST DAMAGE:
The contractor shall take every precaution to protect all sanitary fixtures against damage,
misuse, cracking, staining, breakage and pilferage by providing proper wrapping and locking
arrangement till the completion of the installation. All the time of handing over, the contractor
shall clean, disinfect and polish all the fixtures and fittings. Any fixtures and fittings found
damaged, cracked chipped stained or scratched shall be removed and new fixtures and fittings
free from defects shall be installed at his own cost to complete the work.

Page 243 of 267


MEASUREMENT:
Rate for fixing only of sanitary fixtures accessories, CP fittings shall etc. include all items, and
operations stated in the respective specifications and bill of quantities and nothing extra is
payable.
Rates for all items under specifications para above shall be inclusive of cutting holes and
chases and making good the same CP screws, nuts, bolts and any fixing arrangements required
and recommended by manufacturers, testing and commissioning and making good to the
satisfaction of the authority’s site representative.
TESTING:
All appliances, fixtures and fittings shall be tested before and after installation. Water seals of
all appliances shall be tested. The contractor shall block the ends of waste and ventilation pipes
and shall conduct an air test.
WATER CLOSET:
Water closet shall be wash or siphonic wash down type floor or wall mounted set, as shown in
the drawings, designed for low volume flushing from 5-7 liters of water, flushed by means of a
porcelain flushing cistern or an exposed or concealed type (as detailed in the drawings or as
directed by the authority’s site representative) 32 mm size CP brass flush valve with regulator
valve. Flush pipe / bend shall be connected to the WC by means of a suitable rubber adaptor.
Wall hung WC shall be supported by CI floor mounted chair, which shall be fixed in a manner
as approved by the authority’s site representative.
Each WC set shall be provided with approved quality of seat, rubber buffers and chromium
plated hinges, seat shall be so fixed that it remains absolutely stationary in vertical position
without falling down on the WC.
Each WC shall be provided with 110 mm dia (OD) PVC pan connector connecting the ceramic
outlet of WC to P.V.C pipe.
Squatting type water closet – Orissa Pattern:
Squatting type water closed (WC) pan shall be of Orissa pattern of size as specified in schedule
of quantities. Each WC pan shall be provided with a 100 mm dia cast iron or porcelain P or S
traps with or without vent horn as directed by authority’s site representative.
WC shall be flushed by means of concealed type or exposed type (as detailed in the drawings
or as directed by the authority’s site representative) 32 mm size CP brass flush valve with
regulator valve.
URINALS:
Urinals shall be lipped type half shall with glazed vitreous china of size as called for in the bill
of quantities.
Half shall urinals shall be provided with 15 mm dia CP spreader 32 mm dia CP domical waste
and CP cast brass bottle trap with pipe and wall flange and shall be fixed to wall by CI

Page 244 of 267


brackets, CI wall clips and CP brass screws as recommended by manufacturer complete as
directed by the authority’s site representative.
Flushing for urinals shall be by means of no hand operation, infrared electric flush valve with
complete kit of plumbing, electrical and electronic items, infrared photo cells, solenoid valve
transformer an d electrical connection. The automatic flush sensor plate shall be flush and press
fitted and be of height quality mirror polish finish. Each urinal shall be provided with one flush
valve unit.
Flush pipes shall be C.P.V.C pipes concealed in wall chase but with chromium-plated bends at
inlet and outlet.
Urinal Partitions:
Urinals partitions shall be white glazed vitreous china of size specified in the schedule of
quantities.
Porcelain partitions shall be fixed at proper height with CP brass bolts, anchor fasteners and
MS clips as recommended by the manufacturer and directed by the authority’s site
representative.
CISTERNS / FLUSH VALVE:
Low-level fishing cistern (exposed or concealed) shall be provided for WC in specified toilets.
Contractor shall install cistern in accordance to the manufacturer’s specification to the
satisfaction of the authority site representative. Provision of flush valve shall be made for
public / staff toilets.
WASH BASIN:
Washbasins shall be white glazed vitreous china of size. Shape and type specified in the
schedule of Quantities.
Each basin shall be provided with painted MS angle or CI brackets and clips and the basin
securely fixed to wall / counter slab. Placing of basins over the brackets without secure fixing
shall not be accepted. The MS angle shall be provided with tow coats of red oxide primer and
two coats of synthetic enamel paint of make brand and cooler as approved by the authority’s
site representative. The cost of fixing the basin shall be inclusive of supply and installation of
bracelets as described above.
Each basin shall be provided with 32mm dia CP waste with overflow pop-up waste or rubber
plug and CP brass chain as specified in the schedule of Quantities.
Each basin shall be provided with hot and water mixing fitting or as specified in the schedule
of Quantities.
SINKS:
Sinks shall be stainless shall or any other material as specified in the schedule of Quantities.
Each sink shall be provided with painted MS or CI brackets and clips and securely fixed.
Counter top sinks shall be fixed with suitable painted angle iron brackets or clips as

Page 245 of 267


recommended by the manufacturer. Each sink shall be provided with 40mm dia CP waste and
rubber plug with CP brass chain as given in the schedule of Quantities. The MS angle shall be
provided two coats of red oxide primer and two coats of synthetic enamel paint of make. Brand
and colour as approved by the authority’s site representative.
Sanitary fit tings for sinks shall be deck mounted or wall mounted CP swivel faucets with or
without hot and cold water mixing fittings as specified in the schedule of Quantities.
Installation of fittings shall be measured and paid for separately.
LIQUID SOAP DISPENSER:
Liquid soap dispenser shall be wall/counter mounted suitable for dispensing liquid soaps.
Lotions. Detergents. The cover shall lock to body with concealed locking arrangement, opened
only be key provided.
Liquid soap dispenser body and shank shall be of high impact resistance material. The piston
and spout shall be stainless steel with I liter capacity polyethylene container.
The valve shall operate with less than 2.27 Kg (5 ibs) of force.
MOCKUP AND TRIAL ASSEMBLY:
The installation of the sanitary fixtures and fittings shall be as per the shop drawings approved
by the architect/consultant.
The contractor shall have to assemble at least one set of each type of sanitary and fittings in
order to determine precisely the required supply and disposal connections, relevant instructions
from manufacturers shall be followed as applicable. This trial assembly shall be developed to
determine the location of puncture holes. Holes holding devices etc. which will
be required for final installation of all sanitary fixtures and fittings. The above assembly shall
be subject to final approval by the architect/ interior designer.
The fixtures in the trial assembly can be re-used for final installation without any additional
payments for fixing or dismantling of the fixtures.
Water closets: (European type) shall be of vitreous china of approved pattern, quality, capacity
and colour. The closet shall be fixed with CP brass screws floor for floor mounted type and
mounted MS brackets with bolts for wall mounted type and shall be provided with solid plastic
seat and cover with chrome plated pillar brass hangers as specified.
Indian pattern closet shall be of similar quality and specified capacity as mentioned above. The
pan shall be 580 x 440mm in size with `S’ or `P’ trap of the same material of the pan. The WC
with the trap shall be fitted and fixed in position and built round soil with brick and cement to
required level after all connections are made. The finished floor of the water closet shall be
15mm below the level of the room or passage in front of it.

