0% found this document useful (0 votes)
27 views462 pages

Request For Proposal

The document is a Bidding Document for the Procurement of Works related to the Dobra Chanti Park project under the Sustainable, Inclusive, and Climate Resilient Tourism Development at Tehri Lake Area, funded by the Asian Development Bank. It outlines the bidding procedures, requirements, and conditions for bidders, including instructions on bid preparation, submission, and evaluation. The document emphasizes adherence to anti-corruption policies and ethical standards during the procurement process.

Uploaded by

Harendra Chauhan
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)
27 views462 pages

Request For Proposal

The document is a Bidding Document for the Procurement of Works related to the Dobra Chanti Park project under the Sustainable, Inclusive, and Climate Resilient Tourism Development at Tehri Lake Area, funded by the Asian Development Bank. It outlines the bidding procedures, requirements, and conditions for bidders, including instructions on bid preparation, submission, and evaluation. The document emphasizes adherence to anti-corruption policies and ethical standards during the procurement process.

Uploaded by

Harendra Chauhan
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/ 462

UTTARAKHAND TOURISM DEVELOPMENT BOARD

Sustainable, Inclusive, and Climate Resilient Tourism


Development at Tehri Lake Area Project
(ADB Project No: 53145–IND)

Procurement of Works
Bidding Document for Procurement of

Dobra Chanti Park

(Following ADB - Single-Stage: Two-Envelope Bidding Procedure)

Issued on: 17th August 2024


Invitation for Bids No.: SICRTDT-UK/OCB/03/2024-25/02
OCB No: SICRTDT-TEC/CW02/01
Employer: Uttarakhand Tourism Development Board, (UTDB) Govt. of Uttarakhand
Pt. Deen Dayal Upadhyay, Paryatan Bhawan,
Near ONGC Helipad, Nimbuwala,
Garhi Cantt, Dehradun 248 003
Phone +91-135-2559898, Fax: +91-35-2559988
Country: India
Preface

This Bidding Document for the Procurement of Works has been prepared by Uttarakhand Tourism
Development Board, (UTDB), Government of Uttarakhand and is based on the Standard Bidding
Document for the Procurement of Works–Small Contracts (SBD Works-Small) issued by the Asian
Development Bank dated December 2021.

ADB’s SBD Works-Small has the structure and the provisions of the Master Procurement Document
entitled “Bidding Documents for the Procurement of Works–Small Contracts”, prepared by multilateral
development banks and other public international financial institutions except where ADB-specific
considerations have required a change.
Table of Contents - Summary Description

PART I BIDDING PROCEDURES


Section 1 - Instructions to Bidders (ITB) ------------------------------------------------ 1-1
This section specifies the procedures Bidders should follow when preparing and submitting
their Bids. Information is also provided on the submission, opening, evaluation of bids, and on
the award of contract.

Section 2 - Bid Data Sheet (BDS) ---------------------------------------------------------- 2-1


This section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 (Instructions to Bidders).

Section 3 - Evaluation and Qualification Criteria (EQC) --------------------------- 3-1


This section contains the criteria to determine the lowest evaluated bid and the qualifications of
the Bidder to perform the contract.

Section 4 - Bidding Forms (BDF) ---------------------------------------------------------- 4-1


This section contains the forms to be completed by the Bidder and submitted as part of its Bid.

Section 5 - Eligible Countries (ELC) ------------------------------------------------------ 5-1


This section contains the list of eligible countries.

PART II REQUIREMENTS
Section 6 - Employer’s Requirements (ERQ) ------------------------------------------ 6-1
This section contains the Specification, Drawings, Supplementary Information that describe the
Works to be procured, Personnel Requirements, and Equipment Requirements.

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section 7 - General Conditions of Contract (GCC) ---------------------------------- 7-1
This section contains the general clauses to be applied in all contracts. These Conditions are
subject to the variations and additions set out in Section 8 (Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC) -------------------------------- 8-1


This section contains provisions which are specific to each contract and which modify or
supplement the General Conditions of Contract. Whenever there is a conflict, the provisions
herein shall prevail over those in the General Conditions of Contract.

Section 9 - Contract Forms (COF) --------------------------------------------------------- 9-1


This section contains forms that, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed
by the successful Bidder after contract award.
Section 1: Instructions to Bidders 1-1

Section 1: Instructions to Bidders


Table of Clauses

A. General .........................................................................................................................................1-3
1. Scope of Bid ............................................................................................................................1-3
2. Source of Funds ......................................................................................................................1-3
3. Fraud and Corruption ..............................................................................................................1-3
4. Eligible Bidders .......................................................................................................................1-6
5. Eligible Materials, Equipment, and Services...........................................................................1-7

B. Contents of Bidding Document .................................................................................................1-8


6. Sections of Bidding Document ................................................................................................1-8
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ...............................................1-8
8. Amendment of Bidding Document ..........................................................................................1-9

C. Preparation of Bids .....................................................................................................................1-9


9. Cost of Bidding ........................................................................................................................1-9
10. Language of Bid ......................................................................................................................1-9
11. Documents Comprising the Bid ............................................................................................1-10
12. Letters of Bid and Schedules ................................................................................................1-10
13. Alternative Bids .....................................................................................................................1-10
14. Bid Prices and Discounts ......................................................................................................1-11
15. Currencies of Bid and Payment ............................................................................................1-12
16. Documents Comprising the Technical Proposal ...................................................................1-12
17. Documents Establishing the Qualifications of the Bidder .....................................................1-12
18. Period of Validity of Bids .......................................................................................................1-12
19. Bid Security/Bid-Securing Declaration ..................................................................................1-13
20. Format and Signing of Bid ....................................................................................................1-13

D. Submission and Opening of Bids ............................................................................................1-15


21. Sealing and Marking of Bids .................................................................................................1-15
22. Deadline for Submission of Bids ...........................................................................................1-15
23. Late Bids ...............................................................................................................................1-15
24. Withdrawal, Substitution, and Modification of Bids ...............................................................1-16
25. Bid Opening ..........................................................................................................................1-16

E. Evaluation and Comparison of Bids........................................................................................1-18


26. Confidentiality........................................................................................................................1-17
27. Clarification of Bids ...............................................................................................................1-17
28. Deviations, Reservations, and Omissions ............................................................................1-18
29. Examination of Technical Bids .............................................................................................1-19
30. Responsiveness of Technical Bid .........................................................................................1-19
31. Nonmaterial Nonconformities................................................................................................1-19
32. Qualification of the Bidder .....................................................................................................1-20
33. Subcontractors ......................................................................................................................1-20
34. Correction of Arithmetical Errors ...........................................................................................1-20

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-2

35. Conversion to Single Currency............................................................................................. 1-21


36. Domestic Preference ............................................................................................................ 1-21
37. Evaluation and Comparison of Price Bids ............................................................................ 1-21
38. Abnormally Low Bids ............................................................................................................ 1-22
39. Unbalanced or Front-Loaded Bids ....................................................................................... 1-22
40. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ..................................... 1-23
41. Notice of Intention for Award of Contract ............................................................................. 1-23

F. Award of Contract ..................................................................................................................... 1-23


42. Award Criteria ....................................................................................................................... 1-23
43. Notification of Award ............................................................................................................ 1-23
44. Signing of Contract ............................................................................................................... 1-24
45. Performance Security ........................................................................................................... 1-24
46. Bidding-Related Complaints ................................................................................................. 1-24

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-3

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this
Bidding Document for the procurement of the Works as specified in
Section 6 (Employer’s Requirements). The name, identification, and
number of contracts of this bidding are provided in the BDS.
1.2 Throughout this Bidding Document,
(a) the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) “day” means calendar day.
2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in
the BDS has applied for or received financing (hereinafter called
“funds”) from the Asian Development Bank (hereinafter called “ADB”)
toward the cost of the project named in the BDS. The Borrower intends
to apply a portion of the funds to eligible payments under the
contract(s) for which this Bidding Document is issued.
2.2 Payments by ADB will be made only at the request of the Borrower
and upon approval by ADB in accordance with the terms and
conditions of the Financing Agreement between the Borrower and ADB
(hereinafter called “Financing Agreement”), and will be subject in all
respects to the terms and conditions of that Financing Agreement. No
party other than the Borrower shall derive any rights from the
Financing Agreement or have any claim to the funds.

3. Fraud and 3.1 ADB requires Borrowers (including beneficiaries of ADB-financed


Corruption activity) and their personnel, as well as firms and individuals
participating in an ADB-financed activity, including but not limited to,
Bidders, Suppliers, and Contractors, agents, subcontractors, sub
consultants, service providers, sub suppliers, manufacturers (including
their respective officers, directors, employees and personnel) under
ADB-financed contracts to observe the highest standard of ethics
during the procurement and execution of such contracts in accordance
with ADB’s Anticorruption Policy (1998, as amended from time to time).
In pursuance of this policy, ADB
(a) defines, for the purposes of this provision, the terms set forth
below as follows:
(i) “Corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;
(iii) “Coercive practice” means impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly the
actions of a party;
(iv) “Collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another
party;

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-4

(v) “abuse” means theft, waste, or improper use of assets


related to ADB-related activity, either committed
intentionally or through reckless disregard;
(vi) “Conflict of interest” means any situation in which a party
has interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and
regulations; and
(vii) “integrity violation" is any act, as defined under ADB’s
Integrity Principles and Guidelines (2015, as amended from
time to time), which violates ADB’s Anticorruption Policy,
including (i) to (vi) above and the following: obstructive
practice, violations of ADB sanctions, retaliation against
whistleblowers or witnesses, and other violations of ADB's
Anticorruption Policy, including failure to adhere to the
highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award or any of its officers, directors,
employees, personnel, subconsultants, subcontractors, service
providers, suppliers or manufacturers has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity violations in competing for
the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the Borrower or of
a beneficiary of ADB financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that
contract, without the Borrower having taken timely and
appropriate action satisfactory to ADB to remedy the situation,
including by failing to inform ADB in a timely manner at the time
they knew of the integrity violations;
(d) will impose remedial actions on a firm or an individual, at any
time, in accordance with ADB’s Anticorruption Policy and
Integrity Principles and Guidelines, including declaring ineligible,
either indefinitely or for a stated period of time, to participate 1 in
ADB-financed, -administered, or -supported activities or to
benefit from an ADB-financed, -administered, or -supported
contract, financially or otherwise, if it at any time determines that
the firm or individual has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practices
or other integrity violations; and
(e) will have the right to require that a provision be included in
bidding documents and in contracts financed, administered, or
supported by ADB, requiring Bidders, suppliers, and contractors,
consultants, manufacturers, service providers and other third
parties engaged or involved in ADB-related activities, and their
respective officers, directors, employees and personnel, to
permit ADB or its representative to inspect the site and their
assets, accounts and records and other documents relating to
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-5

3.2 All Bidders, consultants, contractors, suppliers, manufacturers, service


providers, and other third parties engaged or involved in ADB-related
activities, and their respective officers, directors, employees and
personnel, are obliged to cooperate fully in any investigation when
requested by ADB to do so. As determined on a case by case basis by
ADB, such cooperation includes, but is not limited to, the following:

(a) being available to be interviewed and replying fully and truthfully to


all questions asked;
(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(c) upon written request by ADB, authorizing other related entities to
release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
(d) cooperating with all reasonable requests to search or physically
inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s Information and Communications Technology (ICT)
resources or systems (including mobile phones, personal
electronic devices, and electronic storage devices such as external
disk drives);
(e) cooperating in any testing requested by ADB, including but not
limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and
(f) preserving and protecting confidentiality of all information
discussed with, and as required by, ADB.

3.3 All Bidders, consultants, contractors and suppliers shall require their
officers, directors, employees, personnel, agents to ensure that, in its
contracts with its subconsultants, Subcontractors and other third
parties engaged or involved in ADB-related activities, such
subconsultants, Subcontractors and other third parties similarly are
obliged to cooperate fully in any investigation when requested by ADB
to do so.

3.4 The Employer hereby puts the Bidder on notice that the Bidder or any
Joint Venture partner of the Bidder (if any) may not be able to receive
any payments under the Contract if the Bidder or any of its Joint
Venture partners, as appropriate, is, or is owned (in whole or in part)
by a person or entity subject to applicable sanctions.

3.5 Furthermore, Bidders shall be aware of the provisions of GCC 28.3


and 73.2 (i).

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned
enterprise subject to ITB 4.5 – or any combination of them with a
formal intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture. In the case of a Joint
Venture:
(a) all partners shall be jointly and severally liable; and
(b) The Joint Venture shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-6

all the parties of the Joint Venture during the bidding process and,
in the event the Joint Venture is awarded the Contract, during
contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5 (Eligible
Countries). A Bidder shall be deemed to have the nationality of a
country if the Bidder is a citizen or is constituted, incorporated, or
registered, and operates in conformity with the provisions of the laws of
that country. This criterion shall also apply to the determination of the
nationality of proposed Subcontractors or Suppliers for any part of the
Contract including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found to have
a conflict of interest shall be disqualified. A Bidder may be considered
to be in a conflict of interest with one or more parties in this bidding
process if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from
any of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through
common third parties, that puts them in a position to have access
to material information about or improperly influence the Bid of
another Bidder, or influence the decisions of the Employer
regarding this bidding process; or
(e) a Bidder participates in more than one bid in this bidding process,
either individually or as a partner in a Joint Venture, except for
alternative offers permitted under ITB 13 of the Bidding Document.
This will result in the disqualification of all Bids in which it is
involved. However, subject to any finding of a conflict of interest in
terms of ITB 4.3 (a)-(d) above, this does not limit the participation
of a Bidder as a Subcontractor in another Bid or of a firm as a
Subcontractor in more than one Bid; or
(f) a Bidder, Joint Venture partner, associates, parent company, or
any affiliated entity, participated as a Consultant in the preparation
of the design or technical specifications of the works that are the
subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or
is proposed to be hired) by the Employer or Borrower as Engineer
for the contract; or
(h) a Bidder would be providing goods, works, or nonconsulting
services resulting from or directly related to consulting services for
the preparation or implementation of the project specified in the
BDS ITB 2.1 that it provided or were provided by any affiliate that
directly or indirectly controls, is controlled by, or is under common
control with that firm; or
(i) a Bidder that has a financial or familial relationship with staff of the
Employer including project implementing/executing agency, or of a
recipient of a part of the loan who: (i) are directly or indirectly
involved in the preparation of the bidding documents or
specifications of the contract, and/or the bid evaluation process of
such contract; or (ii) would be involved in the implementation or
supervision of such contract unless the conflict stemming from
such relationship has been resolved in a manner acceptable to

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-7

ADB throughout the procurement process and execution of the


contract.

4.4 A firm will not be eligible to participate in any procurement activities


under an ADB-financed, -administered, or -supported project while
under temporary suspension or debarment by ADB pursuant to its
Anticorruption Policy (see ITB 3), whether such debarment was directly
imposed by ADB, or enforced by ADB pursuant to the Agreement for
Mutual Enforcement of Debarment Decisions. A bid from a temporarily
suspended or debarred firm will be rejected and such bid may be in
breach of debarment conditions, thereby subject to further ADB’s
investigation.

4.5 Government-owned enterprises in the Employer’s country shall be


eligible only if they can establish that they (i) are legally and financially
autonomous, (ii) operate under commercial law, and (iii) are not a
dependent agency of the Employer.

4.6 A Bidder shall not be under suspension from Bidding by the Employer
as the result of the execution of a Bid–Securing Declaration.

4.7 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.8 Bidders shall be excluded if, by an act of compliance with a decision of


the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s country prohibits any
import of goods from, or payments to, a particular country, person or
entity in respect of goods or services originating in that country. Where
the Borrower’s country prohibits payments to a particular person or
entity or for particular goods or services by such an act of compliance,
that firm shall be excluded.

5. Eligible Materials, 5.1 The materials, equipment, and services to be supplied under the
Equipment and Contract shall have their origin in eligible source countries as defined
Services in ITB 4.2 above and all expenditures under the Contract will be limited
to such materials, equipment, and services. At the Employer’s request,
Bidders may be required to provide evidence of the origin of materials,
equipment, and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.

B. Contents of Bidding Document

6. Sections of 6.1 The Bidding Document consists of Parts I, II, and III, which include all
Bidding Document the sections indicated below, and should be read in conjunction with
any addenda issued in accordance with ITB 8.
PART I Bidding Procedures
Section 1 Instructions to Bidders (ITB)
Section 2 Bid Data Sheet (BDS)

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-8

Section 3 Evaluation and Qualification Criteria (EQC)


Section 4 Bidding Forms (BDF)
Section 5 Eligible Countries (ELC)

PART II Requirements
Section 6 Employer’s Requirements (ERQ)

PART III Conditions of Contract and Contract Forms


Section 7 General Conditions of Contract (GCC)
Section 8 Particular Conditions of Contract (PCC)
Section 9 Contract Forms (COF)
6.2 The IFB issued by the Employer is not part of the Bidding Document.
6.3 The Employer is not responsible for the completeness of the Bidding
Document and their Addenda, if they were not obtained directly from
the source stated by the Employer in the IFB.
6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document may
result in the rejection of the bid.

7. Clarification of 7.1 A prospective Bidder requiring any clarification on the Bidding


Bidding Document shall contact the Employer in writing at the Employer’s
Document, Site address indicated in the BDS or raise his inquiries during the pre-bid
Visit, Pre-Bid meeting if provided for in accordance with ITB 7.4. The Employer will
Meeting respond in writing to any request for clarification, provided that such
request is received prior to the deadline for submission of bids, within a
period given in the BDS. The Employer shall forward copies of its
response to all Bidders who have acquired the Bidding Document in
accordance with ITB 6.3, including a description of the inquiry but
without identifying its source. Should the Employer deem it necessary
to amend the Bidding Document as a result of a request for
clarification, it shall do so following the procedure under ITB 8 and ITB
22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself, on its own risk and responsibility, all
information that may be necessary for preparing the Bid and entering
into a contract for construction of the Works. The costs of visiting the
Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter its premises and lands for the
purpose of such visit, but only upon the express condition that the
Bidder, its personnel, and agents will release and indemnify the
Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
7.4 The Bidder’s designated representative is invited to attend a pre-bid
meeting, if provided for in the BDS. The purpose of the meeting will be
to clarify issues and to answer questions on any matter that may be
raised at that stage.

7.5 The Bidder is requested to submit any questions in writing, to reach the
Employer not later than 1 week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-9

together with any responses prepared after the meeting, will be


transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer
Bidding Document may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.
8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Employer may, at
its discretion, extend the deadline for the submission of Bids, pursuant
to ITB 22.2.

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in the
language specified in the BDS. Supporting documents and printed
literature that are part of the Bid may be in another language provided
they are accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which case, for
purposes of interpretation of the Bid, such translation shall govern.

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising the called the Technical Bid containing the documents listed in ITB 11.2
Bid and the other the Price Bid containing the documents listed in ITB 11.3,
both envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:


(a) Letter of Technical Bid;
(b) Bid Security or Bid-Securing Declaration, in accordance with ITB
19;
(c) alternative Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-10

(f) Technical Proposal in accordance with ITB 16;


(g) any other document required in the BDS.

11.3 The Price Bid shall comprise the following:


(a) Letter of Price Bid;
(b) completed Price Schedules, in accordance with ITB 12 and ITB 14,
or as stipulated in the BDS;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) any other document required in the BDS.

11.4 In addition to the requirements under ITB 11.2, Bids submitted by a


Joint Venture shall include a copy of the Joint Venture Agreement
entered into by all partners. Alternatively, a Letter of Intent to execute
a Joint Venture Agreement in the event of a successful Bid shall be
signed by all partners and submitted with the Bid, together with a
copy of the proposed agreement.

12. Letters of Bid and 12.1 The Letters of Technical Bid and Price Bid, and the Schedules, and all
Schedules documents listed under Clause 11, shall be prepared using the
relevant forms furnished in Section 4 (Bidding Forms). The forms must
be completed without any alterations to the text, and no substitutes
shall be accepted. All blank spaces shall be filled in with the
information requested and as required in the BDS.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be
considered.

13.2 When alternative times for completion are explicitly invited, a statement
to that effect will be included in the BDS, as will the method of
evaluating different times for completion.

13.3 When specified in the BDS pursuant to ITB 13.1, and subject to ITB
13.4 below, Bidders wishing to offer technical alternatives to the
requirements of the Bidding Document must first price the Employer’s
design as described in the Bidding Document and shall further provide
all information necessary for a complete evaluation of the alternative
by the Employer, including drawings, design calculations, technical
specifications, breakdown of prices, and proposed construction
methodology and other relevant details. Only the technical alternatives,
if any, of the lowest evaluated Bidder conforming to the basic technical
requirements shall be considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the Works. Such parts will be
identified in the BDS and described in Section 6 (Employer’s
Requirements). The method for their evaluation will be stipulated in
Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price
Discounts Bid and in the Schedules shall conform to the requirements specified
below.

14.2 The Bidder shall submit a bid for the whole of the works described in
ITB 1.1 by filling in prices for all items of the Works, as identified in
Section 4 (Bidding Forms). In case of admeasurement contracts, the
Bidder shall fill in rates and prices for all items of the Works described
in the Bill of Quantities. Items against which no rate or price is entered

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-11

by the Bidder will not be paid for by the Employer when executed and
shall be deemed covered by the rates for other items and prices in the
Bill of Quantities. Unit rates and prices for all items of the Works
described in the Bill of Quantities shall be expressed in positive values.
If unit rates and prices are expressed in negative values, the bid will be
rejected.

14.3 The price to be quoted in the Letter of Price Bid shall be the total price
of the Bid, excluding any discounts offered. Absence of the total bid
price in the Letter of Price Bid may result in the rejection of the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 The prices shall be either fixed or adjustable as specified in the BDS.
(a) In the case of Fixed Price, prices quoted by the Bidder shall be
fixed during the Bidder’s performance of the contract and not
subject to variation on any account. A Bid submitted with an
adjustable price will be treated as nonresponsive and rejected.
(b) In the case of Adjustable Price, prices quoted by the Bidder shall
be subject to adjustment during performance of the contract to
reflect changes in the cost elements such as labor, material,
transport, and contractor’s equipment in accordance with the
provisions of the Conditions of Contract. A Bid submitted with a
fixed price will be treated as nonresponsive and be rejected. The
Bidder shall furnish the indexes and weightings for the price
adjustment formulas in the Tables of Adjustment Data included in
Section 4 (Bidding Forms) and the Employer may require the
Bidder to justify its proposed indexes and weightings. Any bid that
omits indexes and weightings shall be subject to clarification with
the Bidder.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts
or for any combination of contracts (packages). Bidders wishing to
offer any price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB
14.4, provided the Bids for all contracts are submitted and opened at
the same time.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 28 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total Bid Price submitted by the Bidder.

15. Currencies of Bid 15.1 The currency(ies) of the Bid and payment shall be as specified in the
and Payment BDS.

15.2 Bidders may be required by the Employer to justify, to the Employer’s


satisfaction, their local and foreign currency requirements, and to
substantiate that the amounts included in the prices shown in the
appropriate form(s) of Section 4, in which case a detailed breakdown
of the foreign currency requirements shall be provided by Bidders.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-12

Comprising the work methods, equipment, personnel, schedule, environmental, health


Technical and safety (EHS) management plan commensurate with the proposed
Proposal scope of works, EHS Code of Conduct, and any other information as
stipulated in Section 4 (Bidding Forms), in sufficient detail to
demonstrate the adequacy of the Bidders’ proposal to meet the work
requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing the with Section 3 (Evaluation and Qualification Criteria) the Bidder shall
Qualifications of provide the information requested in the corresponding information
the Bidder sheets included in Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in Joint Ventures, applying for


eligibility for domestic preference shall supply all information required
to satisfy the criteria for eligibility in accordance with ITB 35.

18. Period of Validity 18.1 Bids shall remain valid for the bid validity period specified in the BDS.
of Bids The bid validity period starts from the date fixed for the bid submission
deadline date prescribed by the Employer in accordance with ITB 22.1.
A bid valid for a shorter period shall be rejected by the Employer as
nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity


period, the Employer may request Bidders to extend the period of
validity of their Bids. The request and the responses shall be made in
writing. If a bid security is requested in accordance with ITB 19, it shall
also be extended 28 days beyond the deadline of the extended validity
period. A Bidder may refuse the request without forfeiting its bid security.
A Bidder granting the request shall not be required or permitted to modify
its Bid.

19. Bid Security/Bid- 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part
Securing of its Bid, in original form, either a Bid-Securing Declaration or a bid
Declaration security as specified in the BDS. In the case of a bid security, the
amount and currency shall be as specified in the BDS.

19.2 If a Bid-Securing Declaration is required pursuant to ITB 19.1, it shall


use the form included in Section 4 (Bidding Forms). The Employer will
declare a Bidder ineligible to be awarded a Contract for a specified
period of time, as indicated in the BDS, if the Bid-Securing Declaration
is executed.

19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall
be, at the Bidder’s option, in any of the following forms:
(a) an unconditional bank guarantee (hard copy of the bank guarantee
or in the form of SWIFT message MT760), or
(b) an irrevocable letter of credit, or
(c) a cashier’s or certified check.
all from a reputable bank from an eligible country as described in
Section 5 (Eligible Countries). In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form included
in Section 4 (Bidding Forms) or another form acceptable to the
Employer. The form must include the complete name of the Bidder.
The bid security shall be valid for 28 days beyond the original validity
period of the bid, or beyond any period of extension if requested under
ITB 18.2.

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-13

19.4 Unless otherwise specified in the BDS, any Bid not accompanied by a
substantially compliant bid security or Bid-Securing Declaration, if one
is required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of
substantially nonresponsive Technical Bids shall be returned before
opening the Price Bids. The bid security of unsuccessful Bidders at
Price Bid evaluation shall be returned promptly upon the successful
Bidder’s furnishing of the performance security pursuant to ITB 45.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the
successful Bidder shall be returned promptly once the successful
Bidder has signed the Contract and furnished the required
performance security.

19.7 The bid security may be forfeited or the Bid-Securing Declaration


executed, if
(a) notwithstanding ITB 24.3, a Bidder withdraws its bid during the
period of bid validity specified by the Bidder on the Letters of
Technical Bid and Price Bid, except as provided in ITB 18.2; or
(b) the successful Bidder fails to
(i) sign the Contract in accordance with ITB 44;
(ii) furnish a performance security in accordance with ITB 45;
(iii) accept arithmetical corrections in accordance with ITB 34; or
(iv) furnish a domestic preference security, if applicable, in
accordance with ITB 45.

19.8 If the bid security is required as per ITB 19.1, the bid security of a Joint
Venture shall be in the name of the Joint Venture that submits the Bid.
If the Joint Venture has not been legally constituted at the time of
bidding, the bid security shall be in the name of any or all of the Joint
Venture partners. If the Bid-Securing Declaration is required as per ITB
19.1, the Bid-Securing Declaration of a Joint Venture shall be in the
name of the Joint Venture that submits the Bid. If the Joint Venture has
not been legally constituted at the time of bidding, the Bid-Securing
Declaration shall be in the names of all future partners as named in the
letter of intent mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and one
Signing of Bid original of the Price Bid comprising the Bid as described in ITB 11 and
clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL -
PRICE BID.” Alternative Bids, if permitted in accordance with ITB 13,
shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall
submit copies of the Bid in the number specified in the BDS, and
clearly mark each of them “COPY.” In the event of any discrepancy
between the original and the copies, the original shall prevail.

20.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the Bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. If a Bidder submits a
deficient authorization, the Bid shall not be rejected in the first
instance. The Employer shall request the Bidder to submit an

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-14

acceptable authorization within the number of days as specified in the


BDS. Failure to provide an acceptable authorization within the period
stated in the Employer’s request shall cause the rejection of the Bid. If
either the Letter of Technical Bid or Letter of Price Bid or the Bid-
Securing Declaration (if applicable) is not signed, the Bid shall be
rejected.

20.3 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the
Bid.

D. Submission and Opening of Bids

21. Sealing and 21.1 Bidders shall submit their Bids as specified in the BDS. Procedures for
Marking of Bids submission, sealing, and marking are as follows:
(a) Bidders submitting Bids by mail or by hand shall enclose the
original of the Technical Bid, the original of the Price Bid, and
each copy of the Technical Bid and each copy of the Price Bid, in
separate sealed envelopes, duly marking the envelopes as
“ORIGINAL - TECHNICAL BID,” “ORIGINAL - PRICE BID,” and
“COPY NO… - TECHNICAL BID,” and “COPY NO…. - PRICE
BID.” These envelopes, the first containing the originals and the
others containing copies, shall then be enclosed in one single
envelope per set. If permitted in accordance with ITB 13,
alternative Bids shall be similarly sealed, marked and included in
the sets. The rest of the procedure shall be in accordance with
ITB 21.2 and ITB 21.3.
(b) Bidders submitting Bids electronically shall follow the electronic
bid submission procedures specified in the BDS.

21.2 The inner and outer envelopes shall


(a) bear the name and address of the Bidder;
(b) be addressed to the Employer as provided in BDS 22.1; and
(c) bear the specific identification of this bidding process indicated in
the BDS 1.1.

21.3 The outer envelopes and the inner envelopes containing the Technical
Bid shall bear a warning not to open before the time and date for the
opening of Technical Bid, in accordance with ITB 25.1.

21.4 The inner envelopes containing the Price Bid shall bear a warning not
to open until advised by the Employer in accordance with ITB 25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the Bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of than the date and time indicated in the BDS.
Bids

22.2 The Employer may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Document in accordance
with ITB 8, in which case all rights and obligations of the Employer and
Bidders previously subject to the deadline shall thereafter be subject to

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-15

the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any Bid that arrives after the deadline
for submission of bids, in accordance with ITB 22. Any Bid received by
the Employer after the deadline for submission of Bids shall be
declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, 24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or
Substitution, and Price – after it has been submitted by sending a written notice, duly
Modification of signed by an authorized representative, and shall include a copy of the
Bids authorization in accordance with ITB 20.2 (except for withdrawal
notices, which do not require copies). The corresponding substitution
or modification of the Bid must accompany the respective written
notice. All notices must be
(a) prepared and submitted in accordance with ITB 20 and ITB 21
(except for withdrawal notices, which do not require copies), and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and
(b) received by the Employer prior to the deadline prescribed for
submission of Bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be


returned unopened to the Bidders.

24.3 No Bid may be withdrawn, substituted, or modified in the interval


between the deadline for submission of Bids and the expiration of the
period of bid validity specified by the Bidder on the Letters of Technical
Bid and Price Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date, and time specified in the BDS in the presence of Bidders`
designated representatives and anyone who choose to attend. Any
specific electronic bid opening procedures required if electronic bidding
is permitted in accordance with ITB 21.1, shall be as specified in the
BDS. The Price Bids will remain unopened and will be held in custody
of the Employer until the specified time of their opening. If the
Technical Bid and Price Bid are submitted together in one envelope,
the Employer may reject the entire Bid. Alternatively, the Price Bid may
be immediately resealed for later evaluation.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read


out and the envelope with the corresponding Bid shall not be opened,
but returned to the Bidder. No bid withdrawal shall be permitted unless
the corresponding withdrawal notice contains a valid authorization to
request the withdrawal and is read out at bid opening.

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened.


The inner envelopes containing the Substitution Technical Bid and/or
Substitution Price Bid shall be exchanged for the corresponding
envelopes being substituted, which are to be returned to the Bidder
unopened. Only the Substitution Technical Bid, if any, shall be opened,
read out, and recorded. Substitution Price Bid will remain unopened in
accordance with ITB 25.1. No envelope shall be substituted unless the
corresponding substitution notice contains a valid authorization to
request the substitution and is read out and recorded at bid opening.

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-16

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No


Technical Bid and/or Price Bid shall be modified unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out and recorded at the opening of
Technical Bids. Only the Technical Bids, both Original as well as
Modification, are to be opened, read out, and recorded at the opening.
Price Bids, both Original and Modification, will remain unopened in
accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one at
a time, and the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a bid security or a Bid-Securing Declaration, if
required; and
(d) any other details as the Employer may consider appropriate.
Only Technical Bids and alternative Technical Bids read out and
recorded at bid opening shall be considered for evaluation. Unless
otherwise specified in the BDS, all pages of the Letter of Technical Bid are
to be initialed by at least three representatives of the Employer attending
the bid opening. No Bid shall be rejected at the opening of Technical
Bids except for late bids, in accordance with ITB 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum, the name of the Bidder and whether
there is a withdrawal, substitution, or modification; alternative
proposals; and the presence or absence of a bid security or a Bid-
Securing Declaration, if one was required. The Bidders’
representatives who are present shall be requested to sign the record.
The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A copy of the record shall be
distributed to all Bidders who submitted Bids on time, and posted
online when electronic bidding is permitted.

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given reasonable notice for the opening of Price Bids.

25.8 The Employer will notify in writing Bidders who have been rejected for
submitting nonresponsive Technical Bids and return their Price Bids
unopened together with their bid securities, before opening the Price
Bids of the substantially responsive Bidders.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The
Bidder’s representatives who are present shall be requested to sign a
register evidencing their attendance.