Both types of closets should confirm to the requirements of I.S. 771 for glazed vitreous china
sanitary appliances.

Page 246 of 267


Where flush valves are specified for flushing purposes, it shall be of the best-approved quality
procurable with CP control valves and CP flush pipe.
Mode of measurement:
All drainpipes shall be measured in linear lengths along the centreline of drainage line laid.
Deductions shall be made for chambers and fitting lengths, etc. The rate shall include all works
as specified in the respective items.
Stoneware or cast-iron gully, traps, bends and junctions, sewer traps etc. shall be measured in
numbers as in above.
All GI pipes for water supply shall be measured in linear lengths along the center line
completed including the fittings like collars, elbows, tees, hex nipples etc. the rate shall include
cutting, threading, jointing, pressure testing etc. complete as specified in the respective items.
Same rate shall be applicable for pipes of same size and materials laid in building at any level
or floor.
The rock cutting shall be measured in cu. m of the stacks of excavated rock. The deductions for
voids being 50%of the stack measurement. Only the rock which is removed by chiseling or
blasting etc., shall be measured for this item of work. Boulders shall not be considered as a
rock. The excavated rock will be the authority’s property.
All PVC pipes such as soil, waste, vent and rainwater shall be measured in linear lengths along
the centerline, to nearest centimeter as completed including length over fittings. The rates shall
include all joints and clamps etc. as specified in the respective items.
Plain cement concrete for supports and for encasement or bedding etc. shall be measured as
specified in the respective items in the schedule of quantities.
All sanitary fittings and CP fixtures including CP extension pipe with brass screws shall be
measured in numbers and the rates shall include all the work specified and described under
item in the schedule of quantities.
All gate valves, ball valves, non- return valves, sluice valves, pressure reducing valves etc.
shall be measured in numbers, after excluding them from linear measurement
The diameters of pipes and fittings mentioned in the specifications are the inside nominal
diameters in all cases except PVC pipes or unless otherwise specified.

MISCELLANEOUS WORKS:
HANGERS & SUPPORTS:
General:
Provide proper solid angle iron / channel section, supports for all pipe runs in the vertical ducts
and run horizontally suspended from the slab, complete with clamps. Wherever insulation
comes, to support pipe on the angle iron hangers / supports. For attachment in concrete, use

Page 247 of 267


`Dash’ fasteners or Anchor plug type inserts or equivalent. Provide hangers within 900mm of
all changes in direction of mains. A minimum of three hangers per expansion bends wherever
shown in drawing. Provide all additional structural steel angles, channels or other members not
specifically shown but are required for proper support.
Where necessary additional hangers to be provided to arrest water hammers of hydraulic
resonance with proper rubber padding.
Space hangers as noted below, except on all soil pipes which shall have a hanger of multiple
fittings. Sufficient hangers shall be provided to maintain proper slope without sagging. In case
of angle suspended line
Provide floor stands, brackets or masonry piers etc. for all lines running under the floor or near
walls for those lines can be properly supported or suspended from the walls or floors. Pipelines
near concrete or masonry walls shall be supported by hangers carried from wall brackets.
Hanging of any pipe from another is prohibited.
Cutting, Patching, Repairing & Making good:
Cutting, patching and repairing required for the proper installation and completion of the work
specified in each division, including chasing, plastering, masonry work, concrete work, etc. and
making good shall be carried out by the contractor wherever required. Holes which are cut
oversize shall be refilled, so that a tight fit is obtained around the pipe or passing through. Any
damages to water proofed location should not be patched up, without rectification by the water
proofing agency (specialist contractor) to ensure his guarantee. Repair of waterproofing shall
be borne by the sanitary contractor if the damage is done by sanitary contractor.
Equipment Protection:
Keep all pipe and conduit openings closed by means of plugs or caps to prevent the entrance of
foreign matter. Protect all piping, conduit, fixtures, equipment or apparatus. Any such work
shall be restored to its original condition or replaced at no expense to the authority.
Accessibility:
The installation of valves, thermometers, cleanout fittings and other indicating equipment or
specialties requiring frequent reading, adjustment, shall be conveniently and accessibly located
with reference to the finished buildings.
Thermometers and gauges shall be installed so as to be easily read from the floor. For floor
cleanouts minimum distance of 600mm shall be available from any wall.
Cleaning, operation & Tests:
Plumbing equipment fixtures, piping etc. shall be free of stampings, making (except those
required by codes) iron cutting and other foreign materials.
Cold and drinking water systems shall be cleaned thoroughly, filled and flushed with water.
The entire mechanical apparatus shall operate at full capacity without objectional noise or
vibrations.

Page 248 of 267


Test all plumbing systems in the presence of the site engineer / supervisor and the Engineer-in-
charge as herein specified. Provided all equipment, materials and labour necessary for
inspection
and tests. After repairs are made, repeat test until units / a system is found satisfactory, to the
above authorities. Carry out tests prior to concealing, insulating or back filling over any piping.
No exceptions will be made.
Test entire system of soil, wast and vent piping by water test after sealing all traps.
Water Test:
Test entire system or sections of system by closing all openings except the highest opening and
filling system with water to the point of overflow. If the system is tested in sections, plug each
opening except the highest opening of the section filled with water. Keep the water in system
or in portion under test for atleast 45 minutes before inspection starts with test pressure / head
of 10 kg / sq. cm lasting for two hours. The system must be tight at all joints.
All Water Piping:
Hydro – static test 10 kg / cm 2 or twice the working pressure whichever is higher. Without
drop in pressure as for a duration of minimum two hours.
All tests on below ground lines shall be continued to backfill on such a line is completed to
disclose any damages caused by back filling.
All system shall be tested in section as required to expedite the work of other trades and meet
construction schedules and final test on completion.
On completion of the works, the following tests shall be performed to the satisfaction of the
consultants / client’s representative before issue of virtual completion certificate, if so required.
• Hydraulic Test
• Performance Test for fixtures
• Tests for anti syphonage system
• Pump rating and output
• Inspection of all units and fixtures.
The contractor shall arrange for similar tests during the progress of works to ensure that there
are no defects in materials / workmanship in portions of work to be concealed or embeded
under the floor or walls in ceiling and get this approved by the consultants. The under-floor
pipe works shall not be closed without the approval of consultant.
Disinfection of piping System and Storage Tanks:
Before commissioning the water supply system, the contractor shall arrange to disinfect the
entire system as described below. The filtered water storage tanks and pipe shall first be filled
with water and thoroughly flushed out. The storage tanks shall be then filled with water again
and disinfecting chemical containing chlorine added gradually, while tanks are being filled to
Page 249 of 267
ensure thorough mixing. Sufficient chemical shall be used to give the water. One part of
chlorine to one million parts of water. If ordinary bleaching powder is mixed to 1000 liter of
water, the powder shall be mixed with water to a creamy consistency before being added to the
water in the storage tank. If a proprietary brand of chemical is used, the proportion shall be as
specified by the manufacturer. When the storage tank is full, the supply shall be stopped and all
the taps on the distributing pipes opened successively, working progressively from storage
tank. Each tape shall be closed when the water discharge begins to smell of chlorine.
The storage tank shall then be filled up with water from supply pipe and added with more
disinfecting chemical in the recommend proportion. The storage tank and pipe shall then
remain charged atleast for three hours. Finally, the tank and pipes shall be thoroughly flushed
out before any water is used for domestic purpose.
PUMPS FOR DRAINAGE SYSTEM:
PUMPS:
Pumps shall be vertical, centrifugal, and multistage directly coupled to motor. Pumps shall be
complete in S.S. impeller shall be hydraulically balanced and keyed to shaft. Pump shall be
mounted on a concrete foundation, projecting at least 15 CM above finished floor level. The
pumps base shall be set on a vibration elimination pad. The pump shall be lubricated in strict
accordance with the manufacturer’s instructions and shall be factory aligned prior to shipment.
All motors and bases shall be painted with approved finish shop coat of paint. The pump shall
be selected for the lowest operating noise level and shall be complete with flexible connections.
Valves, and pressure gauges. The pumps shall include cost of foundation channel complete.
The contractor shall supply and install pumps of the type and performance as shown on the
drawings, all duties of pumps given in the tender drawings shall be checked and where
necessary corrected before ordering. All the parts of the pumps that are in contact with water
e.g. shaft, impeller etc. shall be of stainless steel construction.
Pumps shall be so selected that the design duty point is within 5% of the maximum efficiency
point. The pump casing so selected shall have ample space to take an impeller one size larger
than that capable of performing the design duty.
The pump shall have a speed of not more than 1500 rpm. However pumps of 2900 rpm with
high efficiency and low noise motor can be selected and noise data submitted for approval. All
pumps and motors shall be of minimum vibration and noise level during operation. Vibration
isolators shall be provided for all pump sets.
Facilities shall be provided to prevent starting of pumps when the water tank is at low water
level. An indicator for this low water level alarm shall be provided.
Facilities to select which pump to be duty pump and standby pump shall be provided and be
interchangeable.
Leakage from pump gland shall be drained to the nearest floor waste.
Pump curves for all pumps offered shall be submitted: all curve indicating excessive shut-off
head will not be approved.

Page 250 of 267


Each pump shall be provided with a gate valve at suction and discharge, approved check valve
at discharge, approved strainer at suction, flexible connections at pump suction and discharge,
eccentric reducer at suction, concentric reducer at discharge, pressure gauges at suction and
discharge, circulation relief valve and automatic air relief valve.
Appropriate neoprene vibration isolation mountings shall be provided for each pump sets.
VERTICAL MULTI-STAGE PUMPS:
Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically installed. The
impellers shall be of stainless steel mechanically balanced and keyed to shaft. Renewable guide
rings to be provided in the casting, keyed to prevent rotation.
Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended vertical
shafted complete with universal couplings.
The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect the shaft
in the water space and through the sealing glands. The sleeves shall be keyed to prevent
rotation and secured against axial movement.
The bearings shall be of ball or roller type protected against ingress of water, dirt and other
matter.
Vertical multistage pumps shall have universal flanges. Intermediate bearing, support bearing
shall be provided in the pump.
The shaft seal shall be easily serviceable and shall allow for correct adjustment and loading of
the seal, Pump motors above 7.5. KW shall be equipped with a spacer coupling which allows
changing of shaft seals without removing the motor. The pump motors shall be of class ‘’F’’
insulation and IP55 rating and shall be provided with built-in thermostats for protection against
overheating.
SUMP PUMP:
SUBMERSIBLE:
These shall be fully submersible with a fully submersible motor. The pumps shall be provided
with an automatic level controller and all interconnecting power and control cabling which
shall cause the pumps to operate when the level in the sump rises to a preset level and stop
when the preset low level is reached.
Pumps for drainage shall be single or multistage stage, single entry.
Pump shall be C.I. two vane open with a dynamically balanced impeller connected to a
common shaft of the motor. The vane for sewage pump will be open type, while for drainage
pump, etc it will be of semi open type. The MOC of the sump shall be in accordance to
schedule of quantity.
Stuffing box shall be provided with mechanical seals.
Each pump shall be provided with a suitably rated induction motor suitable for 415 volts, 3
phases, 50 Hz A.C. power supply.
Page 251 of 267
Each pump shall be provided with in built liquid level controller for operating the pump
between predetermined levels.
The pumping set shall be for stationary application and shall be provided with pump connector
unit. The delivery pipe shall be joined to the pump through a rubber diaphragm, and bend and
guide pipe for easy installation.
Pump shall be provided with all accessories and devices necessary and required for the pump to
make it a complete working system.
Sump pump shall be complete with level controllers / float switches, power and control
switchgear, auto/off/manual switches, pumps priority selections and control and power cabling
up to motor and controller/probes etc. (including earthling). Level controller shall be such that
one pump starts on required level, 2nd pump cuts in at high level and alarms is given at extra
high level. All level controllers / float switch shall be provided with remote level indications.
MOTOR DESIGN:
The pump motor shall be a squirrel cage induction, housed in air filled water-tight enclosure.
Oil filled motors are acceptable. The stator windings shall be class ‘’F’’ insulation (155-degree
C or 311-degree F) general usage and class ‘H’ insulation (180 degree C or 317-8 grade 2) for
submersible type.
The stator shall be heat shrunk fitted the enclosure and shall not use bolts, pins or other
fasteners that penetrate the stator enclosure. The starter shall be equipped with a thermal switch
embedded in series in the coils of the stator windings to protect the stator from wheel.
The motors shall have designed for continuous running duty type at 415 volts, 3 phase, 50 Hz
power supply and capable of sustaining a minimum of 20 starts/stops per hour.
Between stator housing and pump, a tanem seal arrangement will be provided with an oil
barrier. Both seals run in oil, allowing dry running without seal damage, both seals shall be of
the rubber bellows or metallic bellow type with positive drive between shaft and rotating seal
face.
Chamber covers:
Covers shall be of size and duty as mentioned in bill of quantities, covers shall be of cast iron
as per the details given in the drawing and shall be fixed on frame embedded in concrete.
CI steps shall be provided at two corners of the chamber.
All cast iron and MS items shall be painted with two coats of bitumastic paint. All cast iron and
MS items shall be painted with two coats of bitumastic paint.
Cast iron manhole cover and frame:
The cast iron manhole cover and frame shall conform to IS: 1726 and the grade and types have
been specified in the bill of quantities. The cover and frames shall be cleanly cast and they
shall be free from air and sand holes and from cold shuts.