25.10 All envelopes containing Price Bids shall be opened one at a time and
the following read out and recorded:
(a) the name of the Bidder;

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-17

(b) whether there is a modification or substitution;


(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.
Only Price Bids, discounts, and alternative offers read out and
recorded during the opening of Price Bids shall be considered for
evaluation. Unless otherwise specified in the BDS, all pages of the Letter
of Price Bid and Schedules are to be initialed by at least three
representatives of the Employer attending the bid opening. No Bid shall
be rejected at the opening of Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids that
shall include, as a minimum, the name of the Bidder, the Bid Price
(per lot if applicable), any discounts, and alternative offers. The
Bidders’ representatives who are present shall be requested to sign
the record. The omission of a Bidder’s signature on the record shall
not invalidate the contents and effect of the record. A copy of the
record shall be distributed to all Bidders who submitted Bids on time,
and posted online when electronic bidding is permitted.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
post qualification of Bids and recommendation of contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process until on the publication of Contract
award.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of


the Bids or Contract award decisions may result in the rejection of its
Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any
matter related to the bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids 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 33.

27.2 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.

28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
(a) “Deviation” is a departure from the requirements specified in the
Omissions
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) “Omission” is the failure to submit part or all of the information or

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-18

documentation required in the Bidding Document.

29. Examination 29.1 The Employer shall examine the Technical Bid to confirm that all
of Technical Bids documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each document
submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 16.

30. Responsiveness 30.1 The Employer’s determination of a Bid’s responsiveness is to be based


of Technical Bid on the contents of the Bid itself, as defined in ITB 11.

30.2 A substantially responsive Technical Bid is one that meets the


requirements of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or omission
is one that,
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(ii) Limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s obligations
under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive Bids.

30.3 The Employer shall examine the technical aspects of the Bid submitted
in accordance with ITB 16, Technical Proposal, in particular, to confirm
that all requirements of Section 6 (Employer’s Requirements) have
been met without any material deviation, reservation, or omission.

30.4 If a Bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.

31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid that do not constitute a material
deviation, reservation, or omission.

31.2 Provided that a Technical Bid is substantially responsive, the Employer


may request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid.

31.3 Provided that a Technical Bid is substantially responsive, the Employer


shall rectify quantifiable nonmaterial nonconformities related to the Bid

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-19

Price. To this effect, the Bid Price shall be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming item
or component. The adjustment shall be made using the method
indicated in Section 3 (Evaluation and Qualification Criteria).

32. Qualification of 32.1 The Employer shall determine to its satisfaction during the evaluation
the Bidder of Technical Bids whether Bidders meet the qualifying criteria specified
in Section 3 (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 17.1. Unless permitted in the BDS, the
determination shall not take into consideration the qualifications of
other firms such as the Bidder’s subsidiaries, parent entities, or
affiliates.

32.3 An affirmative determination shall be a prerequisite for the opening and


evaluation of a Bidder’s Price Bid. The Employer reserves the right to
reject the bid of any bidder found to be in circumstances described in
GCC 73.2(c). A negative determination shall result into the
disqualification of the Bid, in which event the Employer shall return the
unopened Price Bid to the Bidder.

33. Subcontractors 33.1 Unless otherwise stated in the BDS, the Employer does not intend for
the contractor to execute any specific elements of the Works through
nominated subcontractors.
33.2 If Subcontractors are proposed for any of the key activities listed in
Section 3 (Evaluation and Qualification) Criteria 2.4.2, they shall be
considered as “Specialist Subcontractors” and shall meet qualification
requirements for the relevant key activities.

34. Correction of 34.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical arithmetical errors on the following basis:
Errors
(a) Only for admeasurement contracts, if there is a discrepancy
between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail
and the total price shall be corrected, unless in the opinion of the
Employer there is an obvious misplacement of the decimal point in
the unit price, in which case the total price as quoted shall govern
and the unit price shall be corrected.
(b) If there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected.
(c) If there is a discrepancy between the bid price in the Summary of
Bill of Quantities and the bid amount in item (c) of the Letter of
Price Bid, the bid price in the Summary of Bill of Quantities will
prevail and the bid amount in item (c) of the Letter of Price Bid will
be corrected.
(d) If there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a), (b) and (c) above.

34.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its Bid shall be disqualified and its bid security
may be forfeited or its Bid-Securing Declaration executed.

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-20

35. Conversion to 35.1 For evaluation and comparison purposes, the currency (ies) of the Bid
Single Currency shall be converted into a single currency as specified in the BDS.

36. Domestic 36.1 Unless otherwise specified in the BDS, domestic preference shall not
Preference apply.

37. Evaluation and 37.1 The Employer shall use the criteria and methodologies listed in this
Comparison of Clause. No other evaluation criteria or methodologies shall be
Price Bids permitted.

37.2 To evaluate the Price Bid, the Employer shall consider the following:
(a) the bid price, excluding Provisional Sums and the provision, if any,
for contingencies in the Summary Bill of Quantities for
admeasurement contracts, or Schedule of Prices for lump sum
contracts, but including Day work items, where priced
competitively;
(b) price adjustment for correction of arithmetic errors in accordance
with ITB 34.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 35;
(e) adjustment for nonmaterial nonconformities in accordance with ITB
31.3;
(f) assessment whether the bid is abnormally low in accordance with
ITB 38; and
(g) Application of all the evaluation factors indicated in Section 3
(Evaluation and Qualification Criteria).

37.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.

37.4 If this Bidding Document allows Bidders to quote separate prices for
different contracts, and to award multiple contracts to a single Bidder,
the methodology to determine the lowest evaluated price of the
contract combinations, including any discounts offered in the Letter of
Price Bid, is specified in Section 3 (Evaluation and Qualification
Criteria).

37.5 The Employer shall compare all substantially responsive Bids to


determine the lowest evaluated Bid, in accordance with ITB 37.2.

38. Abnormally Low 38.1 An abnormally low bid is one where the bid price, in combination with
Bids other elements of the bid, appears to be so low that it raises concerns as
to the capability of the Bidder to perform the contract for the offered bid
price.
38.2 When the offered bid price appears to be abnormally low, the
Employer shall undertake a three-step review process as follows:

(a) identify abnormally low costs and unit rates by comparing them
with the engineer’s estimates, other substantially responsive bids,

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-21

or recently awarded similar contracts;


(b) clarify and analyze the bidder’s resource inputs and pricing,
including overheads, contingencies and profit margins; and
(c) decide whether to accept or reject the bid.
38.3 With regard to ITB 38.2 (b) above, the Employer will seek a written
explanation from the bidder of the reasons for the offered bid price,
including a detailed analysis of costs and unit prices, by reference to
the scope, proposed methodology, schedule, and allocation of risks
and responsibilities. This may also include information regarding the
economy of the manufacturing process; the services to be provided, or
the construction method to be used; the technical solutions to be
adopted; and any exceptionally favorable conditions available to the
bidder for the works, equipment or services proposed.

38.4 After examining the explanation given and the detailed the price
analyses presented by the bidder, the Employer may:

(a) accept the bid, if the evidence provided satisfactorily accounts for
the low bid price and costs, in which case the bid is not considered
abnormally low;
(b) Accept the bid, but require that the amount of the performance
security be increased at the expense of the bidder to a level
sufficient to protect the Employer against financial loss. The
amount of the performance security shall generally be not more
than 20% of the contract price; or
(c) Reject the bid if the evidence provided does not satisfactorily
account for the low bid price, and make a similar determination for
the next ranked bid, if required.

39. Unbalanced or 39.1 If the Bid, which results in the lowest evaluated Bid Price, is seriously
Front-Loaded Bids unbalanced or front-loaded in the opinion of the Employer, the
Employer may require the Bidder to produce detailed price analyses
for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and
schedule proposed, as well as the pricing and sources of materials,
equipment and labor.

39.2 After the evaluation of the information and detailed price analyses
presented by the Bidder, the Employer may as appropriate:

(a) accept the Bid; or


(b) accept the Bid, but require that the total amount of the
Performance Security be increased at the expense of the Bidder to
a level sufficient to protect the Employer against financial loss in
the event of default of the successful Bidder under the Contract
subject to ITB 45.2; or
(c) Reject the Bid and make a similar determination for the next
ranked bid.

40. Employer’s Right 40.1 The Employer reserves the right to accept or reject any Bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any contract award, without thereby incurring any liability to Bidders. In
or All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-22

41. Notice of Intention 41.1 If Standstill provisions apply as specified in the BDS, the standstill
for Award of period shall be defined in the BDS to specify the duration subsequent
Contract to notification of intention for award of contract (before making the
actual contract award) within which any unsuccessful bidder can
challenge the proposed award.

F. Award of Contract
42. Award Criteria 42.1 The Employer shall award the Contract to the Bidder whose offer has
been determined in line with ITB 35 to ITB 37 above to be the lowest
evaluated Bid and is substantially responsive to the Bidding Document,
provided further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.

43. Notification of 43.1 Prior to the expiration of the period of bid validity and upon expiry of
Award the standstill period specified in ITB 40.1, or upon satisfactory
resolution of a complaint filed within standstill period, if applicable, the
Employer shall transmit the Notification of Award through issuance of
Letter of Acceptance using the form included in Section 9 (Contract
Forms) to the successful Bidder, in writing, that its Bid has been
accepted. At the same time, the Employer shall also notify all other
Bidders of the results of the bidding.

43.2 Unless standstill period applies, upon notification of award through


issuance of Letter of Acceptance, unsuccessful Bidders may request in
writing to the Employer for a debriefing seeking explanations on the
grounds on which their Bids were not selected. The Employer shall
promptly respond in writing and/or in a debriefing meeting to any
unsuccessful Bidder who, after publication of contract award, requests
a debriefing.
43.3 Until a formal contract is prepared and executed, the notification of
award through issuance of Letter of Acceptance shall constitute a
binding Contract.

43.4 Within 2 weeks of the award of contract or expiry of the standstill


period, where such period applies, or, if a complaint has been filed
within the standstill period, upon receipt of ADB’s confirmation of
satisfactory resolution of the complaint, the borrower shall publish in an
English language newspaper or widely known and freely accessible
website the results identifying the bid and lot or package numbers, as
applicable and the following information:
(a) name of each Bidder who submitted a Bid;
(b) bid prices as read out at bid opening;
(c) name and evaluated prices of each Bid that was evaluated;
(d) name of Bidders whose bids were rejected and the reasons for
their rejection; and
(e) Name of the winning Bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded.

44. Signing of 44.1 Promptly after notification, the Employer shall send the successful
Contract Bidder the Contract Agreement.

44.2 Within 28 days of receipt of the Contract Agreement, the successful


Bidder shall sign, date, and return it to the Employer.

45. Performance 45.1 Within 28 days of the receipt of notification of award through issuance

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 1: Instructions to Bidders 1-23

Security of Letter of Acceptance from the Employer, the successful Bidder shall
furnish the performance security in accordance with the Conditions of
Contract, subject to ITB 38 and ITB 39, using for that purpose the
Performance Security Form included in Section 9 (Contract Forms), or
another form acceptable to the Employer. If the bank issuing
performance security is located outside the Employer’s country, it shall
be counter-guaranteed or encashable by a bank in the Employer’s
country.

45.2 Failure of the successful Bidder to submit the abovementioned


performance security or to sign the Contract Agreement shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security or execution of the Bid-Securing
Declaration. In that event, the Employer may award the Contract to the
next lowest evaluated Bidder whose offer is substantially responsive
and is determined by the Employer to be qualified to perform the
Contract satisfactorily.

45.3 The above provision shall also apply to the furnishing of a domestic
preference security, if so required.

46. Bidding-Related 46.1 The procedures for dealing with Bidding-Related Complaints arising
Complaints out of this bidding process are specified in the BDS.

Bidding Document for Vill Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope
Section 2: Bid Data Sheet 2-1

Section 2: Bid Data Sheet

A. General
ITB 1.1 The number of the Invitation for Bids (IFB) is:
SICRTDT-UK/OCB/03/2024-25/02

ITB 1.1 The Employer is: Uttarakhand Tourism Development Board, Government of
Uttarakhand

ITB 1.1 The name of the bidding process is: Open Competitive bidding (OCB)
The identification number of the bidding process is:
SICRTDT-TEC/CW02/01

The number and identification of lots comprising this bidding process is: 01

ITB 2.1 The Borrower is: INDIA

ITB 2.1 The name of the Project is: Sustainable, Inclusive, and Climate Resilient Tourism
Development at Tehri Lake Area Project
ADB Loan/Project No: 53145–IND

B. Contents of Bidding Documents


ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Additional Chief Executive Officer - UTDB
Street address: Procurement Section
Pt. Deendayal Upadhyay Paryatan Bhawan,
Near ONGC Helipad Garhi Cantt, Dehradun
Floor/Room number: Ground Floor
City: Dehradun
State: Uttarakhand
Pin code: 248001
Country: India
Telephone: + 91-135-2559898
Fax: + 91-35-2559988
E-mail: [email protected]
Requests for clarification should be received by the Employer no later than: 14
days before bid submission deadline (between 10:00 AM to 5:00 PM on working
days).

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 2: Bid Data Sheet 2-2

ITB 7.4 A Pre-Bid meeting shall take place.


Date: 24th August 2024
Time: 11:30 AM (IST)
Place: Board Room, Uttarakhand Tourism Development Board, Pt. Deendayal
Upadhyay Paryatan Bhawan, Near ONGC Helipad Garhi Cantt, Dehradun -
248001

The Prebid meeting shall be held offline as well as online. The bidders
whosoever cannot attend offline they may join the Prebid meeting online.
The Prebid meeting link on google meet or Microsoft Team shall be shared
on the e-procurement portal. The bidders may join through online Prebid
meeting.
Uttarakhand is a hilly-state, and the bidders are advised to undertake a site visit at
their cost preferably prior to the pre bid meeting. The employer will facilitate the visit
to the site.

ITB 7.6 Add the following:


The Employer shall publish the Minutes of the meeting on the e-procurement portal
only.

ITB 8.2 The existing clause is amended as:


Any addendum /addenda/pre bid clarification issued shall be part of the Bidding
Document and shall be published in the same e-Tendering platform(s) on which the
tender was published online. The onus is on the bidder to visit the e-Tendering sites
to learn about the addendum and to submit its response as per the addendum
published.

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

ITB 11.2 (g) The Bidder shall submit with its Technical Bid the following additional documents:

NIL

ITB 11.3 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be submitted
with the bid, the priced Bill of Quantities

ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
Not Applicable
The letter of Technical Bid furnished in section 4 of Technical Bid (Volume 1) and
ITB 12.1 the letter of Price Bid and Bid forms furnished in Price Bid (Volume 2) of bid
document shall be downloaded from employer’s e-procurement web portal. The
bidder shall type or written in indelible ink, signed by a person duly authorized to
sign on behalf of the Bidder, scan and then uploaded on e-procurement web portal.

The bidders will be required to enter only the rates of each item in the BOQ, in excel
format. Except the rate all other cells will be locked. The BOQ template shall not be
modified /replaced by the bidder

ITB 13.1 Alternative bids shall not be permitted.

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 2: Bid Data Sheet 2-3

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the
Works: None

ITB 14.5 The prices quoted by the Bidder shall be fixed and not subject to adjustment during
the performance of the Contract.

Add the following to ITB 14.7.


ITB 14.7
The amount of applicable GST will be paid separately to the Contractor with each
bill at the time of payment.

ITB 15.1 The prices shall be quoted by the bidder and shall be paid in: Indian Rupees (₹)

ITB 18.1 The bid validity period shall be 120 days.

ITB 19.1 The Bidder shall furnish a bid security in the amount of INR (₹) 50,32,460/-

ITB 19.2 The ineligibility period will be: Not Applicable

ITB 19.3 The bid security shall be, at the Bidder’s option, in any of the following forms:

a. An unconditional bank guarantee in the name of Project Director, Uttarakhand


Tourism Development Board, Dehradun; or

Or

b. through electronic transaction (RTGS) on the employers e-procurement web


portal

In the case of a Bank Guarantee, the bid security shall be submitted using the
Bid Security Form included in Section 4 (Bidding Forms). The form must include
the complete name of the Bidder. The bid security shall be valid for a period of
twenty-eight days (28) beyond the original validity period of the bid, or beyond any
period of extension if requested under ITB 18.2.

Employer’s Bank Details:

Name of Bank: ICICI Bank Ltd., Laxmi Tower, GMS Road, Dehradun-
248001.
IFS Code: ICIC0005854
Account No. 585401000032

ITB 19.4 Subject to the succeeding sentences, any bid not accompanied by an irrevocable
and callable bid security shall be rejected by the Employer as nonresponsive.

If a Bidder submits a bid security that (i) deviates in form, amount, and/or period of
validity, or (ii) does not provide sufficient identification of the Bidder (including,
without limitation, failure to indicate the name of the Joint Venture or, where the
Joint Venture has not yet been constituted, the names of all future Joint Venture
Partners), the Employer shall request the Bidder to submit a compliant bid security
within seven (07) working days of receiving such a request. Failure to provide a

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 2: Bid Data Sheet 2-4

compliant bid security within the prescribed period of receiving such a request shall
cause the rejection of the Bid.

ITB 20.1 In addition to the original Bid, the number of copies is: NIL

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist
of:
An organizational document, board resolution or its equivalent, or power of attorney
specifying the representative’s authority to sign the Bid on behalf of, and to legally
bind, the Bidder. If the Bidder is an intended or an existing Joint Venture, the power
of attorney should be signed by all partners and specify the authority of the named
representative of the Joint Venture to sign on behalf of, and legally bind, the
intended or existing Joint Venture. If the Joint Venture has not yet been formed,
also include evidence from all proposed Joint Venture partners of their intent to
enter into a Joint Venture in the event of a contract award in accordance with ITB
11.2.
The Power of Attorney (POA) on Non-Judicial Stamp of Indian Rupees (₹)
100/- (One Hundred) only

ITB 20.2 The contents of clause 20.2 and 20.3 of ITB shall be replaced as below:
The Bidders have to submit their Bids online, and encrypt their Bid. The submission
of Bid has to be done by submission of Bid Seals (Hashes) of all the envelopes and
documents related to the Bid and is required to be uploaded as per time schedule
mentioned in the key dates of the Invitation for Bid after signing of the same by the
Digital signatures of appropriate authorised representative.

D. Submission and Opening of Bids


ITB 21.1 Bidders shall submit their Bids electronically.

ITB 21.1 (b) Electronic bidding submission procedures shall be:


i) The Bidder shall digitally sign and submit its bid online in the e-
Tendering platform well in advance before the prescribed time. The
Employer shall not accept bids submitted in manual form.
ii) The Bidder shall take due precaution to upload technical bid
documents and price bid document onto the respective envelopes
defined in the e-Tendering platform.
iii) “e-Tendering‟ means submission of a digitally signed bid (by a valid
digital certificate which has been issued by a licensed Certifying
Agency (as approved by Controller of Certifying Agency) which is
stored in Time Stamped electronic sealed tender box.
iv) Bidder seeking to participate in the bidding process, shall have to
procure a suitable class of Digital Certificate as per Information
Technology Act 2000 and accepted by the e-Tendering platform using
which it shall digitally sign and submit its electronic bids online. Bidder
can procure the same from any CCA approved Certifying Authority.
v) Online bids will have to be digitally signed and submitted in a Time
stamped electronic sealed tender box on
https://uktenders.gov.in/nicgep/app
vi) Bidders shall take due care to ensure that the documents uploaded by
them in the e-Procurement platform are virus free. Employer shall not
be liable for such rejections.
vii) The downloaded Bid forms shall be typed or written in indelible ink and
shall be signed by a person duly authorized to sign on behalf of Bidder.
viii) Bidder is required to download the bidding forms, print the forms, fill
them, scan them and upload in the portal. The information on eligibility

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 2: Bid Data Sheet 2-5

and qualification provided in the bidding forms only will be considered.


Bidder will also provide reference of supporting documents provided in
its support in the bidding forms.
ix) Employer shall not accept any responsibility for failures or breakdowns
for systems other than in those systems strictly within the control of the
Employer and its e-Tendering service provider.
x) The onus is on the Bidder to ensure availability of the requisite
infrastructure and systems required for online bid submission viz.
Digital Signature Certificates and as applicable Digital Encryption
Certificates required for bid submission in the e-Tendering platform,
reliable internet connectivity and requisite client software.
xi) Bidder is informed to get acquainted with the bid submission process
in e-Tendering platform by contacting the e-Tendering service
provider. Refer https://uktenders.gov.in/nicgep/app for further details.
xii) Bidder is solely responsible for safe keeping of its Digital Signature
Certificate (DSC) and as applicable Digital Encryption Certificate
(DEC).
xiii) The Employer reserves the right to verify original copies of scanned
documents uploaded by bidders. The employer may seek additional
documentary evidence on their technical proposals, which the bidder
shall provide either online via the e-Tendering platform or in manual
form.
xiv) Bidders shall upload financial bid details in the prescribed BOQ only
and is liable to be disqualified when financial bid details are wrongly
uploaded in the e-Tendering system and visible subsequent to opening
of technical envelope.
xv) Should there be any discrepancy between scanned copy of the Bid
Documents fees and the original submitted by bidder, UTDB will verify
compliance of the Bid document fees to tender requirements as per
the original Bid document fees submitted by bidder.
xvi) Should there be any discrepancy between scanned copy of the bid
security and the original submitted by bidder, UTDB will verify
compliance of the bid security to tender requirements as per the
original bid security submitted by bidder.
xvii) If there are any clarifications, this may be obtained online
through the eProcurement Portal, Bidders should take into
account addendums published before deadline for submission
of bids online.

ITB 22.1 Bids shall be submitted electronically on the e-procurement portal


https;uktenders.gov.in not later than 1500 hours on 18 th September 2024.
Bid submission and bid opening timelines will be defined as per the e-
procurement server clock only.

ITB 23.1 The contents of clause 23.1 shall be replaced by,


The e-procurement system would not allow any late submission of Bids after due
date and time as per server system. After electronic online proposal submission,
the system will generate a unique Identification number which is time stamped.
This shall be treated as acknowledgement of the Bid submission.

ITB 24.1 Replace 24.1 with the following.


A bidder may withdraw, substitute or modify its bid- technical in the e-Proc
website indicated in ITB 21.1 of the BDS, no later than the deadline for
submission of bid, as indicated in ITB 22.1.

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 2: Bid Data Sheet 2-6

ITB 24.2 Bids once submitted online cannot be withdrawn. However, bids withdrawn in
accordance with ITB 24.1 shall remain encrypted in the e-procurement system

ITB 25.1 The opening of the Technical Bid shall take place at:
Street address: Uttarakhand Tourism Development Board
Procurement Section, Pt. Deendayal Upadhyay Paryatan Bhawan,
Near ONGC Helipad Garhi Cantt, Dehradun-248001 (India)
Floor/Room number: Ground Floor
City: Dehradun
Country: India

ITB 25.1 Replace ITB 25.1,25.2,25.3,25.4 and 25.5 with the following.
Electronic bid opening procedure shall be as follows:
a. The Employer shall open the technical bids online in public in the
presence of Bidders or designated representative of the Bidders, who
chose to attend on
Date: 18th September 2024
Time: 3:30
Address: Uttarakhand Tourism Development Board
Procurement Section, Pt. Deendayal Upadhyay Paryatan Bhawan,
Near ONGC Helipad Garhi Cantt, Dehradun-248001 (India)
Floor/Room number: Ground Floor
City: Dehradun
Country: India
Bidders have the option to view online, the status of the bid opening in
the e-procurement portal indicated in ITB 25.1of the BDS but will not have
no access to the bid of the other bidders
b. Bids shall be opened electronically. As per provision of ITB 11.2, if in the
Envelop ‘A’ the scanned copies of letter of Technical Bid, Power of
Attorney in original duly attested by Notary, Bid Security as per ITB 19.1
and duly notarized Affidavit as per format given in Section 4 are found in
order, the technical bid shall be opened online.
c. The name of the bidders, the presence or absence of a Bid Security,
evidence of payment of cost for bidding document, and any other details
as the Employer may consider appropriate will be read out during the Bid
opening in presence of the Bidders who may choose to attend the opening
of technical Bids.
d. The Technical Bids recorded and opened at the time of opening shall be
considered for evaluation.
e. The Price Bid will remain unopened in its encrypted form until the
specified time of its opening.

ITB 25.10 The contents of ITB 25.10 shall be replaced as under:

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 2: Bid Data Sheet 2-7

The Price Bid of only those Bidders whose technical bids are evaluated as
substantially responsive will be opened electronically. The Price Bid opening shall
take place on the date and time as informed to the technically responsive bidders.
The price Bids, discounts and alterative offers (if applicable) as recorded and
opened at the time of opening shall be considered for evaluation.

ITB 29.2 The bidders are required to submit the originals of the documents listed below with
the employer on or before 21st September 2024, 05:00 PM.
(a) Bid Security, if not paid online;
If any of the above documents in original are not received by the Employer by the
deadline mentioned above, their technical bid shall be summarily rejected without
any further correspondence. Such technical and financial bids shall remain
unopened on the portal in encrypted form.

E. Evaluation and Comparison of Bids


ITB 32.2 The qualifications of other firms such as the Bidder’s subsidiaries, parent entities,
or affiliates shall not be permitted.

ITB 33.1 The Employer has not identified for the contractor to execute any specific elements
of the Works through nominated subcontractors.

ITB 35. Not applicable.

ITB 36.1 Domestic preference shall not apply.

ITB 41.1 Standstill provisions shall apply.


The Standstill period shall be Ten (10) working days.

F. Award of Contracts

ITB 46.1 The procedures for Bidding-Related Complaints are referenced in the Procurement
Regulations for ADB Borrowers (Appendix 7). The Bidder should submit its
complaint following these procedures, in writing, to:

For the attention: Mr Yugal Kishore Pant


Title/position: Additional Chief Executive Officer – UTDB
Employer: Uttarakhand Tourism Development Board, Pt. Deendayal Upadhyay
Paryatan Bhawan, Near ONGC Helipad Garhi Cantt, Dehradun – 248001 (India)
E-mail address: [email protected]
Fax number: + 91-35-2559988

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-1

Section 3: Evaluation and Qualification Criteria

Table of Criteria

1. Evaluation ........................................................................................................................................ 3-3


1.1 Adequacy of Technical Proposal ............................................................................................. 3-3
1.2 Completion Time ....................................................................................................................... 3-3
1.3 Technical Alternatives .............................................................................................................. 3-3
1.4 Specialist Subcontractor .......................................................................................................... 3-3
1.5 Quantifiable Nonconformities and Omissions ....................................................................... 3-3
1.6 Domestic Preference ................................................................................................................ 3-4
1.7 Other Criteria ............................................................................................................................. 3-4
1.8 Multiple Contracts .................................................................................................................... 3-5

2. Qualification .................................................................................................................................... 3-6


2.1 Eligibility..................................................................................................................................... 3-6
2.1.1 Nationality ............................................................................................................................ 3-6
2.1.2 Conflict of Interest................................................................................................................ 3-6
2.1.3 ADB Eligibility ...................................................................................................................... 3-6
2.1.4 Government-Owned Enterprise........................................................................................... 3-6
2.1.5 United Nations Eligibility ...................................................................................................... 3-6
2.2 Historical Contract Nonperformance ...................................................................................... 3-7
2.2.1 History of Nonperforming Contracts .................................................................................... 3-7
2.2.2 Suspension Based on Execution of Bid-Securing Declaration ........................................... 3-7
2.2.3 Pending Litigation and Arbitration ....................................................................................... 3-8
2.2.4 Declaration: Environmental, Health and Safety Past Performance .................................... 3-8

2.3 Financial Situation .................................................................................................................... 3-9


2.3.1 Historical Financial Performance......................................................................................... 3-9
2.3.2 Average Annual Construction Turnover .............................................................................. 3-9
2.3.3 Financial Resources .......................................................................................................... 3-10
2.4 Construction Experience ........................................................................................................ 3-11
2.4.1 Contracts of Similar Size and Nature ................................................................................ 3-11
2.4.2 Construction Experience in Key Activities ......................................................................... 3-13
2.4.3 Specific Experience in Managing Environmental, Health and Safety Aspects ................. 3-14
2.5 Organizational Environmental, Health and Safety .............................................................. 3-15
2.5.1 Environmental, Health and Safety Certification ................................................................. 3-15

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-2

2.5.2 Environmental, Health and Safety Documentation ........................................................... 3-15


2.5.3 Environmental, Health and Safety Dedicated Personnel.................................................. 3-16

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-3

1. Evaluation
In addition to the criteria listed in ITB 37.2 (a)–(f), other relevant factors are as follows:

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s
technical capacity to successfully implement the contract considering its proposed site
organization, method statement, mobilization, and construction schedule (to be described
by the Bidder in sufficient detail to demonstrate the adequacy of its work methods,
scheduling, and material sourcing) including the extent to which they are presented in a
consistent manner and comply with requirements stipulated in Section 6 (Employer’s
Requirements) without material deviation, reservation, or omission.
Noncompliance with equipment and personnel requirements described in Section 6
(Employer’s Requirements) shall not normally be a ground for bid rejection, and such
noncompliance will be subject to clarification during bid evaluation and rectification prior to
contract award.

1.2 Completion Time


An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Not Applicable

1.3 Technical Alternatives


Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows:
Not Applicable

1.4 Specialist Subcontractors


Only the specific experience of Specialist Subcontractors for key activities specified in
criterion 2.4.2 Construction Experience in Key Activities will be considered. The experience
of Specialist Subcontractors in contracts of similar size and nature, and their financial
resources shall not be added to those of the Bidder for purposes of qualification of the
Bidder.

1.5 Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 37.2, the evaluated cost of quantifiable nonconformities including
omissions, is determined as follows:

“Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be
evaluated, including omissions in Daywork where competitively priced but excluding omission
of prices in the Bill of Quantities. The Employer will make its own assessment of the cost of
any nonmaterial nonconformities and omissions for the purpose of ensuring fair comparison
of bids.”

If any item is not quoted by the bidder, to this effect, the Bid Price will be adjusted, for
comparison purposes only, to reflect the price of a missing or non-conforming item or
component. For this purpose, the highest price quoted amongst the substantially responsive
bidders of that particular missing or non-conforming item would be added to the Bid Price to
arrive at the Evaluated Bid Price of the respective bidder. (In case all the bidders have not
quoted the particular item, then the Engineer’s Estimate for the particular item would be taken
for this purpose) However, it should be noted that this adjustment would be for comparison
only and the ‘Award Price’ to the successful bidder would be based on the Lowest Evaluated
Bid Price without the price adjusted for the purpose on non-conformities / errors / omissions.

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-4

No separate payment would be made to the] missing or non-confirming item and it is deemed
that contractor would have covered the price in other items in the bill of quantities and shall
execute the missing /non-confirming item at zero rate i.e. at the ‘Award Price’ (calculated
without adjustments of missing or non-confirming item or component) as mentioned above.

1.6 Domestic Preference

If domestic preference shall apply under ITB 36.1, the procedure will be as follows as:
Not Applicable

1.7 Other Criteria

NIL

1.7.1 Environmental, Health and Safety Management Plan (EHSMP)


If a Bidder does not submit an EHSMP or submits an EHSMP that is not commensurate
with the risks and impacts of the proposed works and activities in the bidding document,
the Employer shall issue a request for submission of an EHSMP or clarification for further
information on the deficiencies in the EHSMP from the Bidder. The Bidder must submit the
requested information within Five (05) working days of receiving such a request. Failure to
provide a satisfactory response to the request for further information within the prescribed
period of receiving such a request may cause the rejection of the Bid.

1.7.2 Sustainable Procurement


The following sustainable procurement technical requirements will be evaluated on a
pass/fail basis. Failure to meet any of the following requirements will result in mandatory
rejection of the bid. NOT APPLICABLE

1.7.3 Life Cycle costs (for Financial Evaluation)


Life cycle Shall not Apply

1.8 Multiple Contracts

 Not Applicable

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-5

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents

Joint Venture
Submission
Requirement Single Entity All Partners Each One Requirements
Combined Partner Partner

2.1.1 Nationality
Nationality in accordance with Must meet Must meet Must meet Not Forms
requirement requirement requirement applicable
ITB 4.2. ELI – 1; ELI – 2
with attachments

2.1.2 Conflict of Interest


No conflicts of interest in Must meet Must meet Must meet Not Letter of Technical
requirement requirement requirement applicable Bid
accordance with ITB 4.3.

2.1.3 ADB Eligibility


Not having been declared Must meet Must meet Must meet Not Letter of Technical
ineligible by ADB, as described requirement requirement requirement applicable Bid
in ITB 4.4.

2.1.4 Government-Owned Enterprise


Bidder required to meet Must meet Must meet Must meet Not Forms
requirement requirement requirement applicable ELI - 1, ELI - 2 with
conditions of ITB 4.5.
attachments

2.1.5 United Nations Eligibility


Not having been excluded by an Must meet Must meet Must meet Not Letter of Technical
requirement requirement requirement applicable Bid
act of compliance with a United
Nations Security Council
resolution in accordance with
ITB 4.8.

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-6

2.2 Historical Contract NonPerformance

2.2.1 History of NonPerforming Contracts

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Non-performance of a contracta Must meet Must meet Must meet Not Form CON-1
requirement requirement requirementb Applicable
did not occur as a result of
contractor default since 1
January 2018

a Nonperformance, as decided by the Employer, shall include all contracts where (a) nonperformance was not challenged by
the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b)
contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts
where Employers decision was overruled by the dispute resolution mechanism. Nonperformance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the
dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have
been exhausted.
b This requirement also applies to contracts executed by the Bidder as Joint Venture partner.