Page 252 of 267


They shall be neatly dressed and carefully trimmed. All castings shall be free from voids
whether due to shrinkage, gas inclusion or other causes. Covers shall have a raised checked
design on the top surface to provide an adequate non – slip grip.
The sizes of covers specified shall be taken as the clear internal dimensions of the frame.
The covers and frames shall be coated with a black bituminous composition. The coating shall
be smooth and tenacious. It shall not flow when exposed to a temperature of 630 C and shall
not brittle as to chip off at a temperature of 00 C.
TESTING:
All rights of the sewer and drain shall be carefully tested for water tightness by means of water
pressure maintained for not less than 60 minutes. Testing shall be carried out from manhole to
manhole. All pipes shall be subject to a test pressure of 1.5, meter head of water. The test
pressure will however, not exceed 6 meters head at any point. The pipes shall be plugged
preferably with standard design plugs or with rubber plugs on both sides, the upper end shall,
however, be connected to a pipe for filling with water and getting the required head poured at
one time.
Sewer lines shall be tested for straightness by:
a) Inserting a smooth ball 12 mm less than the internal diameter of the pipe. In the absence
of obstructions such as yarn or mortar projecting at the joints the ball shall roll down the
invert of the pipe and emerge at the lower end.
b) Means of a mirror at one end a lamp at the other end. If the pipe is straight the full circle
of light will be seen otherwise obstructions or deviations will be apparent.
c) The contractor shall give a smoke test to the drain and sewer at his own expense and
charges, if directed by the authority’s site representative.
d) A test register shall be maintained which shall be signed and dated by contractor and
authority’s site representative.
COMMISSIONING AND GUARANTEE
SCOPE OF WORK:
Work under this section shall be executed without any additional cost. The rates quoted in this
tender shall be inclusive of the works given in this section.
Contractor shall provide all tools, equipment, metering and testing devices required for the
purpose.
On award of work, contractor shall submit a detailed proposal giving methods of testing and
gauging the performance of the equipment to be supplied and installed under this contract.
All tests shall be made in the presence of the Engineer-in-charge or his representative or any
inspecting authority. At least five working days’ notice in writing shall be given to the
inspecting parties before performing any test.

Page 253 of 267


Water flow rates of all equipment and in pipe lines through valves shall be adjusted to design
conditions. Complete results of adjustments shall be recorded and submitted.
Contractor shall ensure proper balancing of the hydraulic system and for the pipes / valves
installed in his scope of work by regulating the flow rates in the pipeline by valve operation.
The contractor shall also provide permanent tee connection (with plug) in water supply lines
for ease of installing pressure gauge, temperature gauge and rotameters. Contractor shall also
supply all required pressure gauge, temperature gauge and rotmeters for system commissioning
and balancing. The balancing shall be to the satisfaction of consultant / project manager.
Three copies of all test result shall be submitted to the engineer in A4 size sheet paper within
two weeks after completion of the tests.
PRECOMMISSIONING:
On completion of the installation of all pumps, piping, valves, pipe connections, installation
etc., the contractor shall proceed as follows:
a) Prior to start – up and hydraulic testing, the contractor shall clean the entire installation
including all fitments and pipe work and the like after installation and keep them in a new
condition. All pumping systems shall be flushed and drained at least once through to get rid
of contaminating materials. All pipes shall be rodded to ensure clearance of debris, cleaning
and flushing shall be carried out in sections as the installation becomes completed.
b) All strainers shall be inspected and cleaned out or replaced.
c) When the entire systems are reasonably clean, a pre – treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at all outlets
during pre – treatment.
The pre – treatment chemical shall:
a. Remove oil, grease and foreign residue from the pipe work and fittings.
b. Pre – condition the metal surfaces to resist reaction with water or air.
c. Establish an initial protective film.
d. After pre – treatment, the system shall be drained and refilled with fresh water and left
until the system is put in to operation.
Details and procedures of the pre – treatment shall be submitted to the Engineer-in-charge
for approval.
e. Check all clamps, supports and hangers provided for the pipes.
f. Check all the equipment, piping and valves coming under hot water system and operate
each and every valve on the system to see if the valves are functioning properly. There
after conduct and hydro test of the system as for (b) above.
g. Fill up pipes with water and apply hydrostatic pressure to the system as given in the
relevant section of the specification. If any leakage is found, rectify the same and retest the
pipes.
STATUTORY AUTHORITIES TESTS AND INSPECTIONS:

Page 254 of 267


As and when notified in writing or instructed by the Engineer-in-charge, the contractor shall
submit shop drawing and attend all tests and inspections carried out by local fire authorities,
water authority and other statutory authorities, and shall forth with execute free of charge any
rectification work ordered by the Engineer-in-charge as a result of such tests and inspections
where these indicate non – compliance with statutory regulations. Some of these tests may take
place after the issue of practical completion of the main contract and the contractor shall make
all allowances in this respect.
The contractor shall be responsible for the submission of all necessary forms and shop
drawings to the statutory authorities, which shall conform in layout to the latest architectural
plans submitted to and kept by these authorities.
Fixing screws shall be half round head chromium plated (CP) brass screws, with CP brass
washers unless otherwise specified.
Fixtures shall be installed by skilled workman with appropriate tools according to the best trade
practice.
All appliances, fittings and fixtures shall be fixed in a neat workman like manner true to level
and to heights shown on the drawings and in accordance with the manufactures
recommendations. Care shall be taken to fix all inlet and outlet pipes at correct positions.
Faulty locations shall be made good and any damage to the finished floor, tiling, plaster, paint,
insulation or terrace shall be made good by the contractor at his own cost. Fixtures shall be
mounted rigid, plumb and true to alignment.
All materials shall be rustproof materials in direct or indirect contact shall be compatible to
prevent electrolytic or chemical (bimetallic) corrosion.
Wall flanges shall be provided on all walls, floors, columns etc. wherever supply and disposal
pipes pierce through them. These wall caps shall be or chromium plated brass fittings and the
receiving pipes and shall be large enough to cover the punctures properly.
Sanitary appliances, subject to the type of appliance and specific requirements, shall be fixed in
accordance with the relevant standards and the following:
a) Contractor shall, during the entire period of installation and afterwards protect the
appliances by providing suitable cover or any other protection so as to absolutely prevent
any damage to the appliances until handing over (the original protective wrapping shall be
left in position for as long as possible).
b) The appliances shall be placed in correct position or marked out in order that pipe work
can be fixed or partially fixed first.
c) The appliance shall be fixed in a manner such that it will facilitate subsequent removal if
necessary.
d) The appliance shall be securely fixed. Manufacturer’s brackets and fixing methods shall be
used wherever possible. Compatible rust – proofed fixings shall be used. Fixing shall be
done in a manner that minimize noise transmission.

Page 255 of 267


e) Appliances shall not be bedded (e.g. WC pans, pedestal units) in thick strong mortar that
could crack the unit (e.g. ceramic unit)
f) Pipe connections shall be made with demountable unions. Pipe work shall not be fixed in a
manner that it supports or partially supports and appliance.
The submission shall comply with the requirements set forth in the current codes of practice
and circular letters of the statutory authorities. The shop drawings to be submitted shall be
forwarded to the Engineer-in-chargefor checking before submission.
The contractor shall allow for at least two submissions of complete sets of shop drawings to the
authorities, one to be made within six months after the award of the contract but not less than
six weeks before the inspection. The Engineer-in-chargemay at his discretion instruct the
contractor for additional submissions to the local authorities wherever necessary.
The contractor shall notify the Engineer-in-charge at least seven days in advance of his
application for local authority tests and inspections. On receipt of a confirmed date for test and
inspection the contractor shall inform the Engineer-in-charge without delay.
FINAL ACCEPTANCE TESTS:
Following commissioning and inspection of the entire installation, and prior to issue of the
completion certificate, the contractor shall carry out final acceptance test in accordance with a
programme to be agreed with the architect.
Should the results of the acceptance tests show that plant, systems and / or equipment fail to
perform to the efficiencies or other performance figures as given in this specification, the
contractor shall adjust, modify and if necessary replace the equipment without further payment
in order that the required performance is obtained.
Where acceptance tests are required by the relevant authorities having jurisdiction, these tests
shall be carried out by the contractor prior to the issue of completion certificate to the
acceptance of the authorities.
REJECTION OF INSTALLATION / PLANT:
Any items of plant or system or component which fails to comply with the requirements of this
specification in any respect whatsoever at any stage of manufacture, test, erection or on
completion at site may be rejected by the Engineer-in-charge either in whole or in part as he
considers necessary / appropriate.
Adjustment and / or modification work as required by the Engineer-in-charge so as to comply
with the authority’s requirements and the intent of the specification shall be carried out by the
contractor at his own expense and to the satisfaction of the authority / architect.
After works have been accepted, the contractor may be required to carry out assist in carrying
out additional performance tests as reasonably required by the Engineer-in-charge / employer.

Page 256 of 267


WARRANTY AND HANDOVER:
The contractor shall warrant that all plant, materials and equipment supplied, and all
workmanship performed by him to be free from defects of whatsoever nature before handover
to the authority till DLP or over and above OEM.
HANDING OVER OF DOCUMENTS:
All testing and commissioning shall be done by the contractor to the entire satisfaction of the
authority’s site representative and all testing and commissioning documents shall be handed
over to the authority’s site representative.
The contractor shall also hand over all maintenance and operation manuals, all certificates and
all other documentation as per the terms of the contract to the authority’s site representative.
PIPE COLOUR CODE: Colour code to confirm to IS: 2379:1990

Page 257 of 267


Annexure F
(Instruction of E-BIDDING)

36.PROCEDURE UNDER E-BIDDING


INSTRUCTIONS TO BIDDERS
(Note: RFP stands modified to the extent required for the purpose of these instructions. Words
in capital and/or not defined in this document shall have the same meaning as in the subject
Request for Proposal (“RFP”)).
(a) E-Procurement Portal: An e-tendering portal of Government of Madhya Pradesh is in
place for the process of e-tendering which can be accessed on
https://www.mpeproc.gov.in/.
The Government of Madhya Pradesh has successfully rolled out the e-procurement
system through its website https://www.mpeproc.gov.in/. Uploading of bids
downloading, submission and opening may be done online through this site.
Eligible Bidders may submit their Bids online by enrolling with the above-mentioned
website and paying for requisite fees/costs as required for respective bids as per terms
and conditions of a bid and following terms and conditions of the e-procurement website.
During the Bidding Process, Bidders are required to keep themselves updated about Bid
related information as applicable from the e-procurement portal
https://www.mpeproc.gov.in/ or https://ujjainsmartcity.com/en/.
(b) Registration of Bidders On E-Procurement System:
All the Bidders are requested to register themselves on the e-procurement portal
https://www.mpeproc.gov.in as per applicable guidelines of the portal. For more details
may contact through phone on 18002588684, through e-mail on
eproc_helpdesk@mpsedc.com. The Bidders may also visit following office and submit
their queries for redressal at M/s. Tata Consultancy Services, 5th floor, Corporate Block,
DB Mall, Arera Hills, Bhopal, M.P., 462011. More information is available on the portal.
(c) Digital Certificate:
(i) The Bids submitted online should be signed electronically with a Class-III Digital
Certificate to establish the identity of the bidder submitting the bid online. The
bidders may obtain Class-III digital certificate issued by an approved Certifying
Authority authorized by the Controller of Certifying Authorities, Government of
India. A Class-III digital certificate is issued upon receipt of mandatory identity
proofs along with an application. Only upon the receipt of the required documents,
a digital certificate can be issued. For details please visit cca.gov.in.
It may take up to 7 (seven) working days or more as required for issuance of Class-
III digital certificate; hence the bidders are advised to obtain the Certificate at the

Page 258 of 267


earliest. Those bidders who already have valid Class Ill digital certificate need not
obtain another digital certificate for the same. The bidders may obtain more
information and the application form required to be submitted for the issuance of
digital Certificate from cca.gov.in.
(ii) The digital certificate issued to the Authorized User of a Partnership firm / Private
Limited Company / Public Limited Company and used for online biding will be
considered as equivalent to a no-objection certificate / power of attorney to that
user and the Authorised User of the Digital Certificate should be the same person
as the Person in whose favour a Power of Attorney (PoA) for submitting the Bid
has been issued by the Bidder. In case of Partnership firm, all the partners have to
authorize a specific individual through PoA signed by all of the partners of the
firm. In case of company form of Bidder’s organisation, PoA should be in
accordance with the procedure, if any, laid down by the applicable law and the
charter documents of the executant(s). The PoA in case of any type of Bidder, shall
be in the format, as prescribed in the RFP.
Unless the digital certificate is revoked, it will be assumed to represent adequate
authority of the specific individual to bid on behalf of the organization for online
bids as per information Technology Act,2000. This Authorized User will be
required to obtain a digital certificate. The digital signature executed through the
use of Digital Certificate of this Authorized User will be binding on the firm. It
shall be the responsibility of Management/Board/Partner(s)/Proprietor(s) of the
concerned Bidder to inform the Certifying Authority, if the Authorized User
changes, and apply for a fresh Digital Certificate for the new Authorized User.
(d) Enrollment: The Bidders can enroll themselves on the website
https://www.mpeproc.gov.in/ using the link “New User”. Possession of a valid Class
II/III Digital signature certificate (DSC) is a pre-requisite for registration and
participating in the Bid submission activities through this web site. Digital signature
certificate can be obtained from the authorized certifying agencies, details of which are
available in the web site https://www.mpeproc.gov.in/ under the link “Digital
Certificate”.
The web site also has user manuals with detailed guidelines on enrollment and
participation in the online bidding process. The user manuals can be downloaded for
ready reference.
(e) Accessing/Purchasing of Bid Documents:
(iii) It is mandatory for all the Bidders to have Class-II/III Digital Signature Certificate
with both Signing and Encryption Certificate (in the name of Authorised
Representative who will sign the Bid) from any of the licensed Certifying Agency
as mentioned in the website to participate in e-procurement. The Authorised
Representative holding Power of Attorney shall only be the Digital signatory. In
case authorized signatory holding Power of Attorney and Digital Signatory are not
the same, the Bid shall be considered non-responsive.

Page 259 of 267


(iv) The complete RFP/Bid Document can be viewed/downloaded by the Bidders from
the e-procurement portal or from https://ujjainsmartcity.com/en/ free of cost
without furnishing the payment particulars. The Bidders shall make payments
towards cost of Bid Document, Portal Registration Fees, Portal Processing Fee for
the Bid as applicable and furnish the payment receipt/acknowledgement document /
details of same at the time of submission of Bid.
(v) To participate for Bidding, Bidders have to make payment through Rs.50,000/- (Rs.
Fifty Thousand only) along with applicable GST towards fee for Bid document
(non-refundable) to “Ujjain Smart City Limited” and e-procurement portal only in
the online mode as specified in the Bidding portal.
(vi) Detailed Bid document can be downloaded from e-tender portal
https://www.mpeproc.gov.in/ or https://ujjainsmartcity.com/en/ as per date and time
mentioned in NIT. The Amendments/Clarifications/Reply to Queries/Notices to the
Bid document, if any, will be posted on the USCL website
https://ujjainsmartcity.com/en/ or e-procurement portal
https://www.mpeproc.gov.in/ during the Bidding Period.
(f) Preparation and submission of Bids:
(i) Bids may be submitted online following the instruction appearing on the screen.
For any clarification for submission of Bid, may contact the e-procurement portal
authorities as mentioned in this document.
(ii) The following documents shall be prepared and scanned in different files in a
manner that it should be clearly visible to the Authority’s personnel and be free of
alterations, changes etc. on any page/submission of the Bid. All pages of the
Technical Bid and Financial Bid must be serially numbered and signed in indelible
blue ink by the person authorised to sign the Bid on behalf of Bidder and uploaded
during the on-line submission of Bid. The Bid Document, if not legible in full or
part thereof, shall cause the Bid liable for non-consideration and rejection for the
purposes of this Bid including evaluation as applicable. At any time during the
Bidding Process, the Authority, at its discretion, may ask the Bidder(s) to submit
clarifications/documents etc. in support of its claim for Bid and the Bidder(s) shall
comply with this direction of the Authority as notified. The following documents
shall also be submitted in ‘ORIGINAL’ to USCL by the prescribed date & time for
submission of Bids.
 Bid Security for an amount of as per clause 1.2.4 in the prescribed form of Bank
Guarantee.
 Payment receipt / acknowledgement document/details towards cost of Bid
Document of Rs. 50,000/- along with applicable GST in favour of “Ujjain
Smart City Limited,” payable at Ujjain and fees of e-procurement Portal.
 Power of Attorney for signing of Bid;
 Power of Attorney for Lead Member of Joint Venture;

Page 260 of 267


 Joint Bidding Agreement;
 Any other documents in original as required under the RFP.
(iii) The Bid (Financial Bid) should be submitted online only in the prescribed format
given in the e-procurement portal. No other mode of submission is accepted.
(g) Modification/Substitution/Withdrawal of bids:
(i) The Bidder may modify, substitute or withdraw its e-bid after submission upto the
Bid Due Date as per date and time mentioned din NIT. No Bid shall be modified,
substituted or withdrawn by the Bidder after the Bid Due Date.
(ii) Any alteration/modification in the Bid or additional information supplied
subsequent to the Bid Due Date, unless the same has been expressly sought for by
the Authority, shall cause such Bids liable for rejection.
(iii) For modification of e-bid, Bidder has to detach its old bid from e-tendering portal
and upload/resubmit digitally signed modified bid.
(iv) For withdrawal of Bid, Bidder can do so in e-procurement portal.
(v) It may specifically be noted that after withdrawal of a Bid for any reason, Bidder
cannot re-submit its Bid again.
(h) Opening & Evaluation of bids:
(i) The Authority shall open on-line received Bids (Technical Bid), as per date and
time mentioned in NIT, in the presence of the Bidders who choose to attend. The
Authority will subsequently examine and evaluate the Bids in accordance with the
provisions set out.
(ii) Prior to evaluation of Bids, the Authority shall determine whether each Bid is
responsive to the requirements of this RFP.
(iii) ‘Technical Bid’ of non-responsive Bidders as per other terms and conditions of the
RFP shall be liable for rejection and may not be opened.
(iv) ‘Price Bid’ of those Bidders who have not met, the Eligibility/Technical/Pre-
Qualification/Special Eligibility Criteria, as per terms and conditions of the RFP,
shall not be opened.
(v) The Bid shall be opened of those bidders only who submit originals as mentioned
in Para-d (ii) of e-procurement procedure. The Bid submitted only on-line and not
supported by original as required under this RFP shall not be opened and shall be
declared non-responsive, if originals are not submitted as mentioned in Para-d (ii)
of e-tendering procedure.
(i) Disclaimer: The Bidder must read all the instructions in the RFP and submit its Bid
accordingly.