2.2.2 Suspension Based on Execution of Bid-Securing Declaration

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Not under suspension based on Must meet Must meet Must meet Not Letter of Technical
requirement requirement requirement applicable Bid
execution of a Bid-Securing
Declaration pursuant to ITB 4.6.

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-7

2.2.3 Pending Litigation and Arbitration

Pending litigation and arbitration criterion shall apply.

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

All pending litigation, arbitration, Must meet Not Must meet Not Form CON - 1
requirement applicable requirement applicable
or other material events
impacting the net worth and/or
liquidity of the bidder, if any,
shall be treated as resolved
against the Bidder and so shall
in total not represent more than .
fifty (50) percent of the Bidder’s
net worth calculated as the
difference between total assets
and total liabilities.

2.2.4 Declaration: Environmental, Health and Safety Past Performance

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Declare any contracts that have Must make Not Each partner Not Form CON-2
the applicable must make applicable
been suspended or terminated
declaration. the
and/or performance security If the bidder declaration.
called by an employer for proposes If the bidder
reasons related to the non- Specialist proposes
Sub- Specialist
compliance of any
contractor/s Sub-
environmental, health and safety to meet EQC contractor/s
contractual obligations in the 2.4.2, those to meet EQC
past five years. Specialist 2.4.2, those
Sub- Specialist
contractor/s Sub-
must also contractor/s
make the must also
declaration make the
declaration

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-8

2.3 Financial Situation

2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents

Joint Venture
Submission
Requirement Single Entity All Partners Each One Requirements
Combined Partner Partner

Submission of audited financial Must meet Not Must meet Not Form FIN - 1 with
requirement applicable requirement applicable attachments
statements or, if not required by
the law of the Bidder’s country,
other financial statements
acceptable to the Employer, for
the last three (05) years viz. FY
2018-19, 2019-20,2020-21,
2021-22, 2022-23 to
demonstrate the current
soundness of the Bidder’s
financial position. As a
minimum, the Bidder's net worth
for the last year, calculated as
the difference between total
assets and total liabilities should
be positive.

2.3.2 Average Annual Construction Turnover

Criteria Compliance Requirements Documents

Joint Venture
Submission
Requirement Single Entity All Partners Each One Requirements
Combined Partner Partner

Minimum average annual Must meet Must meet Must meet Must meet Form FIN - 2
requirement requirement
construction turnover of INR (₹) 25% 40%
33,77,00,000/- calculated as of the of the
requirement requirement
total certified payments received
for contracts in progress or
completed, within the last five
(05) years, viz. FY 2018-19,
2019-20,2020-21, 2021-22,
2022-23

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-9

2.3.3 Financial Resources


If the bid evaluation process and the decision for the award of the Contract takes more than 1 year from
the date of bid submission, Bidders may be asked to resubmit their current contract commitments and
latest information on financial resources supported by latest audited accounts or audited financial
statements, or if not required by the law of the Bidder’s country, other financial statements acceptable
to the Employer, and the Bidders’ financial capacity, will be reassessed on this basis.

Criteria Compliance Requirements Documents

Single Joint Venture Submission


Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
For Single Entities: Must meet Not Not Not Form FIN – 3 and
The Bidder must demonstrate that its requirement applicable applicable applicable Form FIN – 4
financial resources defined in FIN - 3,
less its financial obligations for its
current contract commitments defined
in FIN - 4, meet or exceed the total
requirement for the Subject Contract
of INR (₹) 33,77,00,000/-
For Joint Ventures: Not Not Not Must meet Form FIN – 3 and
(1) One partner must demonstrate applicable applicable applicable requirement Form FIN – 4
that its financial resources
defined in FIN - 3, less its
financial obligations for its own
current contract commitments
defined in FIN - 4, meet or
exceed its required share of INR
(₹) 40% from the total
requirement for the Subject
Contract.

AND
(2) Each partner must demonstrate Not Not Must meet Not Form FIN – 3 and
that its financial resources applicable applicable requirement applicable Form FIN – 4
defined in FIN - 3, less its
financial obligations for its own
current contract commitments
defined in FIN - 4, meet or
exceed its required share of INR
(₹) 25% from the total
requirement for the Subject
Contract.

AND
(3) The joint venture must Not Must meet Not Not Form FIN – 3 and
demonstrate that the combined applicable requirement applicable applicable Form FIN – 4
financial resources of all partners
defined in FIN - 3, less all the
partners’ total financial obligations
for the current contract
commitments defined in FIN - 4,
meet or exceed the total
requirement for the Subject
Contract of INR (₹) 100%

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-10

2.4 Construction Experience

2.4.1 Contracts of Similar Size and Nature

Criteria Compliance Requirements Documents


Submission
Joint Venture
Requirements
Requirement Single Entity
All Partners One
Each Partner
Combined Partner

Participation as a contractor, Must meet Must meet Not applicable c Not applicable Form EXP - 1 d
requirement requirement
Joint Venture partner, or
as follows:
Subcontractor, in at least One
(i) Either
contracts that have been one partner
satisfactorily and substantially must meet
completed within the last Seven requirement
(07) years and that are similar Or
to the proposed works, where (ii) any two
partners
the value of the Bidder’s must each
participation under each demonstrate
contract exceeds INR (₹) one (1)
satisfactorily
20,26,00,000/-. and
OR substantially
completed
Participation as a contractor, contract of
Joint Venture partner, or similar size
Subcontractor, in at least Two and nature
contracts that have been
satisfactorily and substantially
completed within the last Seven
(07) years and that are similar
to the proposed works, where
the value of the Bidder’s
participation under each
contract exceeds INR (₹)
12,66,00,000/-.

The similarity of the Bidder’s


participation shall be based on:
a, b

1 The physical size, nature of


works, complexity, methods,
technology, or other
characteristics as described in
Section 6, Employer’s
requirement.
Substantial Completion implies
that the system is successfully
commissioned

a
For contracts under which the Bidder participated as a Joint Venture partner or Subcontractor, only the Bidder’s share,
by value, shall be considered to meet this requirement.
b
For contracts implemented by a Joint Venture contractor, if the Bidder comprises the same Joint Venture, the 'Single
Entity' requirements will apply.
c
In case of complex works, the Employer may require each partner to demonstrate one satisfactorily and substantially
completed contract of similar nature where such partner’s value of participation exceeds 25% of the subject contract
value.

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-11

d
In addition to the submission requirement Form EXP – 1, the Bidder shall provide the following supporting documents:

[If the Employer will consider a “substantially completed contract” as one in which the works have been completed, insert
the following text:

1. Signed Contract Agreement, and


2. Taking-Over Certificate, Certificate of Completion of the Works (or equivalent) or Performance Certificate,

in sufficient detail to verify the contract name, value and completion time (or substantial completion). If the documents
are other than in English, an accurate certified translation of these documents in English shall be provided.]

[If the Employer will consider a “substantially completed contract” as one in which the Contractor has completed all its
obligations under the contract, insert the following text:

1. Signed Contract Agreement, and


2. Certificate of Completion of the Works (or equivalent) or Performance Certificate,

in sufficient detail to verify the contract name, value and completion time. If the documents are other than in English, an
accurate certified translation of these documents in English shall be provided.]

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-12

2.4.2 Construction Experience in Key Activities


2.4.2 (a) Must be complied with by the Bidder. In case of a Joint Venture Bidder, the Bidder or at least
one of the partners must meet the requirement in the key activity. For contracts under which the Bidder
participated as a Joint Venture partner, only the Bidder’s designated scope of works under the contracts
shall be considered to meet this requirement.

Table A
Criteria Compliance Requirements Documents
Submission
Requirement Single Entity Joint Venture Requirements
For the above or other Must meet requirement Must meet requirement Form EXP – 2a
contracts executed during the
period stipulated in 2.4.1, a
minimum construction
experience in the following key
activities:
None Not Applicable Not Applicable Not Applicable

a Submission requirement: Form EXP – 2 shall be supported by documents such as Signed Contract Agreement, Taking-
Over Certificate or Contract Completion Certificate indicating the contract name, value. completion date (or percentage
of substantial completion), activities performed by Joint Venture partners, and other relevant details sufficient to
demonstrate compliance with the requirements.

2.4.2. (b) The Employer accepts any of the following activities to be subcontracted. They may be
complied with by the Bidder or by its proposed Specialist Subcontractor.

If the key activity is to be undertaken by a Specialist Subcontractor, the Employer shall require
evidence of the subcontracting agreement from the Bidder.

Table B
Criteria Compliance Requirements Documents
Single Entity or Joint Venture
Its Specialist or Its Specialist Submission
Requirement Subcontractors Subcontractors Requirements
For the above or other Must meet Must meet Form EXP – 2a
requirement requirement
contracts executed during the
period stipulated in 2.4.1, a
minimum construction
experience is required in the
following key activities:
Electrical Works INR - - 1. Copy of the
Electrical License
Holder from
Electrical
Inspectorate Office
of the Government
Authority to be
submitted.

a Submission requirement: Form EXP –


2 shall be supported by documents such as Signed Contract Agreement, Taking-
Over Certificate or Contract Completion Certificate indicating the contract name, value. completion date (or

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-13

percentage of substantial completion), activities performed by Joint Venture partners, and other relevant details
sufficient to demonstrate compliance with the requirements.

2.4.3 Specific Experience in Managing Environmental, Health and Safety Aspects

Criteria Compliance Requirements Documents


Single Entity or Its Joint Venture or Its Submission
Requirement Specialist Specialist Requirements
Subcontractors Subcontractors
For the contracts in 2.4.1 and 2.4.2 Must meet requirements One member must meet Form EXP – 3
requirements
above and/or any other contracts
[substantially completed and under
Or
implementation] as prime contractor,
Joint Venture partner, or All members must meet
Subcontractor between 1st January requirements
2018 and Bid submission deadline,
experience in managing EHS risks
and impacts in the following aspects:
1. Health and safety at the worksite
2. Pollution control and management
3. Waste handling and disposal

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 3: Evaluation and Qualification Criteria 3-14

2.5 Organizational Environmental, Health and Safety System

2.5.2 Environmental, Health and Safety Documentation


Criteria Compliance Requirements Documents
Single Entity or Its Joint Venture or Its Submission
Requirement Specialist Specialist Requirements
Subcontractors Subcontractors
Availability of in-house policies and Must meet requirements One member must meet Form EXP – 5
procedures for EHS management: requirements

Or
- Health and Safety on
worksites policy and related All members must meet
requirements
guidance;
- Not Applicable

2.5.3 Environmental, Health and Safety Dedicated Personnel


Criteria Compliance Requirements Documents
Single Entity or Its Joint Venture or Its Submission
Requirement Specialist Specialist Requirements
Subcontractors Subcontractors
Availability of in-house personnel Must meet requirements One member must meet Form EXP – 6
dedicated to EHS issues: requirements

1. Environmental Specialist Or

All members must meet


requirements

Bidding Document for Vill. Infrastructure Ugradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-1

Section 4: Bidding Forms

Table of Forms
Letter of Technical Bid ..................................................................................................................................4-4

Letter of Price Bid ..........................................................................................................................................4-8

Bid Security .................................................................................................................................................. 4-10

Bid-Securing Declaration............................................................................................................................4-10

Affiliate Company Guarantee .....................................................................................................................4-11

Technical Proposal ......................................................................................................................................4-12

Personnel....................................................................................................................................................4-12
Form PER – 1: Proposed Personnel ......................................................................................................4-12
Form PER – 2: Resume of Proposed Personnel ...................................................................................4-13
Equipment ..................................................................................................................................................4-14
Site Organization ........................................................................................................................................4-15
Method Statement.......................................................................................................................................4-15
Mobilization Schedule .................................................................................................................................4-15
Construction Schedule ......................................................................................................................................4-15
Environmental, Health and Safety Management Plan ..................................................................................... 4-15
Environmental, Health and Safety Code of Conduct .................................................................................4-16

Bidder's Qualification..................................................................................................................................4-18

Form ELI - 1: Bidder’s Information Sheet ....................................................................................................4-19


Form ELI - 2: Joint Venture Information Sheet ............................................................................................4-20
Form CON - 1: Historical Contract Nonperformance ...................................................................................4-21
Form CON - 2: EHS Performance Declaration ............................................................................................4-22
Form FIN - 1: Historical Financial Performance .........................................................................................4-24
Form FIN - 2: Average Annual Construction Turnover ................................................................................4-25
Form FIN - 3: Availability of Financial Resources .......................................................................................4-26
Form FIN - 4: Financial Requirement for Current Contract Commitments .................................................. 4-27
Form FIN - 5: Self-Assessment Tool for Bidder's Compliance to Financial Resources ..............................4-28
Form EXP - 1: Contracts of Similar Size and Nature ..................................................................................4-29
Form EXP - 2: Construction Experience in Key Activities...........................................................................4-30
Form EXP – 3: Specific Experience in Managing Environmental, Health and Safety Aspects ....................4-31
Form EXP – 4: Environmental, Health and Safety Certification .....................................................................4-32
Form EXP – 5: Environmental, Health and Safety Documentation ...............................................................4-32
Form EXP – 6: Environmental, Health and Safety Dedicated Personnel ......................................................4-33

Bidding Document for Vill nfrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contracts Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-2

Schedules .................................................................................................................................................... 4-34

Schedule of Payment Currencies ............................................................................................................... 4-34


Tables of Adjustment Data ......................................................................................................................... 4-35
Activity Schedule ....................................................................................................................................... 4-36
Bill of Quantities ......................................................................................................................................... 4-37

Bidding Document for Vill nfrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contracts Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-3

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-4

Letter of Technical Bid


-Note-
The Bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing the Bidder’s complete
name and address.

Date: ............................................
OCB No.: ............................................
Invitation for Bid No.: ............................................

To: [insert complete name of the Employer]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) 8.

(b) We acknowledge that we have read and understand ADB’s Anticorruption Policy (1998) and
Integrity Principles and Guidelines (2015), both as amended from time to time.

(c) We offer to execute in conformity with the Bidding Documents the following Works: [insert
narrative]

(d) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [insert
bid validity period as specified in ITB 18.1 of the BDS]
days starts from the date fixed for the bid
submission deadline in accordance with ITB 22.1, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period.

(e) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have
nationalities from eligible countries in accordance with ITB 4.2.

(f) We, our directors, key officers, key personnel, including any Subcontractors, consultants, sub
consultants, manufacturers, service providers or Suppliers for any part of the contract, do not
have any conflict of interest in accordance with ITB 4.3.

If there is any conflict of interest, please state details:


(i) Parties involved in the conflict of interest: __________
(ii) Details about the conflict of interest: _________

(g) We are not participating, as a Bidder, either individually or as partner in a Joint Venture, in
more than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative
offers submitted in accordance with ITB 13.

(h) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors,
key officers, key personnel, associates, parent company, affiliates or subsidiaries, including
any Subcontractors, consultants, sub consultants, manufacturers, service providers or
Suppliers for any part of the contract, are not subject to, or not controlled by any entity or
individual that is subject to, a temporary suspension or a debarment imposed by the Asian
Development Bank or a debarment imposed by the Asian Development Bank in accordance
with the Agreement for Mutual Enforcement of Debarment Decisions between the Asian
Development Bank and other development banks.1

1 These institutions include African Development Bank, European Bank for Reconstruction and Development (EBRD), Inter-
American Development Bank (IADB), and the World Bank Group. According to paragraph 9 of the Agreement, other international
financial institutions may join upon the consent of all Participating Institutions and signature of a Letter of Adherence by the
international financial institution substantially in the form provided (Annex B to the Agreement). Upon adherence, such

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-5

(i) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors,
key officers, key personnel, associates, parent company, affiliates or subsidiaries, including
any Subcontractors, consultants, sub consultants, manufacturers, service providers or
Suppliers for any part of the contract, are not under ongoing investigation and/or sanctions
proceedings by the Asian Development Bank or any multilateral development bank.

If under ongoing investigation and/or sanction proceedings by the Asian Development Bank
or any multilateral development bank, please state details:
(i) Name of the multilateral development bank: __________
(ii) Reason for the ongoing investigation / allegations: __________

(j) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors,
key officers, key personnel, associates, parent company, affiliates or subsidiaries, including
any Subcontractors, consultants, sub consultants, manufacturers, service providers or
Suppliers for any part of the Contract, are not temporarily suspended, debarred, declared
ineligible, or subject to any national and/or international sanctions by any country, any
international organization, any multilateral development bank and other donor agency.

If so temporarily suspended, debarred, declared ineligible, or subject to any national and/or


international sanctions by any country, any international organization, any multilateral
development bank and other donor agency, please state details (as applicable to each Joint
Venture partner, their respective direct or indirect shareholders, directors, key officers, key
personnel, associate, parent company, affiliate, subsidiaries, Subcontractors, consultants,
sub consultants, manufacturers, service providers and/or Suppliers):
(i) Name of Institution: __________________
(ii) Period of the temporary suspension, debarment, ineligibility, or national or international
sanction [start and end date]: ____________
(iii) Reason for the temporary suspension, debarment, ineligibility, or national or international
sanction: ________________________

(k) Our firm, Joint Venture partners, associates, parent company affiliates or subsidiaries,
including any Subcontractors, consultants, sub consultants, manufacturers, service
providers, Suppliers, key officers, directors and key personnel have never been charged or
convicted with any criminal offense (including felonies but excluding misdemeanors) or
infractions and/or violations of ordinance; nor charged or found liable in any civil or
administrative proceedings in the last 10 years; or undergoing investigation for such, or
subject to any criminal, civil or administrative orders, monitor ship or enforcement actions.

If so charged, convicted/found liable, under ongoing investigation, or subject to orders,


monitor ship or enforcement actions, please state details:
(i) Nature of the offense, violation, proceedings, investigation, and/or monitor ship or
enforcement actions: __________________
(ii) Court, area of jurisdiction and/or the enforcement agency: __________________
(iii) Resolution [i.e. dismissed; settled; or convicted/duration of penalty]: __________________
(iv) Other relevant details [please specify]: ______________

(l) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors,
key officers, key personnel, associates, affiliates or subsidiaries, including any
Subcontractors, consultants, sub consultants, manufacturers, service providers or Suppliers,
can make and receive electronic fund transfer payments through the international banking
system or otherwise discharge the Employer’s obligation upon initiation of wire transfer.

If unable to make or receive funds through the international banking system or otherwise
discharge the Employer’s obligation upon initiation of wire transfer, please state the details:
(i) Nature of the restriction: __________
(ii) Jurisdiction of the restriction: __________

international financial institution shall become a Participating Institution for purposes of the Agreement. Bidders are advised to
check www.adb.org/integrity for updates.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-6

(iii) Other relevant details: __________

(m) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including
any Subcontractors, consultants, sub consultants, manufacturers, service providers or
Suppliers, key officers, directors and key personnel are not from a country which is prohibited to
export goods or services to, or receive any payments from the Employer’s country and/or are
not prohibited to receive payments for particular goods or services by the Employer’s country by
an act of compliance with a decision of the United Nations Security Council taken under Chapter
VII of the Charter of the United Nations.

(n) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract.2

Name of Recipient Address Reason Amount


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

(o) We understand that it is our obligation to notify the Employer of any changes in connection
with the matters described in paragraphs (f), (h), (i), (j), (k), (l), (m) and (n) of this Letter of
Technical Bid.

(p) [We are not a government-owned enterprise] / [We are a government-owned enterprise but
meet the requirements of ITB 4.5]3

(q) We have not been suspended nor declared ineligible by the Employer based on execution of
a Bid-Securing Declaration in accordance with ITB 4.6.

(r) At any time following submission of our Bid, we shall permit, and shall cause our Joint Venture
partners, directors, key officers, key personnel, associates, parent company, affiliates or
subsidiaries, including any Subcontractors, consultants, sub consultants, manufacturers,
service providers or Suppliers for any part of the contract to permit ADB or its representative
to inspect our site, assets, accounts and records and other documents relating to the bid
submission and to have them audited by auditors appointed by ADB. We understand that
failure of this obligation may constitute obstructive practice that may result in debarment
and/or contract termination.

(s) Regardless of whether the contract will be awarded to us, we shall preserve all accounts,
records and other documents related to bid submission for at least 3 years from the date of
submission of the bid or the period prescribed in applicable law, whichever is longer.

(t) If we are awarded the contract, we shall preserve all accounts, records and other documents
related to the procurement and execution of the contract for at least 5 years after completing
the works contemplated in the relevant contracts or the period prescribed in applicable law,
whichever is longer.

(u) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section 6 (Employer’s Requirements) and our technical
proposal, or as otherwise agreed with the Employer.

(v) We certify on behalf of the Bidder, that the information provided in the bid has been fully
reviewed, given in good faith, and to the best of our knowledge is true and complete. We
understand that it is our obligation to inform the Employer of any changes to the information
as and when it becomes known to us. We understand that any misrepresentation that
knowingly or recklessly misleads, or attempts to mislead may lead to the automatic rejection
of the Bid or cancellation of the contract, if awarded, and may result in remedial actions, in

2
If none has been paid or is to be paid, indicate “None”.
3
Use one of the two options as appropriate.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-7

accordance with ADB’s Anticorruption Policy (1998, as amended to date) and Integrity
Principles and Guidelines (2015, as amended from time to time).

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
...........................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date ...................................................................................................................................................
.........................................................................................................................................

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-8

Letter of Price Bid


-Note-
The Bidder must accomplish the Letter of Price Bid on its letterhead clearly showing the Bidder’s complete name
and address.

Date: ............................................
OCB No.: ............................................
Invitation for Bid No.: ............................................

To: [insert complete name of the Employer]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) 8.

(b) We acknowledge that we have read and understand ADB’s Anticorruption Policy (1998) and
Integrity Principles and Guidelines (2015), both as amended from time to time.

(c) We offer to execute in conformity with the Bidding Documents the following Works: [insert
narrative]

(d) The total price of our Bid, excluding any discounts offered in item (d) below is:

[amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount
in figures]

The total bid price from the Summary of Bill of Quantities for admeasurement contracts or Activity Schedule
for lump sum contracts should be entered by the bidder inside this box. Absence of the total bid price in the
Letter of Price Bid may result in the rejection of the bid.

(e) The discounts offered and the methodology for their application are as follows: [insert discounts
and methodology for their application if any]

(f) Our Bid shall be valid for a period of [insert bid validity period as specified in ITB 18.1 of the BDS]
days starts from the date fixed for the bid submission deadline in accordance with ITB 22.1,
and it shall remain binding upon us and may be accepted at any time before the expiration of
that period.

(g) If our Bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Documents.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-9

(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award through the issuance of Letter of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed.

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.

(j) At any time following submission of our Bid, we shall permit, and shall cause our Joint Venture
partners, directors, key officers, key personnel, associates, parent company, affiliates or
subsidiaries, including any Subcontractors, consultants, sub consultants, manufacturers,
service providers or Suppliers for any part of the contract to permit ADB or its representative
to inspect our site, assets, accounts and records and other documents relating to the bid
submission and to have them audited by auditors appointed by ADB. We understand that
failure of this obligation may constitute obstructive practice that may result in debarment
and/or contract termination.

(k) Regardless of whether the contract will be awarded to us, we shall preserve all accounts,
records and other documents related to bid submission for at least 3 years from the date of
submission of the bid or the period prescribed in applicable law, whichever is longer.

(l) If we are awarded the contract, we shall preserve all accounts, records and other documents
related to the procurement and execution of the contract for at least 5 years after completing
the works contemplated in the relevant contracts or the period prescribed in applicable law,
whichever is longer.

(m) We confirm and stand by our commitments and other declarations made in connection with
the submission of our Letter of Technical Bid.

(n) We certify on behalf of the Bidder, that the information provided in the bid has been fully
reviewed, given in good faith, and to the best of our knowledge is true and complete. We
understand that it is our obligation to inform the Employer of any changes to the information
as and when it becomes known to us. We understand that any misrepresentation that
knowingly or recklessly misleads, or attempts to mislead may lead to the automatic rejection
of the Bid or cancellation of the contract, if awarded; and may result in remedial actions, in
accordance with ADB’s Anticorruption Policy (1998, as amended to date) and Integrity
Principles and Guidelines (2015, as amended from time to time).

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
...........................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date ...................................................................................................................................................
.........................................................................................................................................

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-10

Bid Security
Bank Guarantee

[Bank’s name, and address of issuing branch or office]4

Beneficiary: .............................. [Name and address of the Employer] ........................................


Date: ...............................................................................................................................................................................................................
Bid Security No.: ..................................................................................................................................................................................

We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted to
you its bid dated [please specify] (hereinafter called "the Bid") for the execution of [name of contract]
under Invitation for Bids No. [please specify] (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we [name of bank] hereby irrevocably undertake to pay you any sum or
sums not exceeding in total an amount of [amount in words] [amount in figures] upon receipt by us of
your first demand in writing accompanied by a written statement stating that the Bidder is in breach
of its obligation(s) under the bid conditions, because the Bidder
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Letter of
Technical Bid and Letter of Price Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish
the Performance Security, in accordance with the ITB, or (iii) fails or refuses to furnish the
domestic preference security, if required.
This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of copies of
the Contract Agreement signed by the Bidder and the Performance Security issued to you upon the
instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our
receipt of a copy your notification to the Bidder of the name of the successful Bidder, or (ii) 28 days
after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revisions,
ICC Publication No. 758.5

[Authorized signature(s) and bank’s seal (where appropriate)]

4
All italicized text is for use in preparing this form and shall be deleted from the final document.
5
Or the employer may use “Uniform Rules for Demand Guarantees (URDG) ICC Publication No. 458” as appropriate.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-11

Bid-Securing Declaration (Not Applicable)

Date: [insert date (as day, month and year)]


Bid No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a bid for an alternative]

To: [insert complete name of the Employer]

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing


Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with
the Borrower for the period of time of [insert the number of months or years indicated in ITB 19.2 of the BDS]
starting on the date that we receive a notification from the Employer, if we are in breach of our
obligation(s) under the bid conditions, because we

(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Technical Bid
and Letter of Price Bid; or

(b) do not accept the correction of errors in accordance with the Instruction to Bidders (hereinafter
“the ITB”); or

(c) having been notified of the acceptance of our Bid by the Employer during the period of bid validity,
(i) fail or refuse to execute the Contract, if required, (ii) fail or refuse to furnish the Performance
Security, in accordance with the ITB, or (iii) fail or refuse to furnish the Domestic Preference
Security, if required.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the
earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) 28 days
after the expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown]

In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]

Name: [insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of [insert complete name of the bidder]

Dated on ____________ day of __________________, _______

Corporate Seal [where appropriate]

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-12

AFFILIATE COMPANY GUARANTEE (Not Applicable)


Name of Contract/Contract No.: __________________________________________________________
Name and address of Employer: _________________________________________________________
[together with successors and assigns].

We have been informed that [(name of Contractor] (hereinafter called the “Contractor”) is submitting an offer for the
above-referenced Contract in response to your invitation, and that the conditions of your invitation require its
offer to be supported by an affiliate company guarantee.

In consideration of you, the Employer, awarding the Contract to the Contractor, we [name of affiliated company]
irrevocably and unconditionally guarantee to you, as a primary obligation, that (i) throughout the duration of the
Contract, we will make available to the Contractor our financial, technical capacity, expertise and resources
required for the Contractor’s satisfactory performance of the Contract; and (ii) we are fully committed, along with
the Contractor, to ensuring a satisfactory performance of the Contract.

If the Contractor fails to so perform its obligations and liabilities and comply with the Contract, we will indemnify
the Employer against and from all damages, losses and expenses (including legal fees and expenses) which
arise from any such failure for which the Contractor is liable to the Employer under the Contract.

This guarantee shall come into full force and effect when the Contract comes into full force and effect. If the
Contract does not come into full force and effect within a year of the date of this guarantee, or if you demonstrate
that you do not intend to enter into the Contract with the Contractor, this guarantee shall be void and ineffective.
This guarantee shall continue in full force and effect until all the Contractor’s obligations and liabilities under the
Contract have been discharged, when this guarantee shall expire and shall be returned to us, and our liability
hereunder shall be discharged absolutely.

This guarantee shall apply and be supplemental to the Contract as amended or varied by the Employer and the
Contractor from time to time. We hereby authorize them to agree on any such amendment or variation, the due
performance of which and compliance with which by the Contractor are likewise guaranteed hereunder. Our
obligations and liabilities under this guarantee shall not be discharged by any allowance of time or other
indulgence whatsoever by the Employer to the Contractor, or by any variation or suspension of the works to be
executed under the Contract, or by any amendments to the Contract or to the constitution of the Contractor or
the Employer, or by any other matters, whether with or without our knowledge or consent.

This guarantee shall be governed by the law of the same country (or other jurisdiction) that governs the
Contract and any dispute under this guarantee shall be finally settled under the [Rules or Arbitration provided
in the Contract]. We confirm that the benefit of this guarantee may be assigned subject only to the provisions
for assignment of the Contract.

Signed by:…………………………………………… Signed by: ……………………………………………


[signature] [signature]
…………………………………………… ……………………………………………
[name] [name]
…………………………………………… ……………………………………………
[position in parent/subsidiary company] [position in parent/subsidiary company]
Date:……………………………………………

-- Note --
If permitted in accordance with ITB 32.2 of the BDS, the Bidder shall provide the Affiliate Company Guarantee Form filled
out and signed by each subsidiary, parent entity, or affiliate that the Bidder submits for consideration of the Employer in
determining its qualifications.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-13

Technical Proposal

Personnel

Form PER – 1: Proposed Personnel


Bidder should provide the details of the proposed personnel and their experience record in the relevant
Information Forms below for each candidate:

1. Title of position

Name

2. Title of position

Name

3. Title of position

Name

4. Title of position

Name

etc. Title of position

Name

-- Note --
All titles of positions will be as listed in Section 6 (Employer’s Requirements).

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-14

Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Full Legal Name Date of birth


information

Known as Place of Birth

Nationality Citizenship

Type of Government ID ID number

Attach a copy of ID to this form

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

From To Company / Project / Position / Relevant


Technical and Management Experience

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-15

Equipment

Form EQU: Equipment

The Bidder shall provide adequate information and details to demonstrate clearly that it has the
capability to meet the equipment requirements indicated in Section 6 (Employer’s Requirements), using
the Forms below. A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-16

Site Organization

Method Statement

Mobilization Schedule

Please reflect the no-objection request and approval step for Site Specific Environmental, Health
and Safety Management Plan as per Contract Conditions in the Mobilization Schedule.

Construction Schedule
The construction schedule shall include the following key milestones:

Environmental, Health and Safety Management Plan (EHSMP)

The Bidder shall submit an outline Environmental, Health and Safety Management Plan (EHSMP)
commensurate with the risks and impacts of the proposed works and activities. These strategies and
plans shall describe in detail the actions, materials, equipment, management processes etc. that will be
implemented by the Contractor, and its subcontractors.

In developing these strategies and plans, the Bidder shall have regard to the EHS provisions of the
contract and EHS risks including those as may be more fully described in Section 6 (Employer’s
Requirements).

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-17

Environmental, Health and Safety Code of Conduct

Environmental, Health and Safety Code of Conduct for Contractor’s Personnel Form

Note to Bidder
The minimum content of the EHS Code of Conduct form as set out by the Employer shall not be substantially modified.
However, the Bidder may add requirements as appropriate, including to take into account Contract-specific issues/risks.

The Bidder shall initial and submit the EHS Code of Conduct form as part of its bid.

ENVIRONMENTAL, HEALTH AND SAFETY CODE OF CONDUCT FOR CONTRACTOR’S


PERSONNEL

We are the Contractor, [enter name of Contractor]. We have signed a contract with [enter name of Employer]
for [enter description of the Works]. These Works will be carried out at [enter the Site and other locations where
the Works will be carried out]. Our contract requires us to implement measures to address environmental,
health and safety risks related to the Works.

This EHS Code of Conduct is part of our measures to deal with environmental, health and safety risks
related to the Works. It applies to all our staff, labourers and other employees at the Works Site or other
places where the Works are being carried out. It also applies to the personnel of each subcontractor
and any other personnel assisting us in the execution of the Works. All such persons are referred to as
“Contractor’s Personnel” and are subject to this EHS Code of Conduct.

This EHS Code of Conduct identifies the behavior that we require from all Contractor’s Personnel.

Our workplace is an environment where unsafe, offensive, abusive or violent behavior will not be
tolerated and where all persons should feel comfortable raising issues or concerns without fear of
retaliation.

REQUIRED CONDUCT
Contractor’s Personnel shall:
1. carry out his/her duties competently and diligently;
2. comply with this EHS Code of Conduct and all applicable laws, regulations and other requirements,
including requirements to protect the health, safety and well-being of other Contractor’s Personnel
and any other person;
3. maintain a safe working environment including by:
(a) ensuring that workplaces, machinery, equipment and processes under each person’s
control are safe and without risk to health;
(b) wearing required personal protective equipment;
(c) using appropriate measures relating to chemical, physical and biological substances
and agents; and
(d) Following applicable emergency operating procedures.
4. report work situations that he/she believes are not safe or healthy and remove himself/herself from
a work situation which he/she reasonably believes presents an imminent and serious danger to
his/her life or health;
5. treat other people with respect, and not discriminate against specific groups such as women, people
with disabilities, migrant workers or children;
6. report violations of this EHS Code of Conduct; and

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-18

7. Not retaliate against any person who reports violations of this EHS Code of Conduct, whether to us
or the Employer, or who makes use of the grievance mechanism for Contractor’s Personnel or the
project’s Grievance Redress Mechanism.

RAISING CONCERNS

If any person observes behavior that he/she believes may represent a violation of this EHS Code of
Conduct, or that otherwise concerns him/her, he/she should raise the issue promptly. This can be done
by call [ ] to reach the Contractor’s hotline (if any) and leave a message.

The person’s identity will be kept confidential, unless reporting of allegations is mandated by the country
law. Anonymous complaints or allegations may also be submitted and will be given all due and
appropriate consideration. We take seriously all reports of possible misconduct and will investigate and
take appropriate action. We will provide warm referrals to service providers that may help support the
person who experienced the alleged incident, as appropriate.

CONSEQUENCES OF VIOLATING THE ENVIRONMENTAL, HEALTH AND SAFETY CODE OF


CONDUCT

Any violation of this EHS Code of Conduct by Contractor’s Personnel may result in serious
consequences, up to and including termination and possible referral to legal authorities.
FOR CONTRACTOR’S PERSONNEL:

I have received a copy of this EHS Code of Conduct written in a language that I comprehend. I
understand that if I have any questions about this EHS Code of Conduct, I can contact [ enter name of
Contractor’s contact person(s) with relevant experience)] requesting an explanation.

Name of Contractor’s Personnel: [insert name]

Signature: __________________________________________________________

Date: [day month year]: _______________________________________________

Countersignature of authorized representative of the Contractor:


Signature: ________________________________________________________

Date: [day month year]: ______________________________________________

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-19

Bidders Qualification

To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the following information requested in the
corresponding Information Sheets.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-20

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information
Information of the Bidder If the Bidder is a subsidiary or
branch, information of any
parent company/companies

Full legal name(s)


Names
Full trading name(s)
(if any)

Registered
address(es)

Trading address(es)
Addresses
Postal address(es)
(if different from
trading address)

Type of organization

Country of
constitution/incorporation/registrati
on

Year of constitution/incorporation/
registration

Corporate or registration number

In case of a Joint Venture, legal


name of each partner

Bidder’s authorized representative


(name, address, telephone number(s), fax
number(s), e-mail address)

Attached are copies of the following documents.


1) In case of a single entity, articles of incorporation or constitution and company incorporation/registration of the legal entity named
above, in accordance with ITB 4.1 and ITB 4.2.
2) Authorization to represent the firm or Joint Venture named above, in accordance with ITB 20.2.
3) In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in accordance with ITB 4.1.
4) In case of a government-owned enterprise, any additional documents not covered under 1 above required to comply with ITB 4.5.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-21

Form ELI - 2: Joint Venture Information Sheet

Each partner of the Joint Venture and Specialist Subcontractor must fill out this form separately.

Joint Venture / Specialist Subcontractor Information

Bidder’s legal name

Information of Joint Venture If any Joint Venture Partner or


Partner or Specialist Specialist Subcontractor is a
Subcontractor subsidiary or branch,
information of any parent
company/companies

Full legal name(s)


Names
Full trading name(s) (if
any)

Registered
address(es)

Trading address (es)


Addresses

Postal address (es) (if


different from trading
address)
Type of organization

Country of
constitution/incorporation/
registration

Year of constitution/incorporation/
registration

Corporate or registration number

Joint Venture Partner’s or


Specialist Subcontractor’s
authorized representative
information
(name, address, telephone number(s), fax
number(s), e-mail address)
Attached are copies of the following documents.
1) Articles of incorporation or constitution and company incorporation/registration of the legal entity named above, in accordance
with ITB 4.1 and ITB 4.2.
2) Authorization to represent the firm named above, in accordance with ITB 20.2.
3) In the case of a government-owned enterprise, documents establishing legal and financial autonomy and compliance with
commercial law, in accordance with ITB 4.5.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-22

Form CON – 1: Historical Contract Nonperformance

Each Bidder must fill out this form in accordance with Criteria 2.2.1 and 2.2.3 of Section 3 (Evaluation
and Qualification Criteria) to describe any history of nonperforming contracts and pending litigation or
arbitration formally commenced against it.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name:
Joint Venture Partner: ___________________

Table 1: History of Nonperforming Contracts

Choose one of the following:


 No nonperforming contracts.
 Below is a description of nonperforming contracts involving the Bidder (or each Joint Venture partner if Bidder is a Joint
Venture).

Amount of Non-performed Total Contract Amount


Year Description Portion of Contract (INR) (INR)

[insert year] Contract Identification: [indicate complete [insert amount] [insert amount]
contract name/ number, and any other
identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Reason(s) for nonperformance: [indicate main
reason(s)]

Table 2: Pending Litigation and Arbitration


Choose one of the following:
 No pending litigation, arbitration or any other material events impacting the net worth and/or liquidity of the bidder.
 Below is a description of all pending litigation, arbitration involving the Bidder or any other material events impacting the net
worth and/or liquidity of the bidder (or each Joint Venture partner if Bidder is a Joint Venture).
Value of
Value of Pending Claim
Year Matter in Dispute Pending as a
Claim in INR Percentage of
Net Worth
[insert Contract Identification, as applicable: [indicate complete contract [insert [insert amount]
year] name/ number, and any other identification] amount]
Name of Employer, parties involved in the material events
impacting the net worth and/or liquidity of the bidder: [insert full
name]
Address of Employer, parties involved in the material events
impacting the net worth and/or liquidity of the bidder: [insert
street/city/country]
Matter of Dispute: [indicate full description of dispute]
Party who initiated the dispute: [indicate “Employer” or “Contractor”]
Status: [indicate status of dispute]

- Note -
Table 2 of this form shall only be included if Criterion 2.2.3 of Section 3 (Evaluation and Qualification Criteria) is
applicable.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-23

Form CON – 2: EHS Performance Declaration

Each Bidder must fill out this form in accordance with Criterion 2.2.4 of Section 3 (Evaluation and
Qualification Criteria).

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________

In case of a Specialist Subcontractors, each Specialist Subcontractor must fill out this form and provide
the Specialist Subcontractor’s name:

Specialist Subcontractor: ___________________

Environmental and Health and Safety Performance Declaration


in accordance with Section 3 (Evaluation and Qualification Criteria)
 No suspension or termination of contract: An employer has not suspended or terminated a contract and/or
called the performance security for a contract for reasons related to Environmental or Health and Safety
performance since the date specified in Section 3 (Evaluation and Qualification Criteria), Criterion 2.5.
 Declaration of suspension or termination of contract: The following contract(s) has/have been suspended
or terminated and/or Performance Security called by an employer(s) for reasons related to Environmental or
Health and Safety performance since the date specified in Section 3 (Evaluation and Qualification Criteria),
Criterion 2.5. Details are described below:
 Declaration of request for replacement of Key Environment, Health and Safety Personnel: The following
contract(s) has/have experienced a request by the Employer to replace Environmental, Health and Safety
Personnel for reasons related to Environmental or Health and Safety performance since the date specified in
Section 3 (Evaluation and Qualification Criteria), Criterion 2.5. Details are described below:
 Declaration of past fatality resulted from EHS issues on site: The following contract(s) has/have
experienced a fatality resulted from EHS issues on site since the date specified in Section 3 (Evaluation and
Qualification Criteria), Criterion 2.5. Details are described below:
Year Suspended or Contract Identification Total Contract Amount
terminated (current value,
portion of currency, exchange
contract rate and INR
equivalent)
[insert year] [insert amount Contract Identification: [indicate complete contract name/ [insert amount]
and percentage] number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate main
reason(s) e.g. discharge over environmental limit, workers
did not have required health and safety permits to undertake
high risk work, work carried out was not adhered to approved
construction methodology and quality control plan]
[insert year] [insert amount Contract Identification: [indicate complete contract name/ [insert amount]
and percentage] number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate main
reason(s)]

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-24

… … [list all applicable contracts] …


Performance Security called by an employer(s) for reasons related to EHS performance
Total Contract Amount
(current value,
Year Contract Identification currency, exchange
rate and INR
equivalent)
[insert year] Contract Identification: [indicate complete contract name/ number, and any [insert amount]
other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate main reason(s) e.g.
discharge over environmental limit, workers did not have required health and
safety permits to undertake high risk work, work carried out was not adhered
to approved construction methodology and quality control plan]

Key EHS personnel replacement requested by the Employer for reasons related to EHS performance
Personnel
Year Contract Identification and Reasons replacement action
and results
[insert year] Contract Identification: [indicate complete contract name/ number, and any [insert description]
other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for requesting for replacement: [indicate main reason(s)]
Fatality due to EHS issues on Site
Follow-on actions
Year Contract Identification taken by the
contractor
[insert year] Contract Identification: [indicate complete contract name/ number, and any [insert description]
other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Description of fatality event:
Causation:

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-25

Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.


In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:
Joint Venture Partner: ___________________
Financial Data for Previous 3 Years INR]

Year 1: 2022-23 Year 2: 2021-22 Year 2020-21

Information from Balance Sheet

Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA – TL

Current Assets (CA)

Current Liabilities (CL)

Working Capital = CA -
CL

To be obtained for most recent year and carried forward to FIN -


Most Recent
3 Line 1; in case of Joint Ventures, to the corresponding Joint
Working Capital Venture Partner’s FIN - 3.

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

 Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last
_____ years, as indicated above, complying with the following conditions.
1) Unless otherwise required by Section 3 of the Bidding Document, all such documents reflect the standalone financial
situation of legal entity or entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates.
2) Historical financial statements must be audited by a certified accountant.
3) Historical financial statements must be complete, including all notes to the financial statements.

4) Historical financial statements must correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-26

Form FIN - 2: Average Annual Construction Turnover

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each partner of a Joint
Venture for the total certified payments received from the clients for contracts in progress or
completed, converted to US dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last Five (05) Years (Construction only)
Amount Exchange INR
Year
Currency Rate Equivalent

Average Annual Construction Turnover

Charted Accountant
(Signature and Seal)
UDIN:

Note:
(i) certified by the Chartered Accountant. A Certificate from Chartered Accountant is to be
submitted for Turnover only from Civil Construction works or Civil & electromechanical
works (as applicable), along with valid UDIN.
(ii) The financial year means year starting from 1st April to 31st March of next year.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-27

Form FIN – 3: Availability of Financial Resources

Bidder must demonstrate sufficient financial resources, usually comprising of Working Capital
supplemented by credit line statements or overdraft facilities and others to meet the Bidder’s financial
requirements for

(a) its current contract commitments, and

(b) the subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount (INR) equivalent)

1 Working Capital (to be taken from FIN - 1)

2 Credit Linea

3 Other Financial Resources

Total Available Financial Resources

a
To be substantiated by a letter from the bank issuing the line of credit.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-28

Form FIN- 4: Financial Resources Requirement

Bidders (or each Joint Venture partner) should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________

Current Contract Commitments


Employer’s Outstanding Remaining Monthly Financial
Name of Contact Contract Contract Contract Resources Requirement
No. Value Period in
Contract (Address, Tel, Completion Date (X / Y)
Fax) (X) a months (Y) b

Total Monthly Financial Requirements for Current Contract Commitments (₹) ………………….

a Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline ( ₹)
equivalent based on the foreign exchange rate as of the same date).

b
Remaining contract period to be calculated from 28 days prior to bid submission deadline.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-29

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources


(Criterion 2.3.3 of Section 3)

This form requires the same information submitted in Forms FIN - 3 and FIN - 4. All conditions of
“Available Financial Resources Net of CCC ≥ Requirement for the Subject Contract” must be
satisfied to qualify.

Form FIN - 5A: For Single Entities


Results:
Total Available Total Monthly Financial Yes or No
Financial Requirement for Current Available Financial Requirement [D must be
For Single Resources from Contract Commitments Resources Net for the Subject greater than or
Entities: FIN – 3 (CCC) from FIN – 4 of CCC Contract equal to E]
(A) (B) (C) D = (B - C) (E) (F)

_________ . . . . . . . . . . ._
(Name of Bidder)

Form FIN - 5B: For Joint Ventures


Total Available Total Monthly Financial Available Results:
Financial Requirement for Current Financial Requirement Yes or No
For Joint Resources Contract Commitments Resources Net for the Subject [D must be greater
Ventures: from FIN – 3 (CCC) from FIN – 4 of CCC Contract than or equal to E]
(A) (B) (C) D = (B - C) (E) (F)
One Partner:

____________ ...........
(Name of Partner)

Each Partner:

_____________ ...........
(Name of Partner 1)

_____________ ...........
(Name of Partner 2)

_____________ ...........
(Name of Partner 3)

All partners ∑ D = Sum of available financial resources net of ∑ D = _______ ...........


combined current contract commitments for all partners

- Note -
Form FIN – 5 is made available for use by the bidder as a self-assessment tool, and by the Employer as an evaluation
work sheet, to determine compliance with the financial resources requirement as stated in 2.3.3. Failure to submit Form
FIN - 5 by the Bidder shall not lead to bid rejection.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-30

Form EXP – 1: Contracts of Similar Size and Nature

Fill up one (1) form per contract. Each contract shall be supported by documents such as Signed
Contract Agreement or Certificate of Completion of the Works.

The exchange rate to be used to calculate the value of the contract for conversion to a specific
currency shall be the selling rate of the Borrower’s Central bank on the date of the contract.
Contract of Similar Size and Nature
Contract No . . . . . . of
Contract Identification
.....

Award Date Completion Date

Total Contract Amount INR

If partner in a Joint
Venture or
Subcontractor, specify Percent of Total Amount
participation of total
contract amount

Employer’s Name
Address
Telephone/Fax
Number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation and
Qualification Criteria)

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-31

Form EXP - 2: Construction Experience in Key Activities

Fill up one (1) form per contract. Each contract shall be supported by documents such as Signed
Contract Agreement or Certificate of Completion of the Works.

Each Bidder must fill out this form.

If complied by Specialist Subcontractor, each Specialist Subcontractor must fill out this form and
provide the Specialist Subcontractor’s name:

Specialist Subcontractor: ___________________

Contract with Similar Key Activities


Contract No . . . . . . of
Contract Identification
.....

Award Date Completion Date

Total Contract Amount ₹

If partner in a Joint
Venture or
Subcontractor, specify Percent of Total Amount
participation of total
contract amount

Employer’s Name
Address
Telephone Number
Fax Number
E-mail

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation and
Qualification Criteria)

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-32

Form EXP – 3: Specific Experience in Managing Environmental, Health and Safety Aspects

Fill out one form per contract.

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: _________

1. Key Requirement no 1 in accordance with Criterion 2.4.3 of Section 3:


______________________
Contract Identification

Award date

Completion date

Role in Contract
Prime Member in Management Subcontracto
Contractor JV Contractor r
   

Total Contract Amount


INR ( ₹)

Details of relevant experience

2. Key Requirement no 2 in accordance with Criterion 2.4.3 of Section 3: ________________

3. Key Requirement no 3 in accordance with Criterion 2.4.3 of Section 3: ________________

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-33

Form EXP – 4: Environmental, Health and Safety Certificación (opcional)

Please provide the following information (OPTIONAL):

Availability of the following valid ISO certification or internationally-recognized equivalent (equivalency


to be demonstrated by the Bidder), and applicable to the worksite:

[Select the required certifications from belowa]


- Quality management certificate ISO 9001
- Environmental management certificate ISO 14001
- Health and Safety management certificate ISO 45001

a Depending on the environmental, health and safety issues of the worksite and the type of competition planned
(national or international), the list of required certifications may be restricted to those corresponding to the main
issue of the worksite management, or removed altogether.

Form EXP – 5: Environmental, Health and Safety Documentación

Please provide the following information:


Availability of in-house policies and procedures acceptable to the Employer for EHS management:
1. Existence of an Ethics Charter.
2. Existence of a system for monitoring compliance with EHS commitments for the Bidder’s
Subcontractors and all its partners.
3. Existence of official company procedures for the management of the following relevant points:

[Select 3-5 that apply for the worksite from below options- as per Section 2]

- EHS resources and facilities and EHS monitoring system;


- Project Areas management information (base camps, quarries, burrow pits, storage areas);
- Health and Safety on worksites policy and related guidance;
- Local recruitment and EHS trainings of local staff/subcontractors/local partners;
- Community stakeholder engagement practice;
- Traffic management practice;
- Hazardous products management practice;
- Waste management practice;
- Protection of water resources;
- Biodiversity protection practices;
- Site rehabilitation and revegetation practice;
- Local cultural heritage protection practice;
- Erosion and sedimentation practices;
- Control of infectious and communicable diseases (HIV/AIDS, malaria, COVID-19 etc)

Form EXP – 6: Environmental, Health and Safety Dedicated Personnel

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-34

Please provide CV {Form PER-2] of the in-house personnel of the main contractor/Joint Venture
partners for the EHS positions specified in Section 6 (Employer’s Requirements):

- Environmental Specialist

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-35

- Schedules

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 4: Bidding Forms 4-36

Bill of Quantities

(Attached Separately)

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 5: Eligible Countries 5-1

Section 5: Eligible Countries

This section contains the list of eligible countries.

1. Afghanistan 35. Nauru


2. Armenia 36. Nepal
3. Australia 37. Niue
4. Austria 38. The Netherlands
5. Azerbaijan 39. New Zealand
6. Bangladesh 40. Norway
7. Belgium 41. Pakistan
8. Bhutan 42. Palau
9. Brunei Darussalam 43. Papua New Guinea
10. Cambodia 44. People’s Republic of China
11. Canada 45. Philippines
12. Cook Islands 46. Republic of Korea
13. Denmark 47. Republic of Maldives
14. Fiji 48. Portugal
15. Finland 49. Samoa
16. France 50. Singapore
17. Georgia 51. Solomon Islands
18. Germany 52. Spain
19. Hong Kong, China 53. Sri Lanka
20. India 54. Sweden
21. Indonesia 55. Switzerland
22. Ireland 56. Taipei, China
23. Italy 57. Tajikistan
24. Japan 58. Thailand
25. Kazakhstan 59. Timor-Leste
26. Kiribati 60. Tonga
27. Kyrgyz Republic 61. Turkey
28. Lao People’s Democratic Republic 62. Turkmenistan
29. Luxembourg 63. Tuvalu
30. Malaysia 64. United Kingdom
31. Marshall Islands 65. United States
32. Micronesia, Federated States of 66. Uzbekistan
33. Mongolia 67. Vanuatu
34. Myanmar 68. Viet Nam

Bidding Document for Vill. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 1

Section 6:
Employer’s Requirements

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 2

Contents
1 Similar Projects ........................................................................................................................................ 8
2 CIVIL WORK ............................................................................................................................................ 10
2.1 EXCAVATION......................................................................................................................................... 12
2.1.1 Codes and Standards................................................................................................................. 12
2.1.2 EXECUTION ................................................................................................................................ 12
2.1.3 TESTING AND ACCEPTANCE CRITERIA ....................................................................................... 13
2.2 CEMENT CONCRETE ............................................................................................................................. 13
2.2.1 LIST OF CODES AND STANDARDS FOR REFERENCE ................................................................... 13
2.3 MASONRY AND ALLIED WORK ............................................................................................................. 17
2.3.1 Bricks ......................................................................................................................................... 17
2.3.2 Cement ...................................................................................................................................... 17
2.3.3 Sand .......................................................................................................................................... 17
2.3.4 Damp Proof Membrane ............................................................................................................ 17
2.3.5 Random Rubble Masonry.......................................................................................................... 17
2.3.6 Codes and Standards................................................................................................................. 21
2.4 STORAGE AND HANDLING OF COMMON BUILDING MATERIALS......................................................... 22
2.5 ANTI-TERMITE TREATMENT ................................................................................................................. 22
2.5.1 CODES AND STANDARDS ........................................................................................................... 22
3 ARCHITECTURAL WORKS ........................................................................................................................ 23
3.1 Brick Masonry Work ............................................................................................................................. 23
3.2 Woodwork ................................................................................................ Error! Bookmark not defined.
3.3 Steel/Aluminium doors, windows and ventilators ............................................................................... 25
3.4 Door and Railing ................................................................................................................................... 29
3.5 UPVC Casement / Sliding Window & Door Frame ................................................................................ 29
3.6 PVC- DOOR SHUTTER............................................................................................................................ 30
3.7 Plastering .............................................................................................................................................. 31
3.8 Primer 31
3.9 Painting ................................................................................................................................................ 32
3.9.1 Reference Indian Standards ...................................................................................................... 32
3.9.2 Acrylic Emulsion Painting .......................................................................................................... 32
3.9.3 Oil emulsion (oil bound) washable distempering ..................................................................... 33
3.9.4 Cement Paint............................................................................................................................. 33
3.9.5 Painting Synthetic Enamel Paint ............................................................................................... 33
Painting Synthetic paint On Sci/Centrifugally Cast (Spun) Iron Soil, Waste And Vent Pipes ................ 33
3.9.6 Exterior Painting On Wall .......................................................................................................... 34
3.10 Floor Finishing ...................................................................................................................................... 34
3.10.1 Indian Standards ....................................................................................................................... 34
3.10.2 VDF flooring or vacuum dewatered flooring (at Basement) ..................................................... 36
3.10.3 Pressed ceramic tile flooring ..................................................................................................... 36
3.10.4 Granite Stone Flooring .............................................................................................................. 37
3.10.5 Factory made cement concrete interlocking paver block ......................................................... 37
3.10.6 Acid Or Alkali Resistant Tiles ..................................................................................................... 38
3.10.7 Kota Stone Flooring ................................................................................................................... 38
3.10.8 Sand Stone Cobbles................................................................................................................... 39
3.10.9 Kerb Stone (Precast).................................................................................................................. 39
3.11 Roofing/ Ceiling .................................................................................................................................... 40
3.11.1 Tensile Membrane Roofing Structure using PVC/ PVDF Coated Membrane ............................ 40
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 3

3.11.2 Pressed Clay Tiles ...................................................................................................................... 40


3.11.3 Calcium silicate board false ceiling ........................................................................................... 40
3.11.4 Glass Fibre Reinforced Gypsum (GRG) False Ceiling ................................................................. 40
Glass Fibre Reinforced Gypsum (GRG) False Ceiling (Fully Perforated Micro Tegular Edged) ............. 40
3.12 Miscellaneous Items ............................................................................................................................. 41
3.12.1 Brick Clay Tiles ........................................................................................................................... 41
3.12.2 High Pressure Laminate ............................................................................................................ 41
3.12.3 Perforated steel sheet............................................................................................................... 43
3.12.4 Polycarbonate Sheet ................................................................................................................. 44
3.12.5 Road Markings Strips ................................................................................................................ 44
3.12.6 Retro Reflective Sign Board....................................................................................................... 46
3.12.7 Retro- Reflective Sheeting ........................................................................................................ 48
3.12.8 Aluminium Composite Panel ..................................................................................................... 49
3.12.9 Plinth Protection ....................................................................................................................... 49
3.12.10 Terrace Waterproofing ....................................................................................................... 49
3.12.11 Differently Abled Toilet ...................................................................................................... 50
3.12.12 LED Signage ........................................................................................................................ 50
3.12.13 SS Bollard ............................................................................................................................ 50
3.12.14 Food Kiosk .......................................................................................................................... 50
3.12.15 Pole Mounted Dustbin ....................................................................................................... 50
3.12.16 Water Cooler ...................................................................................................................... 50
3.12.17 Tensile Structure For Parking ............................................................................................. 50
3.12.18 Garden Bench ..................................................................................................................... 50
3.12.19 Sanitary Napkin Vending Machine ..................................................................................... 50
3.12.20 Boom Barrier ...................................................................................................................... 51
4 HORTICULTURE WORK ........................................................................................................................... 52
4.1 TRENCHING IN ORDINARY SOIL ............................................................................................................ 52
4.1.1 Trenching .................................................................................................................................. 52
4.1.2 Measurements .......................................................................................................................... 52
4.1.3 Rate ........................................................................................................................................... 52
4.2 GOOD EARTH ........................................................................................................................................ 53
1. Good Earth Stack....................................................................................................................... 53
2. Measurements: ......................................................................................................................... 53
3. Rate: .......................................................................................................................................... 53
4.3 OIL CAKE ............................................................................................................................................... 53
4.3.1 Neem/Castor: ............................................................................................................................ 53
4.3.2 Measurements .......................................................................................................................... 53
4.3.3 Rate: .......................................................................................................................................... 53
4.4 SUPPLY AND STACKING OF MANURE ................................................................................................... 53
4.4.1 Farmyard Manure: .................................................................................................................... 53
4.4.2 Measurements .......................................................................................................................... 53
4.4.3 Rate ........................................................................................................................................... 53
4.5 ROUGH DRESSING OF THE TRENCHED GROUND ................................................................................. 54
4.5.1 Rough dressing of the area shall include making kiaries for flooding. ...................................... 54
4.5.2 Measurements .......................................................................................................................... 54
4.5.3 Rate ........................................................................................................................................... 54
4.6 UPROOTING WEEDS FROM TRENCHED AREAS .................................................................................... 54
4.6.1 Measurements .......................................................................................................................... 54
4.6.2 Rate ........................................................................................................................................... 54
4.7 SPREADING GOOD EARTH .................................................................................................................... 54
4.8 SPREADING SLUDGE/MANURE............................................................................................................. 55
4.8.1 Measurements .......................................................................................................................... 55
4.8.2 Rate ........................................................................................................................................... 55
4.9 MIXING OF GOOD EARTH AND SLUDGE/MANURE............................................................................... 55
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 4

4.9.1 Measurements .......................................................................................................................... 55


4.9.2 Rate ........................................................................................................................................... 55
4.10 EXCAVATION AND TRENCHING FOR HEDGE AND SHRUBBERY ............................................................ 55
4.10.1 Measurements .......................................................................................................................... 56
4.10.2 Rate ........................................................................................................................................... 56
4.10.3 DIGGING HOLES FOR PLANTING TREES ..................................................................................... 56
4.10.4 In ordinary soil, including refilling earth after mixing with oil cake, manure and watering. .... 56
4.10.5 In Soil other than Ordinary Soil ................................................................................................. 57
4.11 FILLING MIXTURE OF EARTH & SLUDGE OVER MANURE ..................................................................... 57
4.11.1 Measurements .......................................................................................................................... 57
4.11.2 Rate ........................................................................................................................................... 58
4.12 SPECIFICATIONS OF PLANTS ................................................................................................................. 58
5 ELECTRICAL WORKS................................................................................................................................ 59
5.1.1 TEST CERTIFICATE ...................................................................................................................... 98
5.1.2 COMBINATION-FUSE_SWITCH_UNITS_(FSU's) ......................................................................... 98
5.1.3 INDICATING LAMPS (LED TYPE)................................................................................................. 99
5.1.4 SPACE_HEATERS. ....................................................................................................................... 99
5.1.5 FUSES. ....................................................................................................................................... 99
5.1.6 CURRENT_TRANSFORMERS. ..................................................................................................... 99
5.1.7 INDICATING/INTEGRATING_METERS. .................................................................................. 100
5.1.8 TESTS. ...................................................................................................................................... 100
5.1.9 CABLE_TERMINATIONS. .......................................................................................................... 101
5.1.10 102
5.1.11 CONTROL_WIRING. ................................................................................................................. 102
5.1.12 GROUND_BUS. ........................................................................................................................ 102
5.1.13 NAME_PLATE. ......................................................................................................................... 103
5.1.14 ACCESSORIES. .......................................................................................................................... 103
5.1.15 DRAWINGS AND MANUALS. .................................................................................................... 103
5.1.16 Routine And Type Test ............................................................................................................ 104
5.1.17 Inspection................................................................................................................................ 104
5.1.18 Dielectric Tests: ....................................................................................................................... 105
5.1.19 HIGH VOLTAGE TEST. .............................................................................................................. 105
5.1.20 PACKING AND TRANSPORT. .................................................................................................... 105
5.1.21 SPECIAL REQUIREMENTS FOR OUTDOOR KIOSK. .................................................................... 105
5.1.22 HANDLING ............................................................................................................................... 106
5.1.23 STORAGE .................................................................................................................................. 106
5.1.24 ERECTION ................................................................................................................................ 106
5.1.25 TESTS ....................................................................................................................................... 106
5.1.26 PRECOMMISSIONING CHECKS ................................................................................................. 107
5.1.27 SPECIAL REQUIREMENTS FOR OUTDOOR KIOSK :.................................................................... 107
5.1.28 Specifications For Erection, Testing & Commissioning of 415 Volt Switchgear ...................... 107
5.1.29 SCOPE ...................................................................................................................................... 107
5.1.30 HANDLING / UNLOADING ...................................................................................................... 108
5.1.31 STORAGE ................................................................................................................................. 108
5.1.32 ERECTION ............................................................................................................................... 108
5.1.33 TESTS ....................................................................................................................................... 108
5.1.34 PRELIMINARY CHECKS .............................................................................................................. 108
5.1.35 PRECOMMISSIONING CHECKS .................................................................................................. 109
5.1.36 Specification For Power And Lighting Distribution Boards ..................................................... 110
5.1.37 TYPE AND CONSTRUCTION. .................................................................................................... 110
5.1.38 FANS ........................................................................................................................................ 119
6 P.H.E. WORK ........................................................................................................................................ 152
6.1 LIST OF INDIAN STANDARDS .............................................................................................................. 153
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 5

6.2 MINIMUM WEIGHT OF MOST COMMONLY USED SANITARY APPLIANCES & WATER FITTINGS: ....... 167
6.3 APPLICABLE CODES............................................................................................................................. 168
6.4 APPROVAL BY LOCAL FIRE SERVICE .................................................................................................... 169
6.5 COORDINATION .................................................................................................................................. 169
6.6 FIRE FIGHTING PUMPS ....................................................................................................................... 169
6.7 DIESEL FIRE PUMP .............................................................................................................................. 171
6.8 PIPING WORK ..................................................................................................................................... 174
6.9 VALVES & ACCESSORIES ..................................................................................................................... 177
6.9.1 SLUICE VALVES ........................................................................................................................ 177
6.9.2 BUTTERFLY VALVES ................................................................................................................. 177
6.9.3 NON-RETURN VALVE ............................................................................................................... 177
6.9.4 AIR RELEASE VALVE ................................................................................................................. 178
6.9.5 FULL WAY BALL VALVE ............................................................................................................ 178
6.9.6 STRAINER................................................................................................................................. 178
6.9.7 PRESSURE GAUGES ................................................................................................................. 178
6.9.8 FLEXIBLE CONNECTION FOR PUMPS ....................................................................................... 178
6.9.9 EXTERNAL YARD HYDRANTS .................................................................................................... 178
6.10 INTERNAL HYDRANTS (LANDING VALVE) ........................................................................................... 179
6.11 FIRST-AID HOSE REEL EQUIPMENT ..................................................................................................... 179
6.12 FIRE HOSE DELIVERY COUPLING, BRANCH PIPE AND NOZZLES: -....................................................... 180
6.13 FIRE SERVICE INLET AND FIRE SERVICE CONNECTION........................................................................ 181
6.14 HOSE PIPES ......................................................................................................................................... 181
6.15 PORTABLE FIRE EXTINGUISHER .......................................................................................................... 181
6.16 COMMISSIONING ............................................................................................................................... 183
7 HVAC WORKS ....................................................................................................................................... 184
7.1 VARIABLE REFRIGERANT FLOW SYSTEM ............................................................................................ 184
7.1.1 Outdoor Unit ........................................................................................................................... 185
7.1.2 Compressor ............................................................................................................................. 187
7.1.3 Oil Recovery system ................................................................................................................ 187
7.1.4 Refrigerant Circuit ................................................................................................................... 187
7.1.5 Heat Exchange......................................................................................................................... 187
7.1.6 Safety Devices ......................................................................................................................... 187
7.1.7 INDOOR UNITS ........................................................................................................................ 188
7.1.8 Cabling between indoor and outdoor units ............................................................................ 189
7.1.9 REFRIGERANT COPPER PIPING: ............................................................................................... 189
7.1.10 DRAIN PIPING: ......................................................................................................................... 191
7.1.11 TECHNICAL DATA SHEET OF VARIABLE REFRIGERANT VOLUME AIR COOLED UNITS ............. 192
7.2 SPLIT TYPE AIR CONDITIONERS UNITS:............................................................................................... 192
7.2.1 Condensing Units .................................................................................................................... 193
7.2.2 REFRIGERANT PIPING: ............................................................................................................. 193
7.2.3 PAINTING: ............................................................................................................................... 194
7.2.4 MISCELLANEOUS: .................................................................................................................... 194
7.2.5 INSTALLATION: ........................................................................................................................ 194
7.2.6 TESTING & COMMISSIONING: ................................................................................................. 194
7.3 PRECISION AIR CONDITIONING UNIT ................................................................................................. 196
7.3.1 Type ......................................................................................................................................... 196
7.3.2 Capacity ................................................................................................................................... 196
7.3.3 Casing ...................................................................................................................................... 196
7.3.4 Compressor & Motor .............................................................................................................. 196
7.3.5 Variable Capacity Compressor ................................................................................................ 197
7.3.6 Evaporator Section .................................................................................................................. 197
7.3.7 Blower Section ........................................................................................................................ 197
7.3.8 Humidifier & Heaters .............................................................................................................. 197
7.3.9 Filters ...................................................................................................................................... 198
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 6

7.3.10 Refrigerant Piping & Controls ................................................................................................. 198