Page 261 of 267


Section 6
37.LIST OF APPROVED BRANDS

The following are the recommended manufacturers of the major items. Where more than one
manufacture islisted, the contractor is free to choose between them subject to meetingthe
prescribed specifications. For additional items, the contractor is free to submit proposals for
other manufactures from time to time and the same shall be effective after approval by the
employer. The contactor may substitute alternate brand names for the major items given below
provided that it demonstrates to the employer satisfaction that substitute is inevitable in the
interest of the project and the alternative makes proposed by the contractor are substantially
equivalent or superior to the one recommended hereunder:

For Electrical Works:-


1 Compact Packaged substation (CSS) : Siemens /ABB / Schneider
(Note: HT and LT switchgear in the CSS
2
should be of same make)
Siemens/ ABB/ Schneider/
3 Dry type transformer in CSS or stand alone: Raychem / Voltamp/ Crompton
Greaves/Kirloskar
Siemens / ABB / Schneider /
4 HT switchgear:
Lucy electric

Siemens / ABB / Schneider /


5 LT switchgear:
Ligand / L&T/ C&S Electric.
RPG / Ravin / CCI / Finolex /
6 HT and LT cables: Havells/ Universal /KEI / Polycab
/ Gloster

7 HT Cable end termination and jointing Kits: Raychem / 3M

Philips / Bajaj / Keselec Schreder


/ Wipro / Havells /GE Lighting /
Crompton Greaves / HPL /
Disano / Neri/ TISVA/ LED
LINEAR / HOMDEC /
8 Lighting fixtures Trilux/Iguzzini/Bega or Any other
national or multinational &
internationally reputed brand with
good presence in India, upon prior
approval by ISCDL Engineer
Incharge/Consulting engr.
Bajaj / Valmont / Transrail /
9 Poles and brackets
Keselec Shreder / HOMDEC

Page 262 of 267


Polycab / Finolex / Havells / RR /
10 Wire
Ravin/ RPG

Switchgear, timer, contactor etc for Street L&T/ ABB/Siemens / Schneider


11
Lighting Switching Panel MG /Legrand

Power factor Improvement Capacitors and EPCOS / Unistar/ Neptune /


12
APFC relays Shreem

Polycab / Modi / AKG / Precision


13 Conduit Pipe
or Equivalent

For Fire Fighting Works


SR.NO. ITEM APPROVED MAKE
KIRLOSKAR BROS. LTD / MATHER &
1 FIRE PUMPS
PLATT /Grundfos/Lubi
2 MOTOR KEC / SIEMENS / CGL/ABB

3 DIESEL ENGINE KEC / CUMMINS / GREVES


JINDAL( HISSAR) / TATA / SURYA
4 PIPES
ROSHINI / ZENITH
BHARAT FORGE / TUBE PRODUCTS /
5 G.I. FITTINGS M.S. FITTINGS / SANJAY FORGE / VS
BRAND
AUDCO / LEADER / SANT / INTERVALVE
6 VALVES
/ KEY STONE / BDK / FOURESS
H.SARKAR / CRESENT / KALPANA /
7 NON RETURN VALVES
VENUS / HAWA
8 GATE VALVES ( Screwed End ) LEADER / ZOLOTO / ITAP

9 BALL VALVES ( Screwed End ) LEADER / ZOLOTO / ITAP


GUJRAT OTO FILT / GRAND FRIX / TEL
10 STRAINERS
FLOW / JAYPEE
11 PRESSURE SWITCH INDFOS / SWITZER / DELTA CONTROL
H. GURU / FIEBIG / PRICOL / BELLS
12 PRESSURE GUAGE
CONTROL
13 ANTICORROSIVE MATERIAL I W L / RUSTECH
NEWAGE / WINCO / SHAHBOGILAL /
14 HYDRANT VALVES
MINIMAX / VIJAY
NEWAGE / WINCO / SHAHBOGILAL /
15 BRANCH PIPE WITH NOZZLE
MINIMAX / VIJAY
16 FIRE HYDRANTS MINIMAX / NEWAGE / SUKEN / SBJ

Page 263 of 267


17 FIRE HOSE REEL MINIMAX / SUPREME / DUTRON / SBJ
FIRE HOSE, COUPLING
MINIMAX / NEWAGE / SUKEN / SBJ /
18 BRANCH PIPE, NOZZLES,
WINCO / VIJAY
FIRE BRIGADE INLET
NEWAGE / SENJE / EVERSAFE / TYCO /
19 HOSE REEL
KIDDE / MINIMAX
20 CP HOSE INDIAN RAYON / NEWAGE
21 PVC HOSE FOR HOSE REEL DUNLOP (Imported) / DUTRON
HOSE BOX / FIRE DUCT
22 EVERSAFE / TYCO / KIDDE / MINIMAX
SHUTTERS
SYSTEM SENSOR / POTTER / SWITZER /
23 FLOW SWITCH
LEVCON
24 AIR RELEASE VALVE LEADER / BAJAJ / HAWA
25 SIREN / HOOTER KHERAJ / EQUI.
H.D. FIRE / TYCO / GRINNEL / VIKING /
26 SPRINKLERS
KIDDE
MINIMEX / FIREX / VIJAY FIRE /
27 FIRE EXTINGUISHERS
NEWAGE / SAFEX
28 BATTERY EXIDE
29 BATTERY CHARGER SERVILINK
30 PRESSURE SWITCHES SWITZER / INFOSS
31 PRESSURE GAUGE BELLS / H GURU / FIBIG
32 ELCTRIC METERS A.E.I. / MECO
33 MCB / MCCBS SIEMENS / L&T / SCHNEIDER
34 SWITCHGEAR / SFUs L & T / SIEMENS / B.C.H.
GLOSTER / POLYCAB / FINOLEX / ASIAN
35 FRLS CABLES
/ CCI / UNIVERSAL
GLOSTER / POLYCAB / FINOLEX / ASIAN
36 FRLS WIRES
/ CCI / UNIVERSAL
VOLT METER SELECT
37 SALZER / L & T / KAYCEE
SWITCH
38 VOLTMETER ( AC / DC ) MECO / AE
39 AMMETER ( AC / DC ) MECO / AE
40 POWER CONTACTORS ABB / SIEMENS / L & T / SCHNEIDER
41 AUTO / MANUAL SELECTOR SALZER / L & T / KAYCEE
42 TIMERS EAPL / AE
43 TERMINAL BLOCKS ELMEX / WAGO