7.3.11 Air Cooled Condenser ............................................................................................................. 198
7.3.12 Electrical System ..................................................................................................................... 199
7.3.13 Safety Controls ........................................................................................................................ 199
7.3.14 Safety Interlocks ...................................................................................................................... 199
7.3.15 Microprocessor Controls......................................................................................................... 199
7.3.16 Painting ................................................................................................................................... 200
7.3.17 Performance Rating ................................................................................................................ 200
7.4 VENTILATION FANS ............................................................................................................................ 201
7.4.1 Scope of Work ......................................................................................................................... 201
7.4.2 QUALITY CONTROL .................................................................................................................. 201
7.4.3 Type ......................................................................................................................................... 201
7.4.4 Capacity ................................................................................................................................... 201
7.4.5 Technical and installation requirements ................................................................................. 201
7.4.6 Axial Flow (Vane/Tube Axial) Fans .......................................................................................... 202
7.4.7 Axial Flow Fan (For fire, Smoke and heat exhaust) ................................................................. 204
7.4.8 MISCELLANEOUS: .................................................................................................................... 205
7.4.9 Centrifugal Fans ...................................................................................................................... 206
7.4.10 Propeller Fan ........................................................................................................................... 207
7.4.11 In-Line Fans ............................................................................................................................. 208
7.4.12 Installation .............................................................................................................................. 208
7.5 SENSORS ............................................................................................................................................. 210
7.5.1 CO SENSOR .............................................................................................................................. 210
7.5.2 H2 Sensors............................................................................................................................... 211
7.6 AIR DISTRIBUTION .............................................................................................................................. 213
7.6.1 SHEET MATEL DUCT (FACTORY FABRICATED DUCT) ............................................................... 213
7.6.2 Flexible Ducts .......................................................................................................................... 219
7.6.3 Paint/Covering for Fire Rated Ductwork (As applicable) ........................................................ 220
7.6.4 Guide Vanes ............................................................................................................................ 222
7.6.5 Ductwork Installation .............................................................................................................. 222
7.6.6 Air Duct Cleaning points .......................................................................................................... 223
7.6.7 GRILLS AND DIFFUSERS ........................................................................................................... 223
7.6.8 Supply and Transfer Air Grilles and Register for general use. ................................................. 224
7.6.9 Return/Exhaust Grilles and Registers for General use ............................................................ 225
7.6.10 Linear Air Diffusers .................................................................................................................. 225
7.6.11 Nozzle/Jet Diffusers ................................................................................................................ 226
7.6.12 Access Door- (As applicable) ................................................................................................... 227
7.6.13 DAMPERS ................................................................................................................................ 228
7.6.14 PRODUCTS ............................................................................................................................... 232
7.7 INSULATION / LINING WORK .............................................................................................................. 236
7.7.1 Drain Pipe Insulation ............................................................................................................... 236
7.7.2 Duct Insulation ........................................................................................................................ 236
7.7.3 Floor Insulation ....................................................................................................................... 236
7.7.4 Acoustic Treatment ................................................................................................................. 237
7.7.5 Fire Rated Duct & Insulation ................................................................................................... 237
7.7.6 Cold Adhesive Compound ....................................................................................................... 237
7.7.7 Floor Insulation ....................................................................................................................... 238
7.7.8 Drain Piping ............................................................................................................................. 238
7.7.9 Ducting .................................................................................................................................... 238
7.7.10 Duct Acoustic Lining ................................................................................................................ 238
7.7.11 Room Acoustic ........................................................................................................................ 238
7.7.12 Fire Duct Insulation ................................................................................................................. 239
7.8 NOISE & VIBRATION CONTROL ........................................................................................................... 240
7.8.1 NOISE CONTROL ...................................................................................................................... 240
7.8.2 VIBRATION CONTROL .............................................................................................................. 241
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 7

7.8.3 Sound Attenuators .................................................................................................................. 242


7.9 QUALITY ASSURANCE ......................................................................................................................... 244
7.9.1 Quality Assurance Concept and Control ................................................................................. 244
7.9.2 Quality Assurance Manual (QAM)........................................................................................... 245
7.9.3 Manufacturing Quality Assurance Programme (MQAP) ......................................................... 246
7.9.4 Field Quality Assurance Programme (FQAP) ........................................................................... 247
7.9.5 Quality Plan ............................................................................................................................. 248
7.9.6 Site Quality Control Section .................................................................................................... 248
7.9.7 Inspection and Testing ............................................................................................................ 248
7.9.8 Tests at Manufacturer’s Works ............................................................................................... 249
7.9.9 Performance Tests at Manufacturer’s Works ......................................................................... 251
7.10 TESTING, ADJUSTING AND BALANCING ............................................................................................. 252
7.10.1 Air Systems .............................................................................................................................. 253
7.10.2 Readiness for Commencement of Tab .................................................................................... 254
7.11 PAINTING WORK ................................................................................................................................ 261
7.11.1 Colour Scheme For The Equipments / Materials .................................................................... 261
7.12 MODE OF MEASUREMENT ................................................................................................................. 263
7.12.1 Sheet Metal Work ................................................................................................................... 263
7.12.2 Piping Work ............................................................................................................................. 263
7.12.3 Insulation ................................................................................................................................ 264
7.12.4 Electrical Cabling Work ........................................................................................................... 264
7.12.5 Structural Supports ................................................................................................................. 264
7.12.6 Flexible Pipe Connector .......................................................................................................... 265
7.13 VENDOR APPROVAL & LIST OF MAKES ............................................................................................... 266
7.14 EXCLUDED ITEMS FROM THE SCOPE OF HVAC CONTRACTOR ........................................................... 270
7.15 IDENTIFICATION OF SERVICES ............................................................................................................ 271
7.15.1 Pipe Work Services .................................................................................................................. 271
7.15.2 Duct Work Services : ............................................................................................................... 273
7.16 PERFORMA OF TECHNICAL DATA TO BE FILLED UP BY THE AC CONTRACTOR ................................... 275
7.16.1 TECHNICAL DATA TO BE FURNISHED BY THE TENDERER FOR THE VRF/VRV SYSTEM ........... 275
8 TECHNICAL SPECIFICATION FOR ELEVATOR .......................................................................................... 282
8.1.1 TECHNICAL PARAMETERS ....................................................................................................... 284
8.1.2 ELECTRICAL EQUIPMENT AND CONTROLS .............................................................................. 293
8.1.3 SPARES,TOOLS & TACKLES ...................................................................................................... 295
8.1.4 LIFT DATA ANNEXURE-1 .......................................................................................................... 297
9 APPLICABLE STANDARDS...................................................................................................................... 298
10 Environment, Health and Safety Management Requirement ............................................................... 300
11 Social Safeguards Requirements .......................................................................................................... 332
12 Drawings .............................................................................................................................................. 334
13 Supplementary Information ................................................................................................................. 335
14 Personnel Requirements ...................................................................................................................... 336
15 Equipment Requirements .................................................................................................................... 338

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 8

1 Similar Projects
Contracts of Similar Size and Nature

Experience in construc on/ rehabilita on of Civil and electrical works of Building

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6- 9

DOBRA CHANTI PARK, TEHRI


SECTION –6 TECHNICAL SPECIFICATIONS

The Technical specification of the BOQ item are given below

1. Dobra Chanti Park (Landscaping, Temple Oriented Development, Amphitheatre,


Parking, Kiosks, Himalayan Haat Area Development)
2. Water Fountain, Light, and Sound Laser Show
3. Production Centre for vernacular architecture (factory that can undertake job
works for building components as per vernacular architecture styles – e.g. Doors
and windows, frames, courtyard wooden columns, roof beams, etc.)
4. Promenade with protection and retaining walls

Clause 6.1 The Technical specifica ons contained herein shall be read in
conjunc on withother documents of bid.

Clause 6.2 The technical specifica on in accordance with which the en re work
described thereinafter shall be carried out and completed by the
Contractor, shall comprisethe following:

PART I: GENERAL TECHNICAL SPECIFICATIONS.

PART II: SUPPLEMENTARY TECHNICAL SPECIFICATIONS. Clause


6.2.1 PART I: GENERAL TECHNICAL SPECIFICATIONS

The construc on work shall be executed in a severe environmental


exposure condi on with alternate we ng & drying , subject to a likely wind
speed of 140.4 Km/Hr. Thesite is situated in the Seismic Zone-IV. The subsoil
is characterized by fractured rock as per Geotechnical inves ga on report.

Other provisions, s pula ons, guidelines and rules laid down in the National Building Code, 2016 shall be
adopted for all structural, func onal, legal,regulatory, obligatory, safety requirements for the buildings
and the building services including plumbing and solid waste management with a view to deliver an
integrated facility for the intended purpose. In NBC whenever “recommended” word is used, it is to be
treated as a “mandatory” provision.

The following specifica ons shall be followed in this project.

(i) CPWD Specifications (Civil) Vol-I & II.


(ii) CPWD Specifications (Electrical) for HVAC, Electrical Works (Internal &External), Fire Detection
& Alarm System, Gas based Fire ExtinguisherSystem, D.G. Sets, Lifts & Escalators.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 10

(iii) CPWD Specifications for Horticulture & Landscaping.


(iv) All relevant IS Codes for materials, testing and relevant BIS Codes of practices (IS 456: 2000, IS
800: 2007 and such other codes of practices)
(v) MoRT&H Specifications for Road and Bridges (Fifth revision) for road work (Approach Road)
and other relevant IRC codes.

Clause 6.2.2. PART II SUPPLEMENTARY TECHNICAL SPECIFICATIONS.

Any other provisions/ material / tes ng suggested by the bidder (or Contractor) for the building/
building services not covered under Clause 5.2.1 above, shall be governed by the relevant Technical
Specifica on prevalent as good prac ce in the industry and shall be adopted a er approval by the
Engineer.

In case of any dispute arising out of the interpreta ons of the above, the decisionof the Engineer shall be
final and binding on the Contractor.

Clause 6.2.3 When an Amended/ Modified/ added Clause supersedes a


Clause or part thereof in the said specifica ons, then any reference to the superseded

Clause shall be deemed to refer to the Amended/Modified/ Added Clause shall always prevail.

GENERAL:

All items of Works will be executed as per the specifica on men oned in the respec ve items/ as per
relevant IS codes with latest revision/ as directed by the Engineer-in-charge. The biddersare to submit
all the sample of the materials to be used and get it approved before execu on of the item of work.

TECHNICAL SPECIFICATION OF CIVIL PORTION OF WORK

2 CIVIL WORK

Materials of following specification are to be used in work. The Tenderers are expected
topossess and be well conversant with the following IS standard and code of practice.

1. Cement Only Ordinary Portland Cement and Portland Slag cement are to be
used. The grade of Portland Cement is to be decided by the
Engineer-in-Charge. 53 grade Ordinary Portland Cement
confirming to IS:12669 or Portland Slag Cement confirming to
IS:455 is to be used in RCC works. For other work, the grade of
Ordinary Portland Cement will be decided by the Engineer-in-
Charge. Portland Slag Cement confirming to IS:455 can be used in
any type of work.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 11

2. Steel I.S. 432 (Plain) and I.S.: 1786 (Tor) Fe 500


3. Vibrator I.S. 7246
4. Aggregate I.S. 383, I.S. 515
5. Water for mixing Shall be clean, free from injurious amount of oil, salt, acid,
andcuring vegetablematerials and other substances and harmful to concrete
in conformity to I.S. 456 and I.S. 2025.
6. Sand/ Fine Aggregate I.S. 2116, 383
7. Binding wire I.S. 280 (galvanized minimum 1 mm)
8. Rain water pipe I.S. 2527
9. Construction joints I.S. 3414
10. Steel Window Frame I.S. 1038/83
11. Steel Door Frame I.S. 4351/75
12. Fitting & Fixtures Conforming to I.S. 7452/82 strictly conform to I.S. specification
forjoinery works andas per direction of Engineer-in-Charge.

Note : For road work (Approach Road) specification as per road and bridges (latest edition)
published by I.R.C& M.O.S.T. shall be followed. In case of any doubt and absence of
provision, regarding specification I.S.shall be referred (Indian standard).

CIVIL WORKS

Specifications to be followed CPWD and IS Code mentioned below:

Item Of Work With Corresponding Codes To Be Confirmed

1. Concrete shall be with conformity to I.S.456.


2. Foundation shall be with conformity to I.S.1080.
3. Stone masonry (R.R.) shall be with conformity to I.S.1597 (Part-I)
4. C.R. Masonry shall be with conformity to I.S.1597.
5. R.R. Masonry shall be with conformity to IS 1197 (Pt. I)
6. Brick masonry shall be with conformity to I.S.2212.
7. Cement plastering shall be with conformity to I.S.9103 & 6925.
8. Mortar shall be with conformity to I.S.2250
9. White and colour washing shall be with conformity to I.S.6278.
10. CC in foundation shall be with conformity to I.S.2571.
11. Anti-Termite Treatment shall be with conformity to I.S.6813. (Part – I & Part – II)
12. Painting to all surfaces shall be with conformity to I.S.2395 (Part – I & Part – II)
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 12

13. DPC shall be with conformity to I.S.3067


14. Tarfelt treatment shall be with conformity to I.S.1346
15. Mosaic flooring with conformity to I.S.2114
16. Steel painting shall be with conformity to I.S.1477 (Part – I & Part – II) I.S.1661
17. IS: 800: 2007 Guidelines for general construction in steel
18. SP 6 (part 1): 1964 Handbook for structural steel section
19. IS 432: 1982 Specification for Mild Steel
20. IS 1730: 1989 specification of steel plates, steel sheets, strips and flats for use in
structural engineering
21. I.S. 806:Code of Practice for use of steel tubes in general building construction

2.1 EXCAVATION

2.1.1 Codes and Standards


All works under this specification, unless specified otherwise, shall conform to. the latest revision
and/or replacement of the following or any other Indian Standard Specifications and Codes of
Practice. In case any aspect of work is not covered specifically by Indian Standard Specification
any other standard practice as may be specified by the Engineer shall be followed: -
IS: 1200(1992) : Method of Measurement of Building and Civil (Part-I)
Engineering work; Part-I Earthwork.

IS: 2720(1973) : Determina on of Moisture Content (Part-II)

IS: 2720(1972) : Determina on of Moisture content / Dry Rela on


using Light Compac on (Part-VII)

IS: 2720(1983) : Determina on of Density Index (Rela ve Density) of


cohesion less soils (Part-xiv).

IS: 2720(1974) : Determina on of Dry Density of soils, in place by sand


replacement methods (Part-xxviii).

IS: 2720(1975) : Determina on of Dry Density, in place, by core cu er


method (Part-xxix).

IS: 3764(1992) : Safety code for Excava on work.

IS: 4081 (1986) : Blas ng and Related Drilling Opera ons

IS: 4701 (1982) : Earthwork on canals

2.1.2 EXECUTION
Back-filling

Filling and Compac on in Pits and Trenches around Structures

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 13

As soon as the work in foundations has been accepted and measured, the spaces around the foundation
structures in pits and trenches shall be cleared of all debris, brick bats, mortar droppings, etc., and filled
with earth in layers not exceeding 250 mm in loose thickness each layer being watered, rammed and
properly compacted to achieve a dry density of not less than 95% of proctor's dry density at optimum
moisture content as per IS: 2720 - Part VII where backfilling with cohesive soil and sandy silt containing
high percentage of silt. For back filling with sand having little or no silt, each layer shall be compacted
to a relative density of 75% as per IS: 2720 - Part XIV.

2.1.3 TESTING AND ACCEPTANCE CRITERIA


Back-filling

The degree of compaction shall be sufficient to achieve a dry density of not less than 95% of products
dry density at optimum moisture content as per IS: 2720 – Part VII or a relative density of 75% as per IS:
2720 – Part XIV as applicable depending on the nature of back filling material as stated in clause no. 3.7
of this specification. The work of back filling will be accepted after the Engineer is satisfied with the
degree of compaction achieved.

2.2 CEMENT CONCRETE

2.2.1 LIST OF CODES AND STANDARDS FOR REFERENCE


All work under this specification shall; unless specified otherwise, conform to the latest revisions and/or
replacements of the following or any other Indian Standard Specifications and Codes of Practice. In case
any aspect of work is not specifically covered by Indian Standard Specifications, any other standard
practice (ASTM), as may be specified by the Engineer, shall be followed:
IS: 73 (2006): Indian Standard Specifica on for Paving Bitumen
IS: 216 (2006): Indian Standard Specifica on for Coal Tar Pitch
IS: 269 (1989): Specifica on for 33 grade Ordinary Portland cement
IS: 383 (1970): Indian Standard Specifica on for Coarse and Fine Aggregates
from Natural Sources for Concrete
IS: 432 (1982): Indian Standard Specifica on for Mild Steel and Medium
Tensile Steel Bars and Hard Drawn Steel Wire for concrete
Reinforcement - Part 1 and 2
IS: 455 (1989): Indian Standard Specifica on for Portland Slag Cement
IS: 456 (2000): Indian Standard Code of Prac ce for Plain and Reinforced
Concrete
IS: 457 (1957): Indian Standard Code of Prac ce for General Construc on of
Plain and Reinforced Concrete for Dams and other Massive
Structures
IS: 516 (1959): Indian Standard Specifica on for Methods of Test for Strength
of Concrete
IS: 702 (1988): Specifica on for industrial bitumen
IS: 737 (1986): Indian standard specifica on for wrought Aluminium and
Aluminium Alloy sheet and strip for general Engineering
purpose.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 14

IS: 1199 (1959): Indian Standard Specifica on for Methods of Sampling and
Analysis of Concrete
IS: 1200 (1974): Indian Standard Specifica on for Method of (Part-II)
Measurement Cement Concrete Works.
IS: 1200 (1982): Indian Standard Specifica on for Method of (Part-V)
Measurement of Formwork
IS: 1322 (1993): Indian Standard Specifica on for Bitumen Felts for
Waterproofing and Damp-proofing
IS: 1489 (1991): Indian Standard Specifica on for Portland - Pozzolana Cement
- Part 1 and 2
IS: 1566 (1982): Indian Standard Specifica on for hard drawn steel wire fabric
for concrete reinforcement
IS: 1609 (1991): Code of Prac ce for Laying Damp- proof Treatment using
Bitumen Felts
IS: 1786 (1985): Indian Standard Specifica on for high strength deformed Bars
and wires for Concrete Reinforcement
IS: 1791 (1985): Indian Standard Specifica on for Batch Type Concrete Mixers
IS: 1834 (1984): Indian standard specifica on for hot applied sealing
compound for joint in concrete.
IS: 2062 (2006): Steel for general structural purpose.
IS: 2185: Indian Standard Specifica on for Hollow and solid/ solid
(Part 1 -2005) light wt. Cement Concrete Blocks - Part - 1 and 2
(Part 2 -1983)
IS: 2210 (1988): Indian Standard Specifica on for Design of Reinforced
Concrete Shell Structures and Folded Plates
IS: 2386(1963): Indian Standard Specifica on for Methods of Test for
Aggregates for Concrete - Part-I to VIII
IS: 2430 (1986): Indian standard specifica on for method of sampling of
Aggregate for concrete.
IS: 2502 (1963): Indian Standard Code of Prac ce for Bending and Fixing of
Bars for Concrete Reinforcement
IS: 2505 (1992): Indian Standard Specifica on for Concrete Vibrators
Immersion Type
IS: 2506 (1985): Indian Standard Specifica on for Screed Board Concrete
Vibrators
IS: 2514 (1963): Indian Standard Specifica on for Concrete Vibra ng tables
IS: 2645 (2003): Integral Cement water proofing compound
IS; 2722 (1964): Indian Standard Specifica on for Portable Swing Weigh
Batchers for Concrete (Single and Double Bucket type)
IS: 2751 (1979): Code of Prac ce for Welding of Mild Steel Bars used for
Reinforced Concrete Construc on

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 15

IS: 2770 (1967): Indian Standard Specifica on for Method of Tes ng Bond in
Reinforced Concrete, Part -1: Pull out Test
IS: 3025 (2004): Indian standard Specifica on for Methods of Sampling and
Test (Physical and Chemical) for Water and wastewater - part -
1 to 37
IS: 3201 (1988): Indian Standard Specifica on for Design and Construc on of
Precast Concrete Trusses and Purlins
IS: 3370: Indian Standard Specifica on for Code of Prac ce for
(Part 1, 2 -1965) Concrete Structures for Storage of Liquids Part 1 to 4
(Part 3, 4 -1967)
IS: 3384 (1986): Indian standard specifica on for Bitumen primer for use in
waterproofing and damp proofing
IS: 3414 (1968): joints in Buildings
IS: 3550 (1965): Indian Standard Specifica on for Method of Test for Rou ne
Control for Water used in Industry
IS: 3558 (1983): Code of Prac ce for use of Immersion Vibrators for
Consolida ng Concrete
IS: 3696: Safety Code for Part-1: Scaffolding and Part 2: Ladders
(Part 1 -1987)
(Part 2 -1991)
IS: 3812 (1981): Indian Standard Specifica on for Fly Ash for Use as Pozzolana
and Admixture
IS: 4031 (1999): Indian Standard Specifica on for Method of Tests for Hydraulic
Cement - Part - 1 to 14
IS: 4082 (1996): Indian Standard Specifica on for Recommenda on on
Stacking and Storage of Construc on Materials at site
IS: 4090 (1967): Indian Standard Specifica on for Design of Reinforced
Concrete Arches
IS: 4634 (1991): Indian Standard Specifica on for Method of Tes ng
Performance of Batch-type Concrete Mixers
IS: 4656 (1968): Indian Standard Specifica on for Form Vibrators for Concrete
IS: 4925 (2004): Indian Standard Specifica on for Concrete Batching and
Mixing Plant
IS: 4926 (2003): Indian Standard Specifica on for Ready Mixed Concrete
IS: 4990 (1993): Indian Standard Specifica on for Plywood for Concrete
Shu ering work
1S: 4991 (1968): Indian Standard Specifica on for Blast Resistant Design of
Structure for Explosion above ground
IS: 4995 (1974): Indian Standard Specifica on for Design of Reinforced
Concrete Bins for the (Part-I and II) Storage of Granular and
Powdery Materials

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 16

IS: 4998 (1992): Indian Standard Specifica on for Design of Reinforced


Concrete (Part - 1): Chimneys
IS: 5512 (1983): Indian Standard Specifica on for Flow Table for use in Tests of
Hydraulic Cement and Pozzolanic Materials
IS: 5513 (1996): Indian Standard Specifica on for Vicat Apparatus
IS: 5515 (1983): Indian Standard Specifica on for Compac on Factor
Apparatus
IS: 5751 (1984): Indian Standard Specifica on for Precast Concrete Coping
Blocks
IS: 5816 (1999): Indian Standard Specifica on for Method of Test for Spli ng
Tensile Strength of Concrete Cylinders
IS: 5891 (1970): Indian Standard Specifica on for Hand Operated Concrete
Mixers
IS: 6452 (1989): Indian Standard Specifica on for High Alumina Cement for
Structural Use
IS: 6909 (1990): Indian Standard Specifica on for Super sulphated Cement
IS: 6923 (1973): Indian Standard Specifica on for Method of Test for
performance of Screed Board Concrete Vibrators
IS: 6925 (1973): Indian Standard Specifica on for Method of Test for
Determina on of Water-Soluble Chloride in Concrete
Admixtures
IS: 7242 (1974): Indian Standard Specifica on for Concrete Spreaders
IS: 7246 (1974): Indian Standard Specifica on for Table Vibrators for
Consolida ng Concrete
IS: 7251 (1974): Indian Standard Specifica on for Concrete Finishers
IS: 7320 (1974): Indian Standard Specifica on for Concrete Slump Test
Apparatus
IS: 7861: Indian Standard Specifica on for Recommended
(Part 1 -1975): Prac ce for hot and cold Weather Concre ng
(Part 2 -1981)
IS: 7969 (1975): Safety Code for Storage and Handling of Building Materials
IS: 8041 (1990): Indian Standard Specifica on for Rapid Hardening Portland
cement
IS: 8043 (1991): Indian standard specifica on for hydrophobic cement
IS: 8112 (1989): Specifica on for 43 grade ordinary Portland cement
IS: 8142 (1976): Indian Standard Specifica on for Determining Se ng me of
Concrete by Penetra on Resistance
IS: 8989 (1978): Safety Code for Erec on of Concrete Framed Structures
IS: 9013 (1978): Indian Standard Specifica on for Method of Making, Curing
and Determining Compressive Strength of Accelerated - cured
Concrete Test Specimens

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 17

IS: 9077(1979): Code of Prac ce for Corrosion Protec on of Steel Rails in RB


and RCC Construc on
IS: 9103(1999): Indian Standard Specifica on for Admixtures for Concrete.

American Society for tes ng of Materials (ASTM)

ASTM: C494/494M: Standard Specifica on for chemical admixture for Cement

2.3 MASONRY AND ALLIED WORK

2.3.1 Bricks
Bricks for general masonry work shall conform to IS: 1077-1970 and for face brick work shall conform
to the specifications in IS: 2691-1972.

2.3.2 Cement
Cement used shall be ordinarily Portland Cement conforming to Code for ordinary cement in IS: 269 and
shall be fresh when delivered.

2.3.3 Sand
Unless otherwise directed by the Engineer all sand shall pass through IS Sieve No. 240 and 15% to 35%
of and for masonry mortar and 5% to 50% of sand for plaster shall pass through IS Sieve No. 30. Sand
for concrete shall conform to IS: 383.

2.3.4 Damp Proof Membrane


Damp proof treatment using fiber or Hessian base bitumen felt shall be 6, 8 or 10 course treatments
as specified in IS: 1609.

2.3.5 Random Rubble Masonry

Material

Stone
The stone shall be of the type specified such as granite, trap, limestone, sand stone, quartzite, etc. and
shall be obtained from the quarries, approved by the Engineer-in-Charge. Stone shall be hard, sound,
durable and free from weathering decay and defects like cavities, cracks, flaws, sand holes, injurious
veins, patches of loose or soft materials and other similar defects that may adversely affect its strength
and appearance. As far as possible stones shall be of uniform colour, quality or texture.
Generally stone shall not contain crypst crystalline silica or chart, mica and other deleterious materials
like iron-oxide organic impurities etc. Stones with round surface shall not be used. The compressive
strength of common types of stones shall be as per the below table and the percentage of water
absorption shall generally not exceed 5% for stones other than specified in Table below. For laterite this
percentage is 12%.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 18

Note 1: Test for compressive strength shall be carried out as laid down in IS 1121 (Part I).
Note 2: Test for water absorption shall be carried out as laid down in IS 1124.

Size of Stones
Normally stones used should be small enough to be li ed and placed by hand. Unless otherwise
indicated, the length of stones for stone masonry shall not exceed three mes the height and the
breadth on base shall not be greater than three-fourth of the thickness of wall, or not less than 150 mm.
The height of stone for rubble masonry may be upto 300 mm. The selec on and grading of stones for
rubble masonry is largely done at site and the smaller stones are used in the hear ng of wall.

Random Rubble Masonry shall be uncoursed or brought to courses. Uncoursed random rubble masonry
shall be constructed with stones shapes picked up random from the stones brought from the approved
quarry. Stones having sharp corners or round surfaces shall, however, not be used.

Random rubble masonry brought to the course is similar to uncoursed random rubble masonry except
that the courses are roughly levelled at intervals varying from 300 mm to 900 mm in height according
to the size of stones used.

Dressing
Each stone shall be hammer dressed on the face, the sides and the beds. Hammer dressing shall enable
the stones to be laid close to neighbouring stones such that the bushing in the face shall not project
more than 40 mm on the exposed face.

Face stone: At least 25% stones shall be headers tailing into the work at least 2/3rd the thickness of all
in super structure masonry. Such stones shall not be less than 200 sq. cm in cross sec ons.
Hear ng Stones: The hear ng or interior filling of a wall face shall consist of rubble stones not less than
150 mm in any direc on, carefully laid, hammered down with a wooden mallet into posi on and solidly
bedded in mortar. The hear ng should be laid nearly level with facing and backing.
Quoin Stone: Quoin stone shall be less than 0.03 cum in volume.
Jamb stones: The jambs shall not be made with stones specified for quoins except that the stones which
were required to be provided at 1 metre centre to centre on both the exposed faces shall here be
provided only on the jamb and the length shall be equal to the thickness of the wall for wall upto 60 cm
and a line of headers shall be provided for walls thicker than 60 cm as specified for bond.

Courses
The masonry shall be carried out in regular courses of height not exceeding 50 cm and masonry on any
day will not be raised more than 60 cm in height when using mortars having compressive strength less
than 20 kg./sq. cm at 28 days and 100 cm when using mortars exceeding this strength.

Thickness of Joints
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 19

The joint thickness shall not exceed 30 mm at any point on the face. Chips of the stone and
spalls shall be wedged into sea ng bed of face stones to avoid excessive bed thickness. No pinning
shall be allowed to avoid excessive joint thickness.

Mortar
The mortar used for joining shall be as specified.

Laying
Stone shall be laid on their natural bed and shall be solidly bedded full in mortar with close joints, chips
of stone spalls be wedged into the work wherever necessary. No dry work or hollow spaces shall be
allowed and every stone whether large or small shall be carefully selected to fit snugly the inters ces
between the large stones. Masonry shall be built breaking joints in all the three direc ons.
Bond stone and headers shall be properly laid into the work and shall be marked by the contractor with
white lead paint. The masonry work in wall shall be carried up true to plumb or to specified ba er.
Random rubble masonry shall be brought to the level courses at plinth, window sills, lintel and roof
levels. Levelling shall be done with concrete comprising of one part of the mortar as used for masonry
and two parts of graded stone aggregate of 20 mm nominal size. The masonry in structure shall be
carried uniformly. Where the masonry of one part is to be delayed, the work shall be raked back at an
angle not steeper than 45°.

Raking out joints


All the joints on the faces to be pointed or plastered shall be racked out with racking tool to a
depth of 20mm while the mortar is s ll green.

Bond Stones
Though bond stones shall be provided in walls upto 600 mm thickness, a set of two or more bond stones
overlapping each other by at least 150 mm shall be provided in a line from face to back. In case of highly
absorbent types of stones (porous lime stone and sand stone etc.) the bond stone shall extend about
two-third into the wall, as through stones in such walls a set of two or more bond stones overlapping
each other by at least 150 mm shall be provided. Each bond stone or a set of bond stones shall be
provided for every 0.5 m of the wall surface and shall be provided at 1.5 m to 1.8 m apart clear in every
course.
In case of highly absorbent types of stones (porous lime stone and sand stone etc.) single piece bond
stones may give rise to dampness. For all thicknesses of such walls a set of two or more bond stones
overlapping each other by at least 15 cm shall be provided. Length of each such bond stone shall not be
less than two-third of the thickness of the wall.

Where bond stones of suitable lengths are not available pre-cast cement concrete block of 1:3:6 mix (1
cement : 3 coarse sand: 6 graded stone aggregate 20 mm nominal size) of cross sec on not less than
225 square cen metres and length equal to the thickness.
At least one bond stone or a set of bond stones shall be provided at 1.5 m to 1.8 m apart clear in every
course. (Bond stones shall be marked suitably with paint as directed by the Engineer-in-Charge).

Quoin and Jamb Stones


The quoin and jamb stones shall be of selected stones neatly dressed with hammer or chisel to form
the required angle. Quoin stones shall not be less than 0.01 cum in volume. Height of quoins and jamb
stones shall not be less than 15 cm. Quoins shall be laid header and stretcher alterna vely.

Joints

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 20

Stones shall be so laid that all joints are fully packed with mortar and chips. Face joints shall not be more
than 20 mm thick. The joints shall be struck flush and finished at the me of laying when plastering or
poin ng is not to be done. For the surfaces to be plastered or pointed, the joints shall be raked to a
minimum depth of 20 mm when the mortar is s ll green.

Scaffolding
Single scaffolding having one set of ver cal support shall be allowed. The supports shall be sound and
strong, ed together by horizontal pieces, over which the scaffolding planks shall be fixed. The inner end
of the horizontal scaffolding member may rest in a hole provided in the masonry. Such holes, however,
shall not be allowed in pillars under one metre in width or near the skew back of arches. The holes le
in masonry work for suppor ng scaffolding shall be filled and made good with cement concrete 1 : 3 : 6
(1 cement : 3 coarse sand : 6 stone aggregate 20 mm nominal size).

Curing
Masonry work in cement or composite mortar shall be kept constantly moist on all faces for a
minimum period of seven days. In case of masonry with fat lime mortar curing shall commence two
days a er laying of masonry and shall con nue for at least seven days therea er.

Protec on
Green work shall be protected from rain by suitable covering. The work shall also be suitably
protected from damage, mortar dropping and rain during construc on.

Measurements

The length, height and thickness shall be measured correct to a cm. The thickness of wall shall be
measured at joints excluding the bushing. Only specified dimensions shall be allowed; anything
extra shall be ignored. The quan ty shall be calculated in cubic metre nearest to two places of decimal.

The work under the following categories shall be measured separately.


(i) From foundation to plinth level (level one) :
(a) work in or under water and or liquid mud,
(b) work in or under foul positions.
(ii) Above plinth level and upto floor five level.
(iii) Above floor five level to every floor/floors or part thereof.
(iv) Stone masonry in parapet shall be measured together with the corresponding item in the
wall of the storey next below.

No deduc on shall be made nor extra payment made for the following :
(i) Ends of dissimilar materials (that is joists, beams, lintels, posts, girders, rafters purlins,
trusses, corbels, steps etc.) upto 0.1 sqm in section.
(ii) Openings each upto 0.1 sqm in area. In calculating the area of openings, any separate lintels
or sills shall be included along with the size of opening but the end portions of the lintels
shall be excluded and the extra width of rebated reveals, if any, shall also be excluded.
(iii) Wall plates and bed plates, and bearing of chajjas and the like, where the thickness does
not exceed 10 cm and the bearing does not extend over the full thickness of the wall.
Note: The bearing of floor and roof shall be deducted from wall masonry.
(iv) Drain holes and recesses for cement concrete blocks to embed hold fasts for doors,
windows etc.
(v) Building in masonry, iron fixture, pipes upto 300 mm dia, hold fasts of doors and windows
etc.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 21

(vi) Forming chases in masonry each upto section of 350 sq cm.


(vii) Masonry (excluding fixing brick work) in chimney breasts with smoke of air flues not
exceeding 20 sq dm (0.20 sq m) in sectional area shall be measured as solid and no extra
payment shall be made for pargetting and coring such flues. Where flues exceed 20 sq dm
(0.20 sq m) sectional area, deduction shall be made for the same and pargetting and coring
flues shall be measured in running metres stating size of flues and paid for separately.
Aperture for fire place shall not be deducted and no extra payment made for splaying of
jambs and throating.

Apertures for fire places shall not be deducted and extra labour shall not be measured for
splaying of jambs, throa ng and making arch to support the opening.

Square or Rectangular Pillars: These shall be measured as walls, but extra payment shall
be allowed for stone work in square or rectangular pillars over the rate for stone work in walls.
Rectangular pillar shall mean a detached masonry support rectangular in sec on, such that its
breadth does not exceed two and a half mes the thickness.

Circular Pillars (Columns): These shall be measured as per actual dimensions, but extra
payment shall be allowed for stone work in circular pillars over the rate for stone work in walls. The
diameter as well as length shall be measured correct to a cm.

Tapered walls shall be measured net, as per actual dimensions and paid for as other walls.

Curved Masonry: Stone masonry curved on plan to a mean radius exceeding 6 metres shall be measured
and included with general stone work. Stone work circular on plan to a mean radius not exceeding 6
metres shall be measured separately and shall include all cu ngs and waste and templates. It shall be
measured as the mean length of the wall.

Rate
The rate shall include the cost of materials and labour required for all the opera ons described
above and shall include the following :
a) Raking out joints for plastering or pointing done as a separate item, or finishing flush as the
b) work proceeds.
c) Preparing tops and sides of existing walls for raising and extending.
d) Rough cutting and waste for forming gables cores, skew backs or spandrels of arches, splays
e) at eaves and all rough cutting in the body of walling unless otherwise specified.
f) Bond stones or cement concrete bond blocks.
g) Leading and making holes for pipes etc.
h) Bedding and pointing wall plates, lintels, sills etc. in or on walls, bedding roof tiles and
i) corrugated sheets in or on walls.
j) Building in ends of joists, beams, lintels etc.

2.3.6 Codes and Standards


Some of the important relevant codes for this section are: -
IS: 1127: Recommendations for dimensions and workmanship of natural building
stones for masonry work.
IS: 2185: Code Practice for hollow concrete block.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 22

IS: 1597: Code of Practice for Construction of stone Masonry.


IS: 1609: Code of Practice for laying Damp-proof treatment Using bitumen felts.
IS: 2212: Code of Practice for Brickwork.
IS: 2250: Code of Practice for preparation and use of Masonry Mortar.
IS: 5134: Bitumen Impregnated Paper and Board.

2.4 STORAGE AND HANDLING OF COMMON BUILDING MATERIALS


SCOPE

The scope of this Sec on is to specify the storage and handling of common building materials and its
proper es unless otherwise men oned in drawings or schedule of items.

MATERIALS

i. Bricks Bricks for general masonry work shall conform to IS: 1077-1970 and for face brick work
shall conform to the specifications in IS: 2691-1972.
ii. Stone All stones shall be from approved quarries, hard, tough, durable compact grained,
uniform in texture and colour and free from decay, flaws, veins, cracks, and sand holes.
iii. Lime Lime shall be stone lime and conform to the specification Building Limes IS: 712.
iv. Cement Cement used shall be ordinarily Portland Cement conforming to Code for ordinary
cement in IS: 269 and shall be fresh when delivered.
v. Coarse Aggregates Coarse aggregates shall be as per IS:383 latest edition, consisting of hard,
strong, and durable pieces of crushed stone and shall be free from organic or clay coatings and
other impurities like disintegrated stones, soft flaky particles etc. and any other material liable
to affect the strength, durability, or appearance of concrete.
vi. Grading of coarse aggregates shall generally conform to IS: 383 and shall be such as to produce
a dense concrete of the specified proportions and strength and of consistency that will work
readily into position without segregation.
vii. Sand All sand shall be properly graded. Unless otherwise directed by the Engineer all sand shall
pass through IS Sieve No. 240 and 15 to 35% of and for masonry mortar and 5 to 50% of sand
for plaster shall pass through IS Sieve No. 30. Sand for concrete shall conform to IS: 383.
viii. Water Water shall be clean, fresh, and free from organic matters, acids or soluble salts and
other deleterious substances which may ·cause corrosion, discolouration, efflorescence etc.
ix. Reinforcement Structural steel shall conform to IS: 226. Mild steel and medium tensile steel
bars and hard-drawn steel wire for concrete reinforcement shall conform to IS:432 Cold twisted
steel bars shall conform to IS:1786. Hexagonal wire netting shall conform to IS: 3150.

2.5 ANTI-TERMITE TREATMENT


All work shall in general be executed as specified in IS: 6313 Part 11-1981 and as per approved
specification of the agency having special know-how for the job.

2.5.1 CODES AND STANDARDS


Relevant code applicable for this Specification is:
1.0 (IS 8944 -1978) Chlorpyrifos Emulsifiable
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 23

IS: 6313 (Part-II) 1981: Code of Practice of Anti-Termite Measures in Buildings Pre-
constructional chemical treatment measures.

3 ARCHITECTURAL WORKS

3.1 Brick Masonry Work


General

This specifica on establishes the materials, dressing, laying, joining, curing, workmanship etc. for brick
masonry works. Brick masonry shall also comply with all the requirements of IS:2212.

Materials

Cement Mortar

Cement mortar shall meet the requirements of IS:2250 and shall be prepared by mixing cement and
sand by volume.

Mixing in Mechanical Mixer

Wet mix, so prepared, shall be u lised within ini al se ng me (thirty (30) minutes for ordinary Portland
cement conforming to IS:269 a er addi on of water.

Staging / Scaffolding

The scaffolding shall be strong enough to withstand all loads likely to come upon it and shall also meet
the requirements specified in IS:2750.

Bricks used in the masonry may be of the following type.

Fly Ash Lime Bricks (FALG Bricks) :

The Fly Ash Lime Bricks (FALG Bricks) shall conform to IS 12894.

Fly Ash: Fly ash shall conform to IS 3812.

Note: This item will be operated only for load bearing structure upto 2 storeys and for nonload

Lime: Lime shall conform to class ‘C’ hydrated lime of IS 712.

Clay Fly Ash Bricks:

The clay fly ash bricks shall conform to IS 13757. Fly Ash shall conform to grade I or grade II of IS 3812.

Common Burnt Clay Bricks

It shall conform to IS:1077 and shall be hand moulded or machine moulded.

3.2 Stone Masonry


Stone masonry (R.R.) shall be with conformity to I.S.1597 (Part-I)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 24

3.3 Woodwork
Indian Standards

IS:2202-Part I Specifica on for wooden flush door shu ers (solid core type) plywood face
panels

IS:2202-Part II Specifica on for wooden flush door shu ers (Solid core type) prac ce board
and hard board face panels.

IS:1003 Part - I Specifica on for Timber panelled and glazed shu ers -Door shu ers

IS:3087 Specifica on for wood par cle boards (medium density) for general purposes

IS:3097 Specifica on for Veneered par cles board

IS:848 Specifica on for synthe c Resin Adhesives for plywood (phenolic and Amino
plas c)

IS:205 Specifica on for non-ferrous metal bu hinges

IS:2338 Code of Prac ce for finishing of wood and wood based materials (Part-1& Part-
11)

IS:1341 Specifica on for steel bu hinges

IS:4021 Specifica on for mber door, window and ven lator frames

IS:303 Specifica on for plywood for general purpose

Material

Timber

Teakwood

Teakwood shall be second class Indian Teakwood conforming to IS:4021 of good quality, well-seasoned
and free from defects such as cracks, dead knots, sapwood etc.

Hard Wood

Hard wood shall be first class wood conforming to 1S:4021 of good quality, well-seasoned and free
from defects such as dead knots, cracks, sapwood etc.

Moisture Content in Timber

The maximum permissible percentage of moisture content for well-seasoned mber shall be as per IS
287.

Workmanship of Woodwork

Workmanship for wood and joinery shall be as per 1S:1200 and IS:4021.

Shu ers

Par cle board flush shu er shall in general conform to IS:2202.

Materials
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 25


Panicle board shall conform to IS 3097 and shall be three layer flat pressed teakwood based and
of exterior grade (Grade-1), type-1, BWP type bonded with phenol Formaldehyde synthetic
resin conforming to IS 848.
 Veneers shall conform to class-I of IS:303 and (BS:476 Part-7)
 Specification of Teakwood shall be same as specified above
 Hinges shall be of Extruded Aluminium Alloy and butt type conforming to IS:205. Size of hinges
shall be in accordance with shutter width and as per IS:205.
Workmanship

The shu er then shall be veneered on both faces by gluing approved shade and textured commercial
type 0.5 mm thick veneering conforming to class 1 of IS 303.The veneering shall be done by gluing the
veneer with BWP type, phenol formaldehyde synthe c resin conforming to IS 848 by hot press process
on the shu er. Workmanship and finish of the veneering shall conform to IS 303.

Hold Fast

Hold fasts for use with wooden doors shall be made from mild steel flats not less than 5 mm thick in
accordance to IS: 7196 and shall be galvanised.

3.4 Steel/Aluminium doors, windows and ventilators


General

This sec on of the specifica on includes the requirements necessary to provide in place all
steel/Aluminium doors, windows and ven lators.

Indian Standards

IS 6248 Specifica on for metal rolling shu ers and rolling grill

IS 1081 Code of prac ce for fixing and glazing of metal (steel and Aluminium) doors, windows and
ven lators.

IS 4351 Specifica ons for steel door frames.

IS 1948 Specifica ons for Aluminium doors, windows and ven lators.

IS 1361 Specifica ons for steel windows for Industrial buildings.

IS 1038 Specifica ons for steel doors/windows and ven lators.

IS 1200 (Part XIV) Method of measurement of glazing.

IS 3614 Specifica ons for fire check doors.

IS 7452 Specifica on for hot rolled steel sec ons for doors, windows and ven lators.

IS 2835 Flat transparent sheet glass.

IS 5437 Wired and Figured glass.

IS 25583 Safety glass.

IS 204 (Part II) Specifica on for tower bolts (non-ferrous metals)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 26

Aluminium Glazed Doors/Windows/Ven lators

Materials

All Aluminium sec ons shall be extruded sec ons of INDAL aluminium alloy as per IS:733 and 18:1285.
Aluminium sec ons shall be anodised as per IS : 7088 to min. 25 microns. Glass used for glazing shall be
of following type in accordance with item descrip on.

Workmanship

The hinges shall normally be of the projec ng type conforming to IS designa on A-5-M of IS 617, IS 733.
In which case Peg stay of 300 mm long complete with Locking bracket and conforming to IS codes same
as for hinges shall be provided.

The handles for side hung shu ers shall be of cast aluminium conforming to IS designa on A-5-M of IS
617 and shall be mounted on a handle plate rive ed to the opening frames.

Centre hung shu ers shall be hung on the two pairs of cup pivots of aluminium alloy of IS designa on
NS-4 of IS 737 and IS designa on A-5-M of IS 617 or chromium/cadmium plated brass/bronze cup pivots
riveted to the outer and inner frames to permit to swing through an angle of 85°. Cast aluminium
(conforming to IS designa on A-5-M of IS 617) or chromium/cadmium plated bronze spring catches shall
be fi ed in the centre of the top bar of the shu er.

Toughened Glass Door Shu er

Material

This is a clear 12mm toughened safety glass frameless shu er having a consulate top and bo om self
closer mechanism with a pivot connec ng to a discrete metal patch fi ng at the top and bo om corners
to the door.

Applica on

The 12mm thick clear toughened safety glass frameless shu er is fixed with the help of corner patch
fi ngs. The corner patch fi ngs are simply a bolt through glass metal fi ng requiring a corner cut out
and hole in the glass. These discrete corner patch fi ngs provide a sleek and clean frameless look. The
lock body patch fi ng can also be installed where there is a necessity to provide locking arrangements
for frameless shu er. The maximum size of frameless doors shu ers using corner patch fi ngs should
not exceed from 1000mm X 2400mm. Bigger size doors should not be fixed with these fi ngs. The figure
below shows the fixing of frameless door shu ers with top and bo om corner patch fi ngs.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 27

Installa on

The frameless toughened glass door shu ers of required thickness as specified in the item should be
installed with the help of 304 grade stainless steel patch fi ngs of approved brand and manufacturer.
These fi ngs should be complete in all respect with top and bo om pivots and double ac on hydraulic
floor spring types fixing arrangement. These fi ngs should be based on a modular system, consis ng of
a base unit, func onal inserts, and clip-on covers in a wide range of finishes. The fi ngs should be
suitable to support the weight of the complete glass door in such a way that the movement of the door
is smooth and free. The fi ngs should be got approved from the engineer-incharge and all the fixings
etc. shall be done as per manufacturer specifica on and corresponding codes described in the
descrip on of the fi ng.

Measurement

The finished final length/ height and width of the glass door should be measured correct to two places
of decimal and overall area in sqm correct to two places of decimal should be calculated for payment.

Rate

The rate shall include the cost of all the materials, labours involved in all the opera ons above and as
described in the nomenclature of item and par cular specifica on.

Tower Bolts

These shall generally conform to IS 204 (Part. I) & IS 204 (Part. II). Tower bolts shall be well made and
shall be free from defects. The bolts shall be finished to the correct shape and shall have a smooth ac on.
All tower bolts made with sheet of 1.2 mm thickness and above shall have counter sunk screw holes to
suit counter sunk head of wood screws. All sharp edges and corners shall be removed and finished
smooth. The height of knob of tower bolt when the door, window etc. is in closed posi on from the floor
level shall be not more than 1.9 metre.

Tower bolts shall be of the following types:

(a) Aluminium barrel tower bolts with barrel and bolt of extruded sec ons of aluminium alloy. The knob
shall be properly screwed to the bolt and rive ed at the back.

(b) Brass tower bolts with cast brass barrel and rolled or cast brass bolt.

or

Brass tower bolts with barrel of extruded sec ons of brass and rolled or drawn brass bolt.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 28

The knobs of brass tower bolts shall be cast and the bolt fixed with knob, steel spring and ball shall be
provided between the bolt and the barrel.

(c) Mild steel barrel tower bolts with mild steel barrel and mild steel bolt.

or

Mild steel tower bolts with mild steel barrel and cast iron bolts.

The plates and straps a er assembly shall be firmly rive ed or spot welded. The rivet head shall be
properly formed and the rivet back shall be flush with the plate. These shall be made in one piece.

Unless otherwise specified bolt shall have finish as given below :

(a) Mild steel tower bolts (Types 1 and 2) Bolts bright finished or plated as specified and barrel and socket
stove enamelled black.

(b) Brass tower bolts (type 3 to 5) Bolt and barrel polished or plated as specified.

(c) Aluminium alloy tower bolts (type 6) Bolt and barrel anodized.

The anodic film may be either transparent or dyed as specified. The quality of anodized finish shall not
be less than grade AC-10 of IS 1868.

Door Handles

These should generally conform to IS 208. The door handles shall be well made and free from defects.
These shall be finished correct to shape and dimensions. All edges and corners shall be removed and
finished smooth so as to facilitate easy handling. Cast handle shall be free from cas ng defects. Where
the grip por on of the handle is joined with the base piece by mechanical means, the arrangement shall
be such that the assembled handle shall have adequate strength comparable to that of integrally cast
type handles.

Door handles shall be of the following types according to the material used:

a. Cast or Sheet Aluminium Alloy Handles : These shall be of aluminium of specified size, and of shape
and pattern as approved by the Engineer-in-Charge. The size of the handle shall be determined by
the inside grip of the handle. Door handles shall be of 100 mm size and window handles of 75 mm
size unless, otherwise specified. These shall be fixed with 25 mm long wood screws of designation
No.6. Aluminium handles, shall be anodized and the anodic coating shall not be less than grade AC
15 -I S 1868 as specified. The finish can be bright natural, matt or satin or dyed as specified.
b. Cast Brass Handles: These shall be of cast brass of specified size and of the shape and pattern as
approved by the Engineer-in-Charge. The size of the handle shall be determined by the inside grip
of the handle. Door handles shall be of 100 mm size and window handles of 75 mm size, unless
otherwise specified. These shall be fixed with 25 mm long wood screws of designation No 6. Brass
handles shall be finished bright satin or nickel chromium plated or copper oxidised or as specified.
c. Mild Steel Handles : These shall be of mild steel sheet, pressed into oval section. The size of the
handles will be determined by the inside grip of the handle. Door handles shall be 10 mm size and
window handles of 75 mm size unless otherwise specified. These shall be fixed with 25 mm long
wood screws of designation No. 6., Iron handles shall be copper oxidised (black finish) or stove
enamelled black or as specified.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 29

d. Stainless Steel Handles:- These shall be of stainless steel of specified size, shape and pattern as
approved by Engineer-in-Charge for using in doors, windows and kitchen cabinets. Doors handles
shall be of 125 mm or 100 mm size and window handles of 75 mm size unless, otherwise specified.
Kitchen cabinet handles shall of 125 mm, 100 mm or 75 mm as specified. These shall be fixed with
stainless steel screws 20 mm long. Stainless steel handles shall not be less than grade 304. The finish
can be bright or matt finish as specified.
Sampling and Criteria for Conformity : The number of handles to be selected from a lot shall depend on
the size of lot and shall be in accordance with the table below. Handles for tes ng shall be selected at
random for at least 10 percent of packages. Subject to a minimum 3, equal number of door handles
being selected from each such package. All door handles shall be checked for dimensional requirement
and finish. Any door handle which fails to sa sfy the requirement of dimensions or finish or both shall
be considered as defec ve.
A lot shall be considered as conforming to requirement of this specifica on, if the number of defec ve
handles among those tested does not exceed the corresponding number of defec ves is greater than or
equal to rejec on number given in column 4 of the table below, the lot shall be deemed as not mee ng
the requirements of this specifica on.

Scale of Sampling and Criteria for Conformity

3.5 Door and Railing


Fire Door

CONFORMS TO IS 3614 (PART 2) 1992 BS476 (PART 20 & 22) AND ISO834

Stainless Steel Railing / Handrail

The stainless steel of 304 grade of as per IS 6911 :2017 shall be used for further fabrica on of railing as
per Architectural Design.

3.6 UPVC Casement / Sliding Window & Door Frame


There are two type of uPVC extruded profile series which are used depending upon the size and design
of window/door and wind load considera on and the agency shall also provide wind load calcula on
sheet duly approved by the Engineer-in-Charge as per IS 875 (Part-3) namely Small Series (small depth
dimension) having wall thickness of 1.9±0.2 mm and Big Series (big depth dimension) having wall
thickness of 2.3±0.2 mm of uPVC main profile i.e frame.

Window / Door Hardware and Fi ngs

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 30

Materials for all hardware except for fixing shall have at least the equivalent corrosion resistance of EN
16701988 grade 4 (240 hrs) when subjected to natural salt spray tes ng in accordance with EN ISO 9227.

3.7 PVC- DOOR SHUTTER


Sampling

Sampling criteria for conformity shall be in accordance with IS 4020 (Part –I)

Test

The door shu ers shall be subjected to the following tests in accordance with IS 4020 (Part 1 to 16).

(a) Dimension and Squareness Test: Door shu ers when tested in accordance with IS 4020 (Part

2) the dimensions of nominal width and height will be within a limit of + 5 mm.

(b) General Flatness Test : Door shu er, when tested in accordance with IS 4020 (Part 3) the twist,
cupping and warping shall not exceed 6 mm.

(c) Local Planeness Test : Door shu ers, when tested in accordance with IS 4020 (Part 4), the depth of
devia on measured at any point shall not be more than 0.5 mm.

(d) Impact Indenta on Test : Door shu ers, when tested in accordance with IS 4020 (Part 5), shall have
no defects such as cracking, tearing or delamina on and the depth of indenta on shall not be more than
0.2 mm.

(e) Edge Loading Test : Door shu ers, when tested in accordance with IS 4020 (Part 7) the deflec on of
the edge at the maximum load shall not be more than 5 mm.

(f) Shock Resistance Test : Door shu ers, when tested in accordance with 2.1 of IS 4020 (Part 8) , there
shall be no visible damage in any part of the door a er twenty five blows on each end.

(g) Buckling Test : Door shu ers, when tested in accordance with IS 4020 (Part 9), shall not show any
deteriora on and any residual deforma on more than 5 mm a er 15 min. of unloading and the ini al
deflec on also shall not be more than 50 mm.

(h) Slamming Test : Door shu ers, when tested in accordance with 2.1 of IS 4020 (Part 10), shall not have
any damage in any part of the door at the end of successive impacts.

Door shu ers, when tested in accordance with 3.1 of IS 4020 (Part 10), shall not have any

visible damage in part of the door at the end of 100 successive impacts.

(i) Misuse Test : Door shu ers, when tested in accordance with IS 4020 (Part 11), there shall not be any
permanent deforma on of the fixing or any other part of the door set in hindering its normal working
a er the test.

(j) Screw Holding Test : Door shu ers, when tested in accordance with IS 4020- Part 16, the load shall
not be less than 1000 N.

(k) End Immersion Test : Door shu ers, when tested in accordance with IS 4020- Part 13, the shu er
shall not show any delamina on.

(l) Knife Test : Door shu er, when tested in accordance with IS 4020 – Part 14, the grading shall be
standard & excellent.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 31

(m) Glue Adhesion Test : Door shu ers shall be tested in accordance with IS 4020 – Part 15. There should
be no delamina on.

SOLID PVC DOOR FRAME

All the parts of the door frame are to be joined to each other using solvent adhesive conforming to IS
14182.

3.8 Plastering
Materials

Cement

The cement plaster shall be 12 mm, 15 mm or 20 mm thick as specified in the item.

Sand

Sand for plastering and poin ng shall conform to IS 1542.

Sand grading outside the limits of IS 460 due to excess or deficiency of coarse or fine panicles shall be
processed to comply with the standards.

3.9 Primer
The primer for wood work, iron work or plastered surface shall be as specified in the descrip on of
item.

S.No Surfaces Primer to be used

1. Wood work (hard and so wood) Pink conforming to IS3536

2. Resinour wood and plywood Aluminium primer conforming to IS 3585

3. (A) Aluminium and light alloys Zinc chromate primer conforming to IS 104

(B)Iron, Steel and Galvanized steel Red Oxide Zinc chromate Primer conforming

IS 2074

4. Cement/Conc/RCC/brick work,

Plasteredsurfaces, non-asbestos Cement primer conforming to IS 109

surfaces to receive

Oil bound distemper or Paint finish.

The specifica ons for the base vehicle and thinner for mixed on site primer shall be as follows:

(a) White Lead : The White lead shall be pure and free from adulterants like barium sulphate and whi ng.
It shall conform to IS 103.

(b) Red Lead : This shall be in powder form and shall be pure and free from adulterants like brick dust
etc. It shall conform to IS 102.

(c) Raw Linseed Oil : Raw linseed oil shall be lightly viscous but clear and of yellowish colour with light
brown nge. Its specific gravity at a temperature of 30 degree C shall be between 0.923 and 0.928.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 32

Note : The oil shall be mellow and sweet to the taste with very li le smell. The oil shall be of sufficiently
matured quality. Oil turbid or thick, with acid and bi er taste and rancid odour and which remains s cky
for a considerable me shall be rejected. The oil shall conform in all respects to IS 75. The oil shall be of
approved brand and manufacture.

(d) Double Boiled Linseed Oil : It shall dry with a glossy surface. It shall conform in all respects to IS 77.
The oil shall be of approved brand and manufacture.

Turpen ne : It shall have no grease or other residue when allowed to evaporate. It shall conform to IS
533.

All the above materials shall be of approved manufacture and brought to site in their original packing in
sealed condi on.

Prepara on of Surface

Wooden Surface : Appropriate filler material conforming to IS 345 with same shade as Paint shall be
used where specified.

3.10 Painting

3.10.1 Reference Indian Standards


IS 712 Specifica on for building limes.

IS 55 Specifica on for Ultramarine blue for paints.

IS 63 Specifica on for whi ng for paint and pu y.

IS 427 Distemper (dry), colour as required.

IS 428 Distemper (Oil Bound), colour as required.

IS 5410 Cement paint, colour as required.

IS 384 Brushes, paints and varnishes, flat

IS 486 Brushes, sash, tool, for paints and varnishes.

IS 110 Ready mixed paint, brushing, grey filler enamels for use over primers.

IS 426 Paste filter for colour coats.

IS 345 Wood filler, transparent liquid.

IS 3585 Ready mixed paint, aluminium brushing priming water resistant for woodwork.

3.10.2 Acrylic Emulsion Painting


Workmanship

Prepara on of Mix: Plas c emulsion paint shall conform to IS 5411 (Part-1) and shall be of approved
shade. Prepara on of mix shall be as per manufacturer's instruc ons.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 33

The opera ons, workmanship, schedules and equipment for pain ng shall generally comply with the
requirements of IS:1477 (Part I & II) “Code of Prac ce for Pain ng of Ferrous Metals in Buildings” & IS
2524 except in so far as this Specifica on modifies it.

3.10.3 Epoxy Paint


Epoxy paint (two or more coats) at all loca ons prepared and applied as per manufacturer’s
specifica ons including appropriate priming coat, prepara on of surface, etc. complete.

3.10.4 Oil emulsion (oil bound) washable distempering


Materials

Oil emulsion (Oil Bound) washable distemper (IS 428) of approved brand and manufacture shall be used.

Applica on

Priming Coat : The priming coat shall be with distemper primer or cement primer, as required in the
descrip on of the item. The applica on of the distemper primer shall be as described above.

Note : If the wall surface plaster has not dried completely, cement primer shall be applied before
distempering the walls. But if distempering is done a er the wall surface is dried completely, distemper
primer shall be applied. Oil bound distemper is not recommended to be applied, within six months of
the comple on of wall plaster. However, newly plastered surfaces if required to be distempered before
a period of six months shall be given a coat of alkali resistant priming Paint conforming to IS 109 and
allowed to dry for atleast 48 hours before distempering is commenced.

3.10.5 Cement Paint


Material

The cement Paint shall be (conforming to IS 5410) of approved brand and manufacture.

3.10.6 Painting Synthetic Enamel Paint

Pain ng Synthe c paint On Sci/Centrifugally Cast (Spun) Iron Soil, Waste And Vent Pipes
The primer and paint of approved brand and manufacturer shall be used as specified. Paint shall be
synthe c enamel paint of any color such as chocolate, grey or buff etc.

Pain ng new surface

Prepara on of surface:- The surface of pipe and fi ngs shall be thoroughly cleaned. All unevenness
shall be rubbed down and made them smooth with sand paper and dust shall be removed properly.
A er obtaining approval of Engineer-in-Charge, for SCI/CI pipe, the priming coat shall be applied before
the pipe is fixed in posi on.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 34

Applica on:- The primer shall be applied with brushes properly on the pipe surface and spread even
and smooth. The applica on of synthe c enamel paint over priming coat shall be carried out a er
drying of primer surfaces. Addi onal finishing coat shall be applied if found necessary, to ensure
proper uniform surface. The two coats of synthe c enamel paint shall be applied . The second coat
shall be applied when the previous coat has dried up.

Measurement:- Measurement shall be taken over the finished line of pipe including specials and
fi ngs such as socket, tee, bend, cowl, holder bat clamp etc. in running meter correct to a cen meter.
Pipe of different diameter shall be measured and paid for separately.

Rate:- The rate shall be inclusive of cost of all materials and labours involved in all the opera ons
described above including pain ng all specials and fi ngs etc.

3.10.7 Exterior Painting On Wall

Material: The paint shall be (Texured exterior paint/Acrylic smooth exterior paint/premium acrylic
smooth exterior paint/100% premium acrylic emulsion paint) of approved brand and manufacture. This
paint shall be brought to the site of work by the contractor in its original containers in sealed condi on.
The material shall be brought in at a me in adequate quan es to suffice for the whole work or at least
a fornight’s work. The materials shall be kept in the joint custody of the contractor and the Engineer-in-
Charge. The empty containers shall not be removed from the site of work ll the relevant item of work
has been completed and permission obtained from the Engineer-in-Charge.

Prepara on of Surface: For new work, the surface shall be thoroughly cleaned off all mortar dropping,
dirt dust, algae,

fungus or moth, grease and other foreign ma er of brushing and washing, pi ng in plaster shall make
good, surface imperfec ons such as cracks, holes etc. should be repaired using white cement. The
prepared surface shall have received the approval of the Engineer in charge a er inspec on before
pain ng is commenced.

Applica on: Before pouring into smaller containers for use, the paint shall be s rred thoroughly in its
container, when applying also the paint shall be con nuously s rred in the smaller containers so that its
consistency is kept uniform. Dilu on ra o of paint with potable water can be altered taking into
considera on the nature of surface climate and as per recommended dilu on given by manufacturer. In
all cases, the manufacturer’s instruc ons & direc ons of the Engineer-in-charge shall be followed
me culously. The lids of paint drums shall be kept ghtly closed when not in use as by exposure to
atmosphere the paint may thicken and also be kept safe from dust. Paint shall be applied with a brush
on the cleaned and smooth surface. Horizontal strokes shall be given, First and ver cal strokes shall be
applied immediately a erwards. This en re opera on will cons tute one coat. The surface shall be
finished as uniformly as possible leaving no brush marks.

3.11 Floor Finishing

3.11.1 Indian Standards


1. IS 269 Specifica on for 33 grade ordinary portland Cement

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 35

2. IS 401 Code of prac ce for preserva on of mber

3. IS 451 Technical supply condi ons for wood screws

4. IS 455 Specifica on for portland slag cement

5. IS 661 Code of prac ce for thermal insula on of cold storages

6. IS 702 Specifica on for industrial bitumen

7. IS 1124 Method of test for determina on of water absor on, apparent specific gravity and porosity
of natural building stones

8. IS 1130 Specifica on for marble (blocks, slabs and les)

9. IS 1141 Code of prac ce for Seasoning of mber

10. IS 1200-(Part XI ) Method of measurement of Building and Civil Engineering work

(Part 11) paving, floor finishes, dado and skir ng

11. IS 1237- Edi on 2.3 Specifica on for cement concrete flooring les

12. IS 1322 Specifica on for bitumen felts for water proofing and dampproofing

13. IS 1443 Code of prac ce for laying and finishing of cement concrete flooring les

14. IS 1489 (Part-I) Specifica on for portland pozzolana cement (Part-I) flyash based

15. IS 1489-(Part II) Specifica on for Portland pozzolana cement (Part II) calcined clay based

16. IS 1580 Specifica on for bituminous compounds for water proofing and caulking purpose

17. IS 2114 Code of prac ce for laying in-situ terrazzo floor finish

18. IS 2571 Code of prac ce for laying in-situ cement concrete flooring

19. IS 3622 Specifica on for sand stone (Slab & Tiles)

20. IS 3670 Code of prac ce for construc on of mber floors

21. IS 4457 Acid and/or alkali Resistant les.

22. IS 5318 Code of prac ce for laying of hard wood parquet and wood block floors

23. IS 5766 Code of prac ce for laying of burnt clay brick floor

24. IS 8041 Specifica on for rapid hardening portland cement

25. IS 8042 Specifica on for white portland cement

26. IS 8043 Specifica on for hydrophobic portland cement

27. IS 8112 Specifica on for 43 grade ordinary portland cement

28. IS 12330 Specifica on for sulphate resis ng portland cement.

29. IS: 13630 (Part-1 to 15) Methods of Tes ng of ceramic les

30. IS 13712 Specifica on for ceramic les; defini on, classifica on characteris c and marking
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 36

31. IS 15622 Specifica on for pressed ceramic le

32. IS 13801:1993 Specifica on for Tac le

3.11.2 VDF flooring or vacuum dewatered flooring (at Basement)


Vacuum dewatered flooring is concrete flooring .This type of flooring ba er for smooth finishing and
high tensile strength and high compressive strength because using of reinforcement and minimum
M20 grad of concrete. But generally using in M25 grad of concrete. a er vibra ng dewatering with
vacuum pipe for maintain water cement ra o.

As per IS code 456:2000 minimum slump is 25mm to 75mm and minimum thickness is 125mm for
vacuum dewatering flooring (vdf).

Useable material and machine for VDF flooring

 grad of concrete as per Design mix.