Page 264 of 267


44 CURRENT TRANSFORMERS KALPA / VOLTAMPS / KAPPA
45 OVER LOAD RELAY L & T / SIEMENS
46 SINGLE PHASE PREVENTORS MINILEC / AE
47 TOGGLE SWITCH JAY / EQUI.
48 END TERMINATIONS DOWEWLS / MULTI
MINIMEX / FIREX / VIJAY FIRE /
49 FIRE EXTINGUISHERS
NEWAGE / SAFEX
For ICT Component
Sr. DESCRIPTION MAKE
No.
1. Relays Alstom/ L & T/ ABB
2. Current Transformers A.E./ Indcoil/ Kappa/ Reco
3. Voltage Transformers Kappa / AE
4. Rubber Matting Kiran Rubber/ Korula Rubber
5. L.T. XLPE Cables (FRLS or Finolex/ Asian/ Polycab/ KEI/Ravin Cables
otherwise)
6. Selector Switches L & T / Kaycee/ Siemens/ Cutler Hammer/
Sielzer
7. Cable Sockets/ Lugs Dowells
8. Ammeter/Voltmeter/P.F. Meter Automatic Electric/ Rishab
(Analog)
9. Indicating Lamps 22.5mm Teknic/ Siemens/ Group
dia. (LED type) Schneider/ L & T
10. Digital Panel Meters AE / Enercon/ Secure Meters/ Krykard
11. Isolators Siemens/ HH Elcon/ L&T
12. Battery Charger Excide/ Standard Batteries/ Sherene Electro
Control/ Argo/ AE.
13. Isolators Siemens/ HH Elcon/ L&T
14. Dual Energy Meters for all Small Conzerv/ L Measuer
Users with pulse Output
15. Connectors/ Terminal Blocks Elmex/ Essen
16. Timers C&S/L&T
17. Push Buttons Siemens
18. Cat 5E 7 Cat 6E cables D-Link/Beldon/Systemax
19. PVC Insulated Copper Wires Finolex / Polycab/ RR/Ravin
(including Panel Wires)
20. PVC conduit and accessories ISI Marked
21. Hot Dip G.I. Conduit Diamond/ Precision/BEC
22. Black Enameled M.S. Conduit BEC/ NIC/ VIMCO
23. Industrial sockets & plugs MDS(Legrand) / Clipsal
24. Storage Battery Exide/ Standard/ AMCO/
25. Floor Trunking System MK Electric/ L.K. Pace / Profab
26. Cable Glands Comet/Dowells
27. Push Buttons for Motor Control Technik/ Siemens/ Group Schneider/ GE

Page 265 of 267


28. Cable Tray Sadhana/ Profab/ Indiana
29. SMF Battery Yuasa / Global Yuasa / Hitachi / Exide Power
safe /
Panasonic / China Storage Battery (CSB)
30. Fire Alarm System Notifier / Morely / Johnson Control / Honeywell
Edwards / Autronica / BOSCH/GST
31. CCTV System Hikvision/,Honeywell/Siemens/Axis/Bosch
32. Public Address System Philips / Ahuja / BOSCH/
33. BMS Controllers Siemens / Johnson Control / Honeywell /
Schneider
/ L&T / Distech controls
For Plumbing Works

S. No. Product Manufacturer'S Name

1 P.V.C. pipes& Fittings Finolex / Supreme / Prince / Ashirvad


2 RCC Hume Pipe Jian Spun Pipe / Pragati / Dewan Spun pipe
Gun Metal Gate Valve / Non Return
3 Audco / Sanders / Zoloto / Leader
Valve
4 Ball Valve SANT / CIM/ SKS / RBM / & CATY / Zoloto
5 HDPE Tank Sintex / Reno / Supreme
6 CP Fittings Kohler / Jaquar / Roca / Cera
7 C.I. double acting air valve Sant CIM . Tiemme / Arco
8 Water meter Kent / SANT / Actaris
9 C.I. dirt box strainer Emerald / Zoloto / Leader
10 Gully Trap Stoneware Perfect / RK / Anand
11 S.W. intercepting trap Perfect / RK / Anand
12 Unplasticised PVC pipe & Fittings AKG / Supreme / Jain PVC Pipe / Prince
Unplasticised PVC SWR Pipe &
13 AKG / Supreme / Jain PVC Pipe / Prince
Fittings
14 CP Fittings & Toilet Accessories Kohler / Jaquar / AS / Cera
15 Vitreous China Sanitary ware Kohler / Hindware / American Standard / Roca
Chlorinated Polyvinyl Chloride
16 Supreme / Astral / Ashirwad /
(CPVC) pipes & Fittings
Kirloskar / Grundfos / Flowmore / Mather &
17 Submersible Openwell Pumps:
Platt/ Lubi
18 Butterfly Valves SANT / SKS / AIP / Zoloto
19 Pipe Support , Clamps Chilly / Camry / Easy Flex
Pipe Protection for Water Supply
20 Pypkote / Makpolykote Coaltek
Pipes

Page 266 of 267


21 Fasteners Hilti / Fischer / Canon
22 SFRC Manhole Cover & Gratting KK Manhole
23 CI Manhole Cover ( IS: 1726-1991) Neco / Crescent Foundry / Kapilansh
24 HDPEPipes & Fittings Kissan / Finolex / Jain Irrigation
Reverse Osmosis System with Water
25 Eureka Forbes / Ion Exchange / Thermax
Cooler
26 Reverse Osmosis Membranes Toray / Film Tech / Cock / GE
27 Liquid Level Controllers Honeywell / Johnson Control
28 Kitchen Sink Frankee/ Jayna / Nirali

Cement and Steel


1 Reinforcement Steel TATA, SAIL, JINDAL, Elelctrotherm, JSW,
Thermax, Metro, VISA, VIZAG
2 Cement Ultratech, Birla, ACC, Ambuja, JP Cement, L&T,
Vikram, JK, Grasim, Binani, India Cement

Page 267 of 267

You might also like