 Racon fiber for reduce hair crack
 super plasticizer admixture 0.5 to 1.5 lit dos per cum for increase setting time and reduce water cement
ratio.
 finishing machine with two type blead
 dewatering pump with vacuum pipe
 line Dori and level pipe
 ms channel for requirement thick
 wiper for cleaning cement slurry
 bull nose aluminum funti
 group cutting machine with blead 5mm to 10mm thick
 plate vibrator

3.11.3 Pressed ceramic tile flooring


Pressed Ceramic Tiles

The les shall be of approved make and shall generally conform to IS 15622. They shall be flat, and true
to shape and free from blisters crazing, chips, welts, crawling or other imperfec ons detrac ng from
their appearance. The les shall be tested as per IS 13630.

Classifica on and Characteris cs of pressed ceramic les shall be as per IS 13712.

The les shall be square or rectangular of nominal size. Table 1,3,5, and 7 of IS 15622 give the modular
preferred sizes and table 2,4,6 and 8 give the most common non modular sizes. Thickness shall be
specified by the manufacturer. It includes the profiles on the visible face and on the rear side.
Manufacturer/supplier and party shall choose the work size of les in order to allow a nominal joint
width upto 2mm for unrec fied floor les and upto 1mm for rec fied floor les. The joint in case of
spacer lug le shall be as per spacer. The les shall conform to table10 of IS 15622 with water absorp on
3 to 6% (Group BII).

Coloured Tiles

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 37

Only the glaze shall be coloured as specified. The sizes and specifica ons shall be the same as for the
white glazed les.

Decora ve Tiles

The type and size of the decora ve les shall be as follows :

(i) Decorated white back ground les

The size of these les shall be as per IS 15622.

(ii) Decorated and having coloured back-ground

The sizes of the les hall be as per IS 15622.

Pressed ceramic le flooring (Vitrified le flooring)

Opera ons as described above shall be followed except the les shall conform to Table 12 of IS 15622
and the joint thickness in flooring shall not be more than 1mm.

Pressed Ceramic Tiles in skir ng and dado

The les shall be conforming to IS 15622.

Dimensions and Tolerances

Glazed pressed ceramic les shall be made square or rectangular in sizes Table 1, 3, 5 & 7 of IS 15622
give the modular sizes and table 2, 4, 6 & 8 of IS 15622 gives the sizes of non modular les.

3.11.4 Granite Stone Flooring


Granite Stone

It shall be of any colour and size as directed by PMC Engineer/Engineer’s Representa ve. Granite shall
be plain machine cut and mirror polished. The stone shall be smooth and of even surface without holes
or pits.

3.11.5 Tactile Tiles


Tac le le (for vision impaired persons as per standards) of size 300x300x9.8mm having with water
absorp on less than 0.5% and conforming to IS:15622 of approved make in all colours and shades in for
outdoor floors, laid on 20mm thick base of cement mortar 1:4 (1 cement : 4 coarse sand) in all shapes
& pa erns including grou ng the joints with white cement mixed with matching pigments etc. complete
as per direc on of Engineer-in-Charge.

3.11.6 Glass Mosaic Tiles


Glass mosaic les at finished plain wall surface of size 20 mm x 20 mm x 4 mm in all colour, design , fixing
in customize design as per direc on of Engineer-in- Charge. The glass mosaic les to be fixed on the wall
surface with the help of approved adhesive applied at the rate of 2.5 kg per sqm and grou ng of the
same.

3.11.7 Factory made cement concrete interlocking paver block


Base

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 38

Interlocking paver block to be fixed on the bed 50 mm or specified otherwise thick of coarse sand of
approved specifica on and filling the joints with the sand of approved type and quality or as specified
and as directed by Engineer-in-charge.

Interlocking Paver Block

Factory made precast paver block of M-30 or otherwise specified grade to be used. Paver blocks to be
of approved brand and manufacturer and of approved quality. Minimum strength as prescribed by
manufacturer and as per direc on of Engineer-in-Charge for the grade specified to be tested as per
method men oned in specifica on of subhead cement concrete of latest CPWD Specifica on.

3.11.8 Acid Or Alkali Resistant Tiles


Manufacture and Finish

The les shall be conforming to IS 4457. The les to be tested for water absorp on, compressive
strength, acid resistance as per IS 4457. Sampling procedure for acceptance tests and criteria for
conformity to be as per IS 4457. The les shall be of required colour.

Shape

Tiles shall be checked for squareness and warp as per IS 4457.

Performance Requirements

The les when tested in accordance with method given in IS 4457, shall conform to be requirement
specified in the code (IS 4457).

Loss in Abrasion

The maximum percentage of loss in abrasion of the ceramic unglazed vitreous acid resistant les
determined in accordance with the procedure laid down in IS 1237, shall be as men oned in IS 4457.

Marking

Tiles shall be legibly marked on the back with the name of the manufacturer or his trademark.
Manufacturer’s batch number and year of manufacture. Each le may also be marked with the ISI
cer fica on mark.

3.11.9 Kota Stone Flooring


Kota Stone Slabs

The slabs shall be of selected quality, hard, sound, dense and homogeneous in texture free from cracks,
decay, weathering and flaws. They shall be of the colour indicated in the drawings or as instructed by
the Engineer-in-Charge. The slabs shall have the top (exposed) face polished before being brought to
site, unless otherwise specified. The slabs shall conform to the size required. Before star ng the work
the contractor shall get the samples of slabs approved by the Engineer-in-Charge.

Dressing

Every slab shall be cut to the required size and shape and fine chisel dressed on the sides to the full
depth so that a straight edge laid along the side of the stone shall be in full contact with it. The sides
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 39

(edges) shall be table rubbed with coarse sand or machine rubbed before paving. All angles and edges
of the slabs shall be true, square and free from chippings and the surface shall be true and plane. The
thickness of the slab a er it is dressed shall be 20, 25, 30 or 40 mm as specified in the descrip on of the
item. Tolerance of ±2 mm shall be allowed for the thickness. In respect of length and breadth of slabs
Tolerance of ± 5 mm for hand cut slabs and ± 2 mm for machine cut slabs shall be allowed.

KOTA STONE IN RISERS OF STEPS, SKIRTING AND DADO

Kota Stone Slabs and Dressing shall be as specified above except that the thickness of the slabs shall be
20 mm or as specified in the descrip on of the item.

Measurements

Length shall be measured along the finished face of riser, skir ng or dado correct to a cm. Height shall
be measured from the finished level of tread of floor to the top (the underside of tread in the case of
steps). This shall be measured correct to a mm in the case of risers of steps and skir ng and correct to a
cm in the case of dado. The area shall be calculated in square metre correct to two places of decimal.
Lining of pillars etc. shall also be measured under this item.

Rate

The rate shall include the cost of all materials and labour involved in all the opera ons described above.

3.11.10 Sand Stone Cobbles


Thickness 40mm to 60mm, hick stone cobble over 20 mm (average) thick base of cement mortar 1:4 (1
cement : 4 coarse sand) laid and jointed with cement slurry and poin ng with white cement slurry
admixed with pigment of matching shade.

3.11.11 Kerb Stone (Precast)


Laying: Trenches shall first be made along the edge of the wearing course of the road to receive the kerb
stones of cement concrete of specified grade. The bed of the trenches shall be compacted manually with
steel rammers to a firm and even surface and then the stones shall be set in cement mortar of specified
propor on.

The kerb stones with top 20 cm wide shall be laid with their length running parallel to the road edge,
true in line and gradient at a distance of 30 cm. from the road edge to allow for the channel and shall
project about 12.5 cm. above the la er. The channel stones with top 30 cm. wide shall be laid in posi on
in chamber with finished road surface and with sufficient slope towards the road gully chamber. The
joints of kerb and channel stones shall be staggered and shall be not more than 10 mm. Wherever
specified all joints shall be filled with mortar 1:3 (1 cement : 3 coarse sand) and pointed with mortar 1:2
(1 cement: 2 fine sand) which shall be cured for 7 days.

The necessary drainage openings of specified sizes shall be made through the kerb as per drawings or as
directed by the Engineer-in-Charge for connec ng to storm water drains.

Finishing: Berms and road edges shall be restored and all surplus earth including rubbish etc. disposed
off as directed by the Engineer-in-charge. Nothing extra shall be paid for this.

Measurements: It shall be measured in cubic meters with Length of the finished work (for specified
width and
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 40

height of stone) shall be measured in running metre along the edge of the road correct to a cm.

Rate: The rate shall include the cost of all the materials and labour involved in all the opera ons
described above.

3.12 Roofing/ Ceiling

3.12.1 Tensile Membrane Roofing Structure using PVC/ PVDF Coated Membrane
Membrane shall be PVC/ PVDF coa ng with HT Polyester Yarns of 1100 Dtex and Type 1 from Serge
Ferrari (702S2) or Verseidag (Type 1) with minimum Weight of 750 g/m2, minimum Tensile Strength
(Warp/ We ) - 2800/2800 N/5cm, minimum Tear Strength (Warp/ We ) - 300/280 N. Fabric Flame
Retadancy Ra ng to be Euro Class - Bs2, d0, Micro Organism Resistance and Warranty of 10 years. The
design complies with the requirements of BS and, EU Standards. The tensioned membrane structure
shall include engineering design of structural members and accessory parts. Membrane system shall
include PVC/ PVDF coated Membrane Fabric, Wire Ropes and Cables, Shackles, Rigging Screws, Clamps
and tensioning hardware as per specifica on, drawings and engineers approval

3.12.2 Pressed Clay Tiles


Pressed clay les (as per approved pa ern 20 mm nominal thickness of approved size) to be installed on
roofs jointed with cement mortar 1:4 (1 cement : 4 coarse sand) mixed with 2% integral water proofing
compound, to be laid over a bed of 20 mm thick cement mortar 1:4 (1 cement : 4 coarse sand) and
finished neat complete.

3.12.3 Calcium silicate board false ceiling


Material &Fixing

Framework is made of special sec on, power pressed from M.S. sheets and galvanized with zinc coa ng
of 120 gms/ sqm (both side inclusive) as per IS : 277 and consis ng of angle cleat of size 25mm wide x
1.6mm thick with flanges of 27mm and 37mm, at 1200mm c/c, one flange fixed to the ceiling with dash
fastener 12.5mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers
of 25 x10 x0.50mm of required length with nuts & bolts of required size and other end of angle hanger
fixed with intermediate G.I channels 45 x15 x 0.90mm running at the spacing of 1200 mm c/c, to which
the ceiling sec on 0.5mm thick bo om wedge of 80mm with tapered flanges of 26 mm each having lips
of 10.5mm, at 450mm c/c, shall be fixed in a direc on perpendicular to G.I intermediate channel with
connec ng clip made out of 2.64mm dia x 230mm long G.I wire at every junc on, including fixing
perimeter channels 0.50mm thick 27mm high having flanges of 20mm and 30mm long.

3.12.4 Glass Fibre Reinforced Gypsum (GRG) False Ceiling

Glass Fibre Reinforced Gypsum (GRG) False Ceiling (Fully Perforated Micro Tegular Edged)

Tiles: Glass fibre Reinforced Gypsum (GRG) false ceiling les shall be made of Gypsum plaster of 75
microns par cle size mixed with short length glass fibre filament of 20 microns ± 5 microns diameter to
give it high strength and shall be free from harmful or any toxic ingredients.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 41

Tiles shall be appropriate class and of finished thickness as specified in the descrip on of the item. Only
selected les of uniform width shall be used. Unless otherwise specified in the descrip on of the item
or shown in the drawings, the width of les selected for use shall not be less than 595 x 595mm in size
and of approved texture, design and pa erns and pa erns and shall be fully perforated 12mm thick
micro tegular-edged type GRG les.

Where width of room/ corridor is in mul ple of standard width of les, same pa ern shall be maintained
throughout the length. Where the width of rooms/ corridor is not in mul ple of standard width of les,
borders with appropriate width and material of boards shall be provided in design approved by the
Engineer-in-charge and maintained uniformly throughout of the length/ width of room/ corridor.

GRG les shall have the following proper es:

(a) Surface: The GRG false ceiling les shall be painted with white dispersion type solvent free paint. fully
perforated GRG false ceiling les shall have a non-woven fabric of density minimum 30 grams per square
meter pasted at the back.

(b) Dimensions: 595mm x 595mm Fully perforated 12mm thick micro tegular-edged type GRG les. Size
referred to are always module sizes. The nominal panel size may differ depending on the suspension
system used.

(c) Density of material: 700 to 850 kg per Cum.

(d) Rela ve humidity:99% RH resistant.

(e) Fire resistance: Non-combus ble as per BS: 476, Part-4: 1970

(f) Moisture Content: < 2%

(g) Acous c control: Noise reduc on coefficient (NRC) = 0.50 to 0.75 as per IS: 8225-1981.

(h) Light reflectance:>85%

(i) Suspension system: Suspension system shall be made of interlocking metal T-grids of hot-dipped
galvanized iron sec on.

3.13 Miscellaneous Items

3.13.1 Brick Clay Tiles


Brick Clay les as per approved pa ern & thickness of approved size to be installed on walls jointed with
cement mortar 1:4 (1 cement : 4 coarse sand) mixed with 2% integral water proofing.

3.13.2 High Pressure Laminate


Thickness of Compact Laminate : 6mm HPL Board; for fixing used substructure is made up of Aluminum
box channel of 25mm x 38mm for intermediate and 50mm x 25mm for joinery sec ons with as per the
standard procedures in rive ng system. Spacing of two ver cals should always be maintained at 450mm.

General

The external facade works for a building shall be as per the detailed design of the external facade using
High Pressure laminate Cladding to provide required aesthe c view of the building, perform desired
func onal parameters with respect to passive climate control and provide structural stability to the
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 42

system with respect to various structural loading condi on for which the building is designed including
thermal and wind load. The external façade system shall comprise of High Pressure laminate panels
required by the design of facade. Facades shall be as per the proprietary design detail of the suppliers.
The cladding shall form uninterrupted, water, air and weather ght surface in accordance with the
architectural eleva on and layout drawings and specifica ons and the en re system shall be erected as
per the same. The cladding surface shall be formed by framing system which shall be of structurally and
mechanically designed technology for fabrica on and erec on with grid sizes as approved.

The fabrica on and erec on of the system shall comply with all relevant Indian Standards, Code of
Prac ce and technical literature rela ng to best prac ce pertaining to Cladding. The equivalent or higher
Interna onal Standards may be used.

A specialized agency/ sub-contractor with proven track record to execute this job shall be engaged for
fabrica on and erec on of the system. Such an agency should have executed similar jobs for mul -
storeyed buildings.

Material

High Pressure laminate panels (HPL) shall be cra paper based and shall conform to EN438-6.

Technical Parameters of High Pressure laminate Panels:

Proper es Value Unit Test method

Overall Thickness 6 mm

Apparent density 1.45 g/cm3 EN ISO 1183-1

Flexural Strength 90 Mpa EN ISO 178

Modulus of Elas city 9500 Mpa EN ISO 178

Tensile Strength 80 Mpa EN ISO 527-2

Co-efficient of Thermal Expansion 18x0̄ª 1/K

Dimension stability at elevated S0.15 Lengthwise% EN 438 for


temperatures 6mm thickness
S0.25 Cross wise%

Fire behaviour, Europe B-s2,d0 for 6- EN 13501 -1


15mm

Aluminium sec ons shall be of 6060/6063/ (Al Mg Si 0.5) conforming to EN 573-3. Mild Steel Brackets
with minimum 80 micros hot deep zinc galvanized shall be used. Rivets of MBE or approved Equivalent
with a snap force of 5.1KN.

Installa on
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 43

Contractor shall submit the Manufacturer’s Installa on procedure for approval of Engineer-In-Charge.

Performance Guarantee

Performance guarantee of 10 years reckoned from the date of comple on of work (as men oned in the
comple on cer ficate by Engineer in-charge) shall be provided by the contractor, which shall cover for
replacement and rec fica on of members and components by the Contractor at its own cost in case of
any deficiency or failure in performance of the High Pressure laminate cladding system as per the design
requirement. The guarantee shall also include equivalent guarantee from the respec ve manufacturer
for High Pressure laminate and rivets.

Drawings and Details

Detail drawings of the Cladding system showing framing system, connec ons to building RCC frame,
main framing comprising of aluminium sec ons, all connec on details like bracket connec on to the
building RCC frame, connec on between High Pressure laminate panels and aluminium frame work with
necessary sliding and fixing points with MBE rivets of shade matching the shade of the panels with
necessary test cer ficates, documenta on etc. proving all the s pulated parameters of the performance
shall be produced. Wherever required and asked for, necessary calcula ons shall be provided by the
agency execu ng the work to establish the design and performance criteria. Company profile of the
proposed sub-contractor/ agency proposed to be engaged for execu ng this job shall be submi ed for
owner's/ EIL's approval.

Measurement & Payment

For the purpose of payment, the measurement shall be done on Square Meter basis of the executed and
finished (in all respects) work. Length and breadth of the superficial area of the finished work shall be
measured centre to centre of the grooves on the external surface viewed externally correct to a
cen metre under the respec ve items. Areas shall be calculated in a square meter correct to two places
of decimal.

Rate shall include the cost of all materials and labour involved in all the opera ons as specified, to
execute the work as per approved drawings/ shop drawings including scaffolding, infrastructure facility,
tools and plants etc necessary for execu on of the respec ve item for all height and for all floor levels.
Items shall be measurable in sq.m. Rate shall include all components and procedure including all fixing
as described in this specifica on including supply of material.

3.13.3 Perforated steel sheet


Mild steel sheet of material grade EN6.

Supply, fabrica ng and installing MS sheet modules up to 3000 mm x 3000 mm with approved pa erns
made by CNC router cu ng including cu ng and profiling in desired shape, cu ng pa erns, fixing with
aluminium/ms framing. Suppor ng structure framework, fixing accessories (nuts , bolts, screws , clamps,

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 44

fasteners etc) finishing etc all complete as per approved drawings, finishing shall be 50 micron powder
coa ng in approved colour on all sides and edges.

3.13.4 Polycarbonate Sheet


Co-extruded both side UV protected polycarbonate panel system of minimum 16 mm thickness
minimum width 600mm to ensure best performance for wind upli and visual appearance. The panels
will have translucent louvres inside and will achieve a required thermal insula on. Panels shall be
manufactured with ver cal standing seam at both sides of the panel. Panels shall be of an -reflec ve /
so lite / an glare type to prevent glare. Panels shall be fixed on Purlins with aluminium brackets /
spacers and connected with polycarbonate U connectors to interlock the panels with snap on / click-on
/ grip lock mechanism to ensure maximum upli capacity. Panels will be sealed with mill finished
aluminium U profiles at the ends. Polycarbonate panels also shall have Yellowness Index as per ASTM D
1925 when tested on a sample exposed to UV for 500 Hours as per ASTM G 155. The polycarbonate
panels must sa sfy Dart drop impact test as per IS 14443-97 shall show no sign of breakage on
Polycarbonate sheets which have been exposed to UV for a min. of 500 Hours as per ASTM G 155. The
panels shall be fixed over structural steel / MS purlins and be secured with Snap-On connectors at all
levels including all accessories like screws, trims etc. complete to make a water ght skylight system
conforming to specifica ons and direc ons of Engineer-in-Charge.

3.13.5 Road Markings Strips


The colour width and layout of road makings shall be in accordance with the Code of Prac ce for Road
Markings with paints, IRC : 35, and as specified in the drawings or as directed by the Engineer in-Charge.

Materials: Road markings shall be of ordinary road marking paint (retro-reflec ve), hot applied

thermoplas c compound as specified in the item.

Hot Applied Thermoplas c Road Marking

General

(i) The thermoplas c material shall be homogenously composed of aggregate, pigment, resins and glass
reflectorizing beads.

(ii) The thermoplas c compound shall be screeded/extruded on to the pavement surface in a molten
state by suitable machine capable of controlled prepara on and laying with surface applica on of glass
beads at a specific rate. Upon cooling to ambient pavement temperature, it shall produce an adherent
pavement marking of specified thickness and width and capable of resis ng deforma on by traffic.

(iii) The thermoplas c material shall conform to ASTM D36/BS-3262-(Part I).

(iv) The material shall meet the requirements of these specifica ons for a period of one year. The
thermoplas c material must also melt uniformly with no evidence of skins or unmelted par cles for the
one year storage period. Any material not mee ng the above requirements shall be replaced by the
manufacturer/supplier/Contractor.

(v) Marking : Each container of the thermoplas c material shall be clearly and indelibly marked with the
following informa on:

1. The name, trade mark or other means of iden fica on of manufacturer.


_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 45

2. Batch number

3. Date of manufacture

4. Colour (White or yellow)

5. Maximum applica on temperature and maximum safe hea ng temperature.

Sampling and Tes ng : The thermoplas c material shall be sampled and tested in accordance with the
appropriate ASTM/BS method. The Contractor shall furnish to the Engineer-in-Charge a copy of cer fied
test reports from the manufacturers of the thermoplas c material showing results of all tests specified
herein and shall cer fy that the material meets all requirements of this Specifica on.

Prepara on

(i) The material shall be melted in accordance with the manufacturer’s instruc ons in a heater fi ed
with a mechanical s rrer to give a smooth consistency to the thermoplas c material to avoid local
overhea ng. The temperature of the mass shall be within the range specified by the manufacturer, and
shall on no account be allowed to exceed the maximum temperature stated by the manufacturer. The
molten material should be used as expedi ously as possible and for thermoplas c material which has
natural binders or is otherwise sensi ve to prolonged healing, the material shall not be maintained in a
molten condi on for more than 4 hours.

(ii) A er transfer to the laying equipment, the material shall be maintained within the temperature

range specified by the manufacturer for achieving the desired consistency for laying.

Proper es of Finished Road Marking

(a) The stripe shall not be slippery when wet.

(b) The marking shall not li from the pavement in freezing weather.

(c) A er applica on and proper drying, the stripe shall show no appreciable deforma on or
discoloura on under traffic and under road temperatures upto 60oC.

(e) The marking shall not deteriorate by contact with sodium chloride, calcium chloride or oil drippings
from traffic. The stripe or marking shall maintain its original dimensions and posi on. Cold duc lity of
the material shall be such as to permit normal movement with the road surface without chopping or
cracking.

(f) The colour of yellow marking shall conform to IS Colour No. 356 as given in IS 164.

Applica on

Marking shall be done by fully /semi automa c paint applicator machine fi ed with profile shoe, glass
beads dispenser, propane tank heater and profile shoe heater, driven by experienced operator as
specified in item. For loca ons where pain ng cannot be done by machine, approved manual methods
shall be used with prior approval of the Engineer-in-charge. The Contractor shall maintain control over
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 46

traffic while pain ng opera ons are in progress so as to cause minimum inconvenience to traffic
compa ble with protec ng the workmen.

The thermoplas c material shall be applied hot either by screeding or extrusion process. A er transfer
to the laying apparatus, the material shall be laid at a temperature within the range specified by the
manufacturer or otherwise directed by the Engineer-in-Charge for the par cular method of laying being
used. The paint shall be applied using a screed or extrusion machine. The pavement temperature shall
not be less than 10oC during applica on. All surfaces to be marked shall be thoroughly cleaned of all
dust, dirt, grease, oil and all other foreign ma er before applica on of the paint.

Thermoplas c paint shall be applied in intermi ent or con nuous lines of uniform thickness of at least
2.5 mm unless specified otherwise. Where arrows or le ers are to be provided, thermoplas c compound
may be hand-sprayed.

The minimum thickness specified is exclusive of surface applied glass beads.

The finished lines shall be free from ruggedness on sides and ends and be parallel to the general
alignment of the carriageway. The upper surface of the lines shall be level, uniform and free from streaks.

Measurements for Payment

The painted markings shall be measured in sq. metres of actual area marked (excluding the gaps, if any)
correct upto the two places of decimal. The rate include the cost of all materials, labour and equipment
required in all the above opera ons.

3.13.6 Retro Reflective Sign Board


General

The colour, configura on, size and loca on of all the traffic signs for highways other than Express ways
shall be in accordance with the code of prac ce for road signs, IRC:67 or as shown on the drawings. For
expressways, the size of the signage, le ers and their placement shall be as specified in the contract
drawings and relevant specifica ons or as directed by the Engineer-in-Charge.

 Materials:
o Concrete: Concrete shall be of M-25 grade.
o Reinforcing steel: Reinforcing steel shall confirm to the requirement of IS 1786 unless
otherwise specified.
o Bolts Nuts and Washers: High strength bolts shall confirm to IS 1367 whereas precision
bolts, nuts etc. shall confirm to IS 1364.
o Plates and Supports: Plates and support sections for the sign posts shall confirm to IS 226
and IS 2062 or any other stated IS specification.
o Substrata: The substrate shall be either aluminium sheeting or aluminium composite
material (ACM) confirming to following sub-sections.
o Aluminium: Aluminium sheets used for sign boards shall be of smooth, hard and corrosion
resistant aluminium alloy confirming to IS 736 material designation 24345 or 1900.
o Aluminium composite materials:

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 47

The Aluminum Composite Material (ACM), used as the substrate for signage

application shall have a thickness of at least 4.0mm (excluding coating thickness).
 The ACM shall be composed of thermoplastic core of “Low Density Polyethylene’
(LDPE) of 3.0mm thickness sandwiched between two thick sheets of aluminium, of
3003 grade and H-18 temper and minimum thickness of 0.5mm each. The retro
reflection sheeting must be applied on the top surface with aluminium surface with
recommended surface preparation from sheeting manufactures.
 A fluorocarbon coating may be applied over the exposed surface of aluminum to
ensure corrosion resistance and weather proof and thus shall confirm to relevant
ASTM.
 The ACM shall have a high-surface energy coating on the top surface, over which
the retro reflective sheeting shall be applied.
 When measured after 24 hrs after application, the 90 peel-adhesion strength of the
top surface of ACM with the retro reflective sheeting applied on it using a 2kg roller
as per ASTM D3330 shall be at least 1.5 kg-f.
 The front surface shall have no other coating other than the high-surface energy
coating and shall be protected with a self-adhesive peel-off film. The retro refletive
sheeting shall be applied only on the top surface with high-surface energy coating.
 On the back surface, it shall have a polyester based service coating preferably grey
in color to protect against possible corrosion and to avoid undesired glare from the
rear side of the sign.
 The mechanical properties of 4mm ACM and that of its aluminium skim shall
confirm to the requirement given in table below. When tested accordance with the
test methods mentioned against each of them.
Specifica on for Aluminium Composite Material (ACM)

Performance Cer ficate

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 48

Requisite performance cer ficate from the manufacturer of the ACM sta ng compliance with ACM
technical specifica on as per Table 16.44 above shall be submi ed by the contractor to the Engineer in-
Charge.

3.13.7 Retro- Reflective Sheeting


Retro- Reflec ve Shee ng (Type-XI Prisma c Grade shee ng): (AS per IRC 67-2012 Clause 6.7)
The retro reflec ve shee ng used on the signs shall consist of white or coloured shee ng having a smooth
outer surface which has the property of retro reflec on over its en re surface. It shall be weather resistant
and exhibit colour fastness. It shall be new and unused and show no evidence of cracking, scaling, and pi ng,
blistering, edge li ing or curling and shall have negligible shrinkage or expansion. A cer ficate of having the
shee ng tested for coefficient of retro reflec on, day me colour and luminance, shrinkage, flexibility, liner
removal, adhesion, impact resistance, specular gloss and fungus resistance, 3 years outdoor weathering and
its having passed these tests shall be obtained from Interna onal / Government Laboratory / Ins tute by the
manufacturer of the shee ng and in case the cer ficate is obtained from interna onal agency, it should also
be obtained from Indian agency within 3 years of launching of product by the manufacture in abroad.
Alterna vely, a cer ficate conforming to ASTM Specifica on (D 4956-09) on ar ficial accelerated weathering
requirements from a reputed laboratory in India can be accepted provisionally. In such a situa on, the
Employer/ Client, if so desires, could seek for a performance guarantee which would be released a er receipt
of cer ficate mee ng the requirement of three years outdoor weathering of the shee ng. Retro-reflec ve
shee ng is typically manufactured as a cube corner. The reflec ve shee ng shall be retro-reflec ve shee ng
made of micro prisma c retro-reflec ve material. The retro-reflec ng surface a er cleaning with soap and
water and in dry condi on shall have minimum co-efficient of retro reflec on (determined in accordance with
ASTM D4956-09) confirming to IRC:67 Table 6.9. When totally wet, the shee ng shall not show less than 90
per cent of the values of retro-reflec on. At the end of 10 years the shee ng shall return at least 80 per cent
of its original retro-reflectance.

Adhesives : The shee ng shall have a pressure-sensi ve adhesive of the aggressive tack type requiring no
heat, solvent or other prepara on for adhesion to a smooth clean surface, in a manner recommended by the
shee ng manufacturer and approved by Engineer-in-Charge. The adhesive shall be protected by an easily
removable liner (removable by peeling without soaking in water or other solvent) and shall be suitable for
the type of material of the base plate used for the sign. The Adhesive shall form a durable bond to smooth,
corrosion and weather resistant surface of the base plate such that it shall not be possible to remove the
shee ng from the sign base in one piece by use of sharp instrument. The shee ng shall be applied in
accordance with the manufacturers specifica ons.

Installa on: Surface to be reflectorised shall be effec vely prepared to receive the retro- reflec ve

shee ng. The Aluminium / ACP shee ng shall be de-greased either by acid or hot alkaline etching and all
scale/dust removed to obtain a smooth plain surface before the applica on of retro-reflec ve shee ng.
Complete sheet of the material shall be used on the signs except where it is unavoidable. Shee ng with heat-
ac vated adhesives may be spliced with an overlap not less than 5 mm or bu ed with a gap not exceeding
0.75 mm. The material shall cover the sign surface evenly and shall be free from twists, cracks and folds.

Sign posts, their founda ons and sign moun ngs shall be so constructed as to hold these in a proper and
permanent posi on against the normal storm wind load or displacement by vandalism. Normally, sign with
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 49

an area upto 0.9 sq.m shall be mounted on a single post and for greater area two or more supports shall be
provided. Sign supports shall be as specified in item or as per direc ons of Engineer-in-Charge. The work of
founda on shall conform to relevant specifica on as specified.

Backside of aluminium sheet por on shall be painted with two coats of epoxy paint. Any part and support
frame with two or more coats of synthe c enamel paint.

Warranty and Durability

The Contractor shall obtain from the manufacturer a ten year warranty as per IRC:67 for sa sfactory
performance including s pulated retro-reflectance of the retro-reflec ve shee ng, the screen printed areas
and cut out shee ng and cut out durable transparent overlay film and submit the same to the Engineer-in-
Charge.

Processed and applied in accordance with recommended procedures, the reflec ve material shall be weather
resistant and following cleaning, shall show no appreciable discolora on, cracking, blistering or dimensional
change and shall not have less than 50 percent of the specified minimum reflec ve intensity values when
subjected to accelerated weathering of 1000 hours, using type E or EH Weather meter (AASHTO Designa on
M 268).

Measurement

These shall be measured in square meters upto two place of decimal.

3.13.8 Aluminium Composite Panel


The main frame of extruded sec on shall be of 22843 & 22739 (H9) grade conforming to BS 4174 (or) IS 8147.

3.13.9 Plinth Protection


Making plinth protec on 50mm thick of cement concrete 1:3:6 (1 cement : 3 coarse sand (zone-III) derived
from natural sources : 6 graded stone aggregate 20 mm nominal size derived from natural sources) over
75mm thick bed of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted with
fine sand, including necessary excava on, levelling & dressing & finishing the top smooth.

3.13.10 Terrace Waterproofing


Refer page no. 282 Code No. 14.86 DSR Volume 2

Providing and laying in situ seven course water proofing treatment with APP (Atac c poly-propylene)
modified Polymeric membrane over roof consis ng of first coat of bitumen primer @ 0.40 litre per sqm, 2nd,
4th & 6th courses of bonding material @ 1.20 Kg/sqm, which shall consist of blown type bitumen of grade
85/25 conforming to IS : 702, 3rd and 5th layers of roofing membrane APP modified Polymeric membrane
1.5 mm thick of 2.25 Kg/sqm weight consis ng of five layers prefabricated with centre core as 20 micron
HMHDPE film sandwiched on both sides with polymeric mix and the polymeric mix is protected on both side
with 20 micron HMHDPE film. 7th, the top most layer shall be finished with brick les of class designa on 10
grouted with cement mortar 1:3 (1cement : 3 fine sand) mixed with 2% integral water proofing compound by
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 50

weight of cement over a 12 mm layer of cement mortar 1:3 (1 cement : 3 fine sand) and finished neat (item
of laying brick les shall be paid for separately.

3.13.11 Differently Abled Toilet

The requirement of the disabled friendly toilet to be followed as per NBC 2016 (Vol.01) as per clause B 9.2
(Page No.102)

3.13.12 LED Signage

4 mm CAST Grade acrylic 3D letter height 1500 mm & width as per font, raising of the letter will be 75 mm
side made by 3 mm acrylic and base channe will be made of G.I. Sheet, fixed with suitable fixtures. illuminated
by L.E.D modules IP68 Hilight brand and rain proof power supplies

3.13.13 SS Bollard

Stainless steel grade 302 Stainless steel bollard, Height 1000 mm (plate)/ 1200 mm (foundation), dia 90 mm,
reflective band 3 nos. types-plain and hook type.

3.13.14 Food Kiosk

MS Structure of size 12X15X9 Sq. Feet; MS structure made of 1X2 inch Square Pipe, ACP Cladding on all sides,
MS Structure with tile flooring, Covered celling with light points with lighting Front beam and center of celling
and Wooden self-display.

3.13.15 Pole Mounted Dustbin

Pole mounted twin bins with MS Stand stationary model. Material HDPE specifications to IS-10146-1982 &
10141-2001, Grade L60075. Containers confirming IS:12402, with 2 nos. Plastic containers of total bin load
carrying capacity 100-120 Kgs, wall thickness 2.2mm to 2.5mm with MS Stand.

3.13.16 Water Cooler


Cooling Capacity 40 Litres/Hour, storage capacity 80 Litres, 50 Wa solar panel power factor, Water Tank
sheet material and thickness: Stainless Steel(Grade AISI 304), thickness >= 0.8 mm; Water Tank cover and lid
bo om Sheet Thickness 2 millimeter; Solar power module type 25 to 200 Wa ; Conformity to latest IS:1475
Indian standard

3.13.17 Tensile Structure For Parking


Architectural membranes make with SIOEN 725GSM900GSM SIOEN Belgium or Equv. With DUCO Painted MS
Structure, as specified.

3.13.18 Garden Bench

Cast iron polished/ powder coated garden bench, cast iron side frame, 14 Guage MS Pipe seat and backrest
with 150 Kg of weight bearing capacity.

3.13.19 Sanitary Napkin Vending Machine

MS outer body, wall mountable, Automatic dispensing, with spiral loading, multiple coins accepted, All MS
parts are duly painted by Epoxy painting, Electronic Operating Power source, Width (200-400 mm), Depth
(100-200 mm) and Height (500-800 mm), securely packed in carton box.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 51

3.13.20 Boom Barrier

Automatic Boom Barrier for up to 6 Mtr Clear Opening including 24 Vdc Electromechanical Barrier with
Encoder,designed for fast and fluid movement with Aluminum Boom up to 6 Mtr Clear opening with In-built
control Unit .Made of a sturdy structure with cataphoretic treatment and painted .Duty cycle - 100%. Slowing
Down/up Feature (Base Plate + Barrier + Boom + Rubber Both Sides + Reflective Stickers both sides + End
Cap + Push Button)

3.13.21 Bird Cell


Tensile Membrane Roofing Structure using PVC/ PVDF Coated Membrane
Design, Supply, Fabrication and Installation of Membrane Panels having capacity to block
100%UV Rays(UPF 50+ for all colours)& steel Cables and GI corner fittings nuts and bolts and
associated accessories with PVC/ PVDF coated membrane works. Membrane shall be PVC/
PVDF varish coating on both sides with HT Polyester Yarns of 1100 Dtex and Type 0 with
minimum Weight of 570 g/m2, minimum Tensile Strength (Warp/ Weft) - 2000/ 2000 N/5cm,
minimum Tear Strength (Warp/ Weft) - 200/200 N. Fabric Flame Retadancy Rating to be Euro
Class - Bs2, d0, Micro Organism Resistance and Warranty of 10 years. The design complies with
the requirements of BS and, EU Standards. The tensioned membrane structure shall include
engineering design of structural members and accessory parts. Membrane system shall include
PVC/ PVDF coated Membrane Fabric, Wire Ropes and Cables, Shackles, Rigging Screws, Clamps
and tensioning hardware as per specification, drawings and engineers approval

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 52

SPECIFICATIONS FOR HORTICULTURE WORKS

4 HORTICULTURE WORK
Hor cultural opera ons shall be started on ground previously levelled and dressed to required forma on
levels and slopes. In case where unsuitable soil is met with, it shall be either removed or, replaced or it
shall be covered over to a thickness decided by the Engineer-in-charge with good earth. In the course of
excava on or trenching during hor cultural opera ons, any walls, founda ons, etc. met with shall not
be dismantled without pre-measurement and prior to the wri en permission of the Engineer-in-charge.

4.1 TRENCHING IN ORDINARY SOIL

1. Trenching is done in order to loosen the soil, turn over the top layer containing weeds etc. and
to bring up the lower layer of good earth to form a proper medium for grassing, re-grassing,
hedging and shrubbery. Trenching shall be done to the depth ordered by the Engineer-in- charge.
The depth is generally 30 cm for grassing and 60 cm for re-grassing in good soil.
2. The trenched ground shall, a er rough dress, be flooded with water by making small kiaries
(shrub beds) to enable the soil to se le down. Any local depression unevenness etc. shall be
made good by dressing and/or filling with good soil.
3. Weeds or other vegeta on which appear on the ground are then uprooted and removed and
disposed off and paid.

4.1.1 Trenching
Trenching shall consist of the following opera ons:

1. The whole plot shall be divided into narrow rectangular strips of about 1.5 m width or as directed by the
Engineer-in-Charge.
2. These strips shall be sub-divided lengthwise into about 1 m long sections. Such sections shall be excavated
serially and excavated soil deposited in the adjacent section preceding it.
3. In excavating and depositing care shall be taken that the top soil with all previous plant growth including
roots, get buried in the bottom layer of trenched area, the dead plants so buried incidentally being formed
into humus.
4. The excavated soil shall be straight away dumped into the adjoining sections so that double handling
otherwise involved in dumping the excavated stuff outside and in back filling in the trenches with leads
is practically eliminated.

4.1.2 Measurements
Length and breadth of the plot shall be taken correct to 0.1 m and depths correct to cm. Cubical contents
shall be calculated in cubic meters, correct to two places of decimal. No deduc on shall be made nor
extra paid for removing stones, brick bats and other foreign ma er met with during excava on up to
ini al lead of 50 m and stacking the same.

4.1.3 Rate
The rate shall include the cost of all labour and material involved in the opera ons described above,
including cost of all precau onary measures to be taken for protec ons and suppor ng all services etc.
met with during trenching. It does not include the cost of mixing of earth, sludge/manure.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 53

4.2 GOOD EARTH

1. Good Earth Stack

The earth shall be stacked at site in stacks not less than 50 cm high and of volume not less than 3.0 cum.

2. Measurements:

Length, breadth and height of stacks shall be measured correct to a cm. The volume of the stacks shall
be reduced by 20% for voids before payment, unless otherwise described.

3. Rate:

The rate shall include the cost of excava ng the earth from areas lying at distance not exceeding one
km. from the site, transpor ng the same at site breaking of clods and stacking at places indicated. The
rate shall also include royalty if payable.

4.3 OIL CAKE

4.3.1 Neem/Castor:

The cake shall be free from grit and any other foreign ma er. It should be undecor cated and pulverized.
The material shall be packed in old serviceable gunny bags of 50 kgs capacity approximately. The weight
of gunny bag shall be deducted @1 kg per bag and payment shall be made for net quan ty. The quality
of cake should be got approved by the Engineer-in-charge before supply.

4.3.2 Measurements
The arrangement for weighing shall be made at site of work by the department. The gunny bags shall be
the property of the government.

4.3.3 Rate:

The rate shall include the cost of labour and material involved in all opera ons described above,
including carriage up to site of work with all lead and li s, weighing etc.

4.4 SUPPLY AND STACKING OF MANURE

4.4.1 Farmyard Manure:

It shall be transported to the site in lorries with efficient arrangement to prevent spilling enroute. It shall
be stacked at site. Each stack shall not be less than 50 cm height and volume not less than 3 cum.

4.4.2 Measurements

Length, breadth and depth of stacks shall be measured correct to a cm. The volume of the stack shall be
reduced by 8% for looseness in stacking and to arrive at the net quan ty for payment.

4.4.3 Rate

The rate shall include the cost of labour and material involved in all opera ons described above,
including carriage up to one km. The rate shall also include royalty if payable.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 54

4.5 ROUGH DRESSING OF THE TRENCHED GROUND

4.5.1 Rough dressing of the area shall include making kiaries for flooding.

The trenched ground shall be levelled and rough dressed and if there are any hollows and depressions
resul ng from subsidence which cannot be so levelled, these shall be filled properly with earth brought
from outside to bring the depressed surface to the level of the adjoining land and to remove
discon nuity of slope and then rough dressed again. The supply and spreading of soil in such depressions
is payable separately. In rough dressing, the soil at the surface and for 75 mm depth below shall be
broken down to par cle size not more than 10 mm in any direc on.

4.5.2 Measurements
Length, breadth of superficial area shall be measured correct to 0.1 metre. The area shall be calculated
in sqm. correct to two places of decimal.

4.5.3 Rate
The rate shall include the cost of all the labour and material involved in all the opera ons described
above.

4.6 UPROOTING WEEDS FROM TRENCHED AREAS

A er 10 days and within 15 days of flooding the rough dressed trenched ground with water, the weeds
appearing on the ground shall be rooted out carefully and the rubbish disposed off as directed by the
Engineer-in-charge.

4.6.1 Measurements
Length, breadth of superficial area shall be measured correct to 0.1 meters. Superficial area of the
weeded ground shall be measured for purpose of payments.

4.6.2 Rate
The rate shall include the cost of all the labour and material involved in all the opera ons described
above.

4.7 SPREADING GOOD EARTH

1. Good earth shall be removed from stacks by head load and spread evenly over the surface to
the thickness ordered by the Engineer-in-charge. It shall be spread with a twis ng mo on to
avoid segrega on and to ensure that spreading is uniform over the en re area.
2. Measurements: The quan ty of good earth spread shall be determined by the difference in the
volume of good earth in stacks before and a er spreading duly reduced for looseness in stacking
by 20% of good earth.
3. Rate: The rate shall include of all the labour and material involved in all the opera ons described
above, but does not include the cost of the good earth which shall be paid for separately unless
specifically described in the item.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 55

4.8 SPREADING SLUDGE/MANURE

Good earth shall be thoroughly mixed with sludge or manure in specified propor on as described in the
item or as directed by the Engineer-in-Charge. The mixing shall be spread as described in 2.9.1 to the
thickness ordered by the Engineer-in-Charge.

4.8.1 Measurements

The quan ty of good earth and sludge or manure mixed shall be determined by the difference in the
volume of good earth and sludge or manure in stack, before and a er spreading duly accounted for voids
and looseness in stack.

4.8.2 Rate

The rate shall include of all the labour and material involved in all the opera ons described above, but
does not include the cost of good earth sludge or manure which shall be paid for separately, unless
otherwise described in the item.

4.9 MIXING OF GOOD EARTH AND SLUDGE/MANURE

The stacked earth shall, before mixing be broken down top par cle of sizes not exceeding 6mm in any
direc on. Good earth shall be thoroughly mixed with sludge or manure in specified propor on as
described in the item or as directed by the Engineer-in-charge.

4.9.1 Measurements

The quan ty of good earth and sludge or manure mixed shall be determined by the difference in the
volume of good earth, sludge or manure in stack, before and a er spreading duly accounted for voids
and looseness in stack.

4.9.2 Rate

The rate shall include the cost of all labour and materials involved in all the opera ons described above,
but does not include the cost of good earth sludge or manure which shall be paid for separately, unless
otherwise described in the item.

4.10 EXCAVATION AND TRENCHING FOR HEDGE AND SHRUBBERY

Excava on and Trenching for Prepara on of Beds for Hedge and Shrubbery

1. Beds for hedges and shrubbery are generally prepared to width of 60 cm. to 125 cm. and 2 to 4
meters respec vely.
2. Beds for hedges and shrubbery shall be prepared in the following manner. The beds shall first
be excavated to a depth of 60 cm. and the excavated soil shall be stacked on the sides of the
beds. The surface of the excavated bed shall then be trenched to a further depth of 30 cm, in
order to loosen the soil, in the manner described in 2.1. No flooding will be done at this stage
but the top surface shall be rough dressed and levelled. The excavated soil from the top 60 cm
depth of the bed stacked at the site shall then be thoroughly mixed with sludge over manner in
the propor on 8:1 by ra o or other propor on described in the item. The mixed earth and
manure shall be refilled over the trenched bed, levelled neatly and profusely flooded so that the
water reaches even the bo om most layers of the trenched depth of the bed. The surface a er

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 56

full subsidence shall again be refilled with the earth and manure mixture, watered and allowed
to se le and finally fine dressed to the level of 50 mm to 75 mm below the adjoining ground or
as directed by the Engineer-in-Charge. Surplus earth if any, shall be disposed off as directed by
the Engineer-in-charge. Any surplus earth if removed beyond ini ally lead shall be paid
separately. Stones, bricks bats and other foreign ma er if met with during excava on or
trenching shall be removed and stacked within ini ally lead & li , such material as is declared
unserviceable by the Engineer-in-charge shall be disposed by spreading and levelling at places
ordered by him. If disposed outside the ini al lead & li , then the transport for the extra leads
will be paid for separately. If a large propor on of material unsuitable for the hedging and
shrubbery opera ons is met with and earth from outsides is required to be brought in for mixing
with manure and filling, the supply and stacking of such earth will be paid for separately.

4.10.1 Measurements
Length, breadth and depth of the pit excavated and trenched shall be measured correct to a cm. The
cubical contents shall be calculated in cubic meter correct to two places of decimal.

4.10.2 Rate
The rate shall include the cost of all the labour and material involved in all the opera ons described
above. The rate shall not include the cost of supply & stacking of the manure unless the same is
specifically included in the descrip on of the item.

4.10.3 DIGGING HOLES FOR PLANTING TREES

4.10.4 In ordinary soil, including refilling earth after mixing with oil cake, manure and watering.

4.10.4.1 Holes of circular shape in ordinary soil shall be excavated to the dimensions described in the items and
excavate soil broken to clods of size not exceeding 75 mm in any direction, shall be stacked outside the
hole, stones, brick bats, unsuitable earth and other rubbish, all roots and other undesirable growth met
with during excavation shall be separated out and unserviceable material removed from the size as
directed. Useful material, if any, shall be stacked properly and separately. Good earth in quantities as
required to replace such discarded stuff shall be brought and stacked at site by the contractor which
shall be paid for separately. The tree holes shall be manured with powdered Neam/castor oil cake at
the specified rate along with farm yard manure over sludge shall be uniformly mixed with the excavated
soil after the manure has been broken down to powder, (size of particle not be exceeded 6 mm in any
direction) in the specified proportion, the mixture shall be filled in to the hole up to the level of adjoining
ground and then profusely watered and enable the soil to subside the refilled soil shall then be dressed

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 57

evenly with its surface about 50 to 75 mm below the adjoining ground level or as directed by the
Engineer-in-charge.

4.10.4.2 Measurements: Holes shall be enumerated.

4.10.4.3 Rate: The rate shall include the cost of all the labour and material involved in all the operations
described above, excluding the cost of supply and stacking the requisite quantity of manure/ sludge and
oil cake.

4.10.5 In Soil other than Ordinary Soil

4.10.5.1 Where holes are dug in (a) Hard soil (b) Ordinary rock or (c) Hard rock, the above soils occurring
independently over in conjunction with each other and /or ordinary soil in any hole, the different
excavated soil shall be stacked separately. Excavation in hard rock shall be carried out by chiselling only.

4.10.5.2 The stack measurement of ordinary rock and hard rock shall be reduced by 50% and of soil by 20% to
arrive at the excavated volume. This excavation shall be paid for as extra over the rate for holes dug in
ordinary soil above, at rate appropriate to particular soil concerned.

4.10.5.3 Sufficient quantity of good soil to replace the solid volume of stones, brick bats, unsuitable earth and
other rubbish, all roots and other undesirable growth, ordinary and hard stacks shall be brought and
stacked at site but the supply and stacking of such shall be paid for separately.

4.10.5.4 The useless excavated stuff shall be disposed off by spreading at places as ordered by the Engineer-in-
charge. If such places are outside initially leads, carriage for the extra lead shall be paid for separately.

4.10.5.5 The ordinary soil excavated from the hole and the earth brought from outside shall then be mixed with
manure screened through sieve of IS designation 16 mm in the proportion specified in the description
of the item and filled with the pit and the same watered and finally dressed.

4.10.5.6 Measurements: The pit shall be enumerated. The volume of excavation in soil and other than a ordinary
soil shall be determined by reducing the stack volume of the relevant soil with respective percentage
for voids specified in 2.14.2.2.

4.10.5.7 Rate: The rate shall include the cost of all the labour and material involved in all the operations
described above, including mixing refilling, watering, dressing etc. but shall not include:
(a) cost of manure over sludge

(b) cost of supplying and stacking of good earth for replacement and

(c) the cost of carriage beyond ini al lead for disposing off useless materials. The excava on
other than that of ordinary soil shall be paid extra over and above the rate if excava on in
ordinary soil.

4.11 FILLING MIXTURE OF EARTH & SLUDGE OVER MANURE

The separately specified earth and sludge shall be broken down to par cles of size not exceeding 6 mm
in any direc ons before mixing. Good earth shall be thoroughly mixed with sludge over manure in
specified propor ons as directed by Officer-in-Charge. During the process of preparing the mixture as
above, trenches shall be flooded with water and levelled.

4.11.1 Measurements
Measurement shall be made in (Length, breadth and height of stacks) cubic meter. The cubical contents
shall be worked out to the nearest two places of decimal in cubic meter.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 58

4.11.2 Rate
The rate shall include the cost of all the labour and material involved in all the opera ons described
above, but do not include the good earth, sludge or manure which will be paid separately.

4.12 SPECIFICATIONS OF PLANTS

(i) The plants included under should be as per following specifica on:
(ii) The plants should be full of fresh and healthy foliage.
(iii) The plants should be free from insect, pest and diseases.
(iv) Plant should be well developed and healthy.
(v) The height of the plants will be measured from top of the pots.
(vi) The plants should be well se led and should not be newly shi ed/Transplanted.
(vii) The plants should be true to the variety and Variety name should be tagged.
(viii) Moss s ck used should be made on plas c pipe.
(ix) Moss s ck should be straight and properly fixed in the pot.
(x) The rejected plants materials should be removed from the site immediately.
(xi) Moss s ck should be covered with the plants in case of plants supplied with moss s ck.
(xii) The Plant should be well stablished and should have good foliage.
(xiii) Good earth and manure used for filling the pot/poly bag should be free from any inert
material and mixed to proper ra o.
(xiv) Pot/ Poly bag used for filling the plants should be of proper size.
(xv) There should be proper drainage in pots for plants.
(xvi) The flowering plants should also have proper flowering and should be true to the variety.
(xvii) All plant should have the tendency of growth and should not be stunted or de-shaped.
(xviii) There should be no stagna on of water in the pots.
(xix) Plant should not have any physiological disorder.
(xx) Tips of the Plants should have intact, there should not be any damages etc.
(xxi) In case of flowering pots flower should be on bud stage/semi bloom stage.
(xxii) In case of po ed plant pots should have uniformity/same size and quality.
(xxiii) Plants of bigger height should be properly supported/stacked by bamboo s ck.
(xxiv) Pots/Polybags soil should not be infec ous and plant should have free from all kind of
diseases.
(xxv) Bulbs, seeds, seedling, suckers should be properly treated with fungicides before supply.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 59

5 ELECTRICAL WORKS
1.0 Scope

Detailed design engineering complete Electrical and Mechanical Engineering services


such as:

2.0 Broad Concept of Services

The services systems for the project have to be conceptualized based on exis ng
experience and acceptable Interna onal and Indian design standards. Effort shall be
made to conceal all services and s ll provide access to these for accommoda ng changes
in the future. Conserva on of energy, op miza on of resources, eco-friendliness and
state of the art technology shall be the key factors in the design concept to ensure least
down me and reduce maintenance problems. Every effort shall be made to design,
layout and install equipment in loca onsthat will tend to encourage rou ne preven ve
maintenance by providing easy access for opera on personnel. Manual isola on will be
provided to enable servicing, expansion or renova on of any part of the system without
interrup ng the services in adjacent areas.

3.0 Power Source from concerned Discom/Transco of required Voltage Grade

a) The bidder shall investigate the existing electrical service/distribution system and determine
whether sufficient capacity is available to accommodate the new loads. The bidder shall in form
the electric utility company of the new service requirements and additional loads. The bidder
shall forward copies of all correspondence and minutes of meeting to UTDB with the utility
company’s representative regarding negotiations for new services or making changes to existing
services.
b) For new electrical services, the bidder shall coordinate with the local utility service company (SEB)
after carrying out all the required surveys. Prepare the Engineering designs of the services line in
sufficient detail to ensure clarity and understanding.
c) The detail designs will, as a minimum, including construction drawings for HT overhead lines/ UG
cables, Structures, HT/LT panels, etc. required, detailed cost estimates including supply of
materials and erecting and testing of the above items including services charges etc. necessary
calculations to determine and justify the engineering details.
d) The bidder will be responsible for the inspection of all type of installations (both internal and
external) from the competent authority of Govt. of Uttarakhand before handing over to UTDB.

3.1 SITC of Electrical Installa on (Both Internal & External)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 60

a) Preparation of necessary Single Line Diagram (SLD) of Power Distribution etc., of all electrical
installations for each floor as well as electric conduit layout drawing of each room, corridor,
veranda’s etc. as per requirements.
b) Submission of Detail Project Report including preliminary drawings to UTDB in respect to internal
& external electrification considering all electrical requirements of all electrical loads such as
luminaries, fans, lifts if applicable, HVAC, Generators etc. with distribution panels, distribution
boxes showing their actual position in drawings for incorporating suggested changes, additions
and alternations and secure approval from the UTDB.
c) The bidder shall make provision for digital sub meters for each block/room as required by
consulting with the UTDB. The meters need to be installed in convenient places without hampering
the daily life of the Vendors.

3.2 Load Calcula on & Substa on Design

Calcula ng electrical loads of all items such as luminaries, fans, campus development lights,
li s, HVAC, Fire Figh ng system, water supply system etc. and other equipment and detailed
design of substa on including Transformer HT and LT panels, Earthing etc. and detail drawing
showing actual posi on of different items like earth pits etc, in the drawings. A preliminary
load calcula ons are incorporated in this concept design of Substa on according to the
approved area.

3.3 Uninterrupted power source

The CCTV system must have UPS backup reliability. Overall backup system for the project will
be finalized by the bidder with consul ng with UTDB before execu on of work.

3.4 Water Supply System

The bidder should design an efficient water supply system showing exact posi on of each
component like type & size of pump, pump room, pump motor, electrical panel, service line
etc. in the design.

3.5 Lightning Protec on Installa on

The bidder should design a suitable lightning protec on system to save the installa on from
lightning. Drawing should show actual loca on of air terminal, earth pits etc.

3.6 Electrical Land Scaping for Both Internal & External Illumina on

Special ligh ng fixtures with color LED ligh ng may be used in the por co, wai ng areas etc.
for beau fica on. Special ligh ng fixtures such as bollards, post top lanterns, path/road lights
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 61

with octagonal steel poles etc. shall be used to illuminate landscaping areas and internal roads.
The outdoor ligh ng system will have solar operated hybrid type.

3.6 CCTV System

The bidder should design a suitable CCTV system for both indoor and outdoor. The cameras
need to be installed in common areas inside buildings and also in the peripheral outer area of
the block. The system, will have mul ple display provisioned. The bidder will create sufficient
space in cloud for the storage purpose. Wi-Fi monitoring system will bw adopted for
surveillance purpose.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 62

GENERAL SCOPE OF WORKS


The general character and the scope of work to be carried out under this contract is illustrated in the
Specifica ons and Schedule of Quan es. The contractor shall carry out and complete the said work
under this contract in every respect in conformity with the contract documents and with the
direc on of and to the sa sfac on of the Owners site representa ve. The contractor shall furnish all
labor, materials and equipment (except those to br supplied by the owner) as listed under schedule
of Quan es and specified otherwise, transporta on and incidental necessary for supply,
installa on, tes ng and commissioning of the complete system as described in the specifica ons and
as shown on the drawings. This also includes any material, equipment, appliances and incidental
work not specifically men oned herein or noted on the Drawing/Documents as being furnished or
installed, but which are necessary and customary to be performed under this contract. The scope of
work shall generally comprise, but not limited to the following:
a) HT/LT Panels Power and Control Cables
b) 415 Volts MCC/ PCC Panels, Automatic Capacitor Panels, Lighting Panels etc.
c) Cable trays, Earthing and Lighting Protection system
d) Transformers
e) Re Wiring in the existing buildings
f) Installation of ON Grid Roof Top Solar Power Plant
g) Any other items required to complete the work.
Comply in full with all requirements described in or implied by this specifica on and with the
Condi ons of Contracts as well as Schedule and Drawings issued as part of the contract.
Request clarifica on and make all necessary enquiries prior to submi ng the tender regarding any
obscuri es or contradic ons on or omission from the specifica ons related documents and drawings.
No considera on will be given to cost claims for work arising from the failure to obtain such
clarifica on.
Minor civil works like drilling and punching holes and openings in concrete floors, slabs, chasing of
brick walls, fabrica on of suppor ng structures. Draining of water from cable trenches, excava on,
scaffolding, back filling for direct burial of cables an earthing conductors as applicable.
1. Preparation of execution drawing and as built-in-drawings.
 Coordination with other contractors with regards to installation of items in Electrical contractors
scope.
 The extent of work services under the contract include all items shown on the drawings, indicated in
companion with specifications, notwithstanding the fact that such items have been omitted for the
price schedule. All equipment’s and services which are required to complete the intent of the
contract shall also be deemed to be within the scope of the contract.
 All required Liaison work in relation to subject scope, including CEIG liaisoning and follow-up, securing
permission to commission the equipment and all related coordination with Municipal and such other
agencies.
 Training of owners staff.
2. Compliance with Standard
Standards

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 63

Comply with the requirements of all relevant Indian Standards (IS) or equivalent British Standards
(BS) regarding equipment manufacture, Design & Installation whether specifically mentioned or not.
Alternative Standards
International Standards (ISO) or IEC which are equivalent to the appropriate Indian Standard (IS) may
be used. Other Standards may be offered as an alternative only if submitted for approval along with
the equipment manufacturer’s written assurance that they are equal to BS, ISO or IEC Standards.
Discrepancies
In the event of a discrepancy between the Specification and any IS or BS or other approved standard,
the request clarification in written should be submitted and approval should taken from the Engineer.
Code, Regulations and Indian Standards
The installation shall conform in all respect to Indian Standard Code of Practice for Electrical Wiring
Installation IS 732-1982. It shall also be in conformity with the current Indian Electricity Rules Safety
Codes and the regulations and requirements of the Local Electrical Supply Authority. Wherever this
specification calls for a higher standard of materials and/or workmanship then those required by any
of the above regulations, this specification shall take precedence over the said regulations and
standards. In general, the materials, equipments and workmanship not covered by the above
conform to the following Indian Standards (latest), unless otherwise called for.
Nothing in the enclosed specification shall be construed to relieve the contractor of this
responsibility.

Graphical symbols for diagrams in the field of electro technology : Part 3


12032(Part3):1987 05
Conductors and connecting devices

Graphical symbols for diagrams in the field of electro technology: Part 7


12032(Part7):1987 12
Switchgear, control gear and protectivedevices.

Graphical symbols for diagrams in the field of electro


12032(Part8):1987 07
technology: Part 8 Measuring instruments, lamps andsignaling devices.
Guide for colour coding of electrical mimic diagrams 11954:1987 02Z
Guide for limits of temperature rise of the windings ofelectrical equipment when
9677:1980 02
tested by different methods.
Guide for preparation of diagrams, charts and tables forelectro technology:
8207(Part I):1976 02
Part 1 Definitions and classification.

Air circulator type electric fans and regulators (with amendment No.5) 2997:1964 06

Industrial cooling fans (man coolers) (first revision) (with amendment No.1) 6272:1987 05

Roof extractor units (first revision) (with amendment No.1) 3963:1987 06

AC supplied electronic ballasts for tubular florescent lamps: Part I, General and
13021(Part2):1991 05
safety requirements.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 64

Ballasts for high pressure mercury vapour lamps (first revision) 6616:1982 08

Bayonet lamp holders (third revision)(with amendment no.2) 1258:1987 10

High pressure mercury vapour lamps: Part 3, Dimensions of


9900(Part 3):1981 03
lamp caps (superseding IS:2183 and IS:7023)

Code of practice for earthing 3043:1987

Code of practice for electrical wiring installations(third


732:1989
revision)
Code of practice for the installation of electric bells and call
8884:1978 03
system
Code of practice for the protection of buildings and allied
2309:1989 15
structures against lighting (second revision)

Danger notice plates (first revision) 2551:1982 05

Guide for improvement of power factor in consumer


7752 (Part I):1982 06
installation Part I, Low and medium supply voltages
Guide for safety procedures and practices in electrical work:
5216(Part 2):1982 06
Part 2, Life saving techniques (first revision)
Guide for short-circuit current calculations in three-phase
13234:1992/IEC 909(1986)
AC system, (Superseding of IS5728:1970)

Special publication - National Electrical Code 30:1984

Special publication Chart on treatment for electric shock 31:1986

Warning symbol for dangerous voltages 8923:1978 01

Accessories for rigid steel conduits for electrical wiring (first


3837:1976 04
revision)

Adaptors for flexible steel conduits 4649:1968 03

Appliance-connectors and appliance-inlets (non- reversible


3010(Part 1):1965 05
three-pin type): Part 1, Appliance connectors (with amendment No.6)
Boxes for enclosure of the electrical accessories: Part 1,
5133(Part 1):1969 03
Steel and cast iron box (with amendment No.2)
Boxes for the enclosure of electrical accessories: Part 2,
5133(Part 2):1969 03
Boxes made of insulating material

Ceiling roses (second revision) (with amendment No.4) 317:1979 05

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 65

Conduits for electrical installations: Part I, General


9537(Part 1):1980 05
requirements
Conduits for electrical installations: Part 3, Rigid plain
9537(Part 3):1983 04
conduits of insulating materials (superseding IS:2509)
Conduits for electrical installation: Part 2, Rigid steel
9537(Part 2):1981 04
conduits (superseding IS:1653)(with amendment No.2)

Fittings for rigid non-metallic conduits (second revision) 3419:1988 07

Fittings for rigid steel conduits for electrical wiring (first revision) 2667:1988 05

Interlocking switch socket outlet (with amendment No.2) 4160:1967 06

AC electricity meters: Part 2, Single-phase whole-current


722(Part 2):1977 02
watt hour meters, Class II (first revision)(with amendmentNo.4)
AC electricity meters: Part 3, Three-phase whole current
and transformer operated and single-phase transformer operated watt-hour
722(Part 3):1977 03
meters, class 2(Second revision)(with
amendment No.2)
AC electricity meters: Part 5, Volt-ampere hour meters for
722(Part 5):1980 05
restricted power factor range, class 3.5 (first revision) (with amendment No.2)
Guide for testing, calibration and maintenance of AC
electricity meters: Part 1, Single phase whole current watthour meters, Class 9792(Part 1):1987 06
2.o (first revision)

Maximum demand indicators (class 1) 8530:1977 04

Testing equipment for AC electrical energy meters 12346:1988 05

Application guide for the selection of High Voltage fuses


12534:1988 02
for transformer circuit applications.
Carriers and bases used in re-wirable type electric fuses for
2086:1993 07
voltages upto 650 V (third revision) (Superseding IS:8724)

High voltage fuse-links for motor circuit applications) 10624:1983

High voltage fuses for the external protection of shunt


9402:1980 04
power capacitors.

High voltage fuses: Part 1, Current limiting fuses. 9385(Part I):1979 10

High Voltage fuses: Part 3, Application guide for high 9385(Part 3):1980 07
voltage fuses.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 66

LV Fuses for voltages not exceeding 1000 V AC or 1500 V 13703(Part 1):1993/IEC269-


1(1986) 15
DC:part I, General requirements {Superseding IS 9224(Part 1):1979}
LV Fuses for voltages not exceeding 1000 V AC or 1500 V 13703(Part2-Section
1):1993/IEC-269-
DC:Part 2, fuses for use by authorized persons, Section 1,
2(1993)
Supplementary requirements {Superseding IS 9224 (Part 2):1979}
LV Fuses for voltages not exceeding 1000 V AC or 1500 V 13703(Part2Section2):1993/IE
C269-2-
DC: Part 2, fuses for use by authorized persons, Section 2,
1(1987)
examples of standardized fuses.
LV Fuses for voltages not exceeding 1000 V AC or 1500 V 13703(Part 4) : 1993/
IEC26942(1980)
DC:Part 4, Supplementary requirements for fuse links for the protection
of semiconductor devices
{Superseding IS 9224 (Part 4):1980}
Application guide for measuring devices for high voltage 8690:1977 09
testing
Methods of high voltage testing: Part 1, General definitions 2071(Part 1):1993
and test requirements, (first revision) (Superseding IS:2070-1972)
AC contactors of voltage above 1000 V upto and including 9046:1978 08
11000 V
Alternating current disconnections (isolators) and earthing 9921(Part 1):1981
switches for voltage above 1000 V: Part 1, General anddefinitions.
Alternating current disconnections (isolators) and earthing switches for voltage 9921(Part 2):1982
above 1000 V: Part 2 Rating.
Alternating current disconnections (isolators) and earthing switches for voltages 9921(Part 3):1982
above 1000 V:Part 3, Design and construction
Alternating current disconnections (isolators) and earthing switches for voltages 9921(Part 4):1985
above 1000 V: Part 4, Type tests and routine tests.

Dimensions of terminals of high voltage switchgear and control gear. 10601:1983

General requirements for circuit breakers for voltages above


13118:1991
1000 V.
General requirements for switchgear and control gear for voltages exceeding
12729:1988
1000 V

Guide for testing of circuit breakers with respect to out-of- phase switching 9135:1979

Interconnecting busbars for AC voltage above 1 kV upto and including 36 Kv 8084:1976

Metal-enclosed switchgear and control gear for voltage above 1000 V but not
3427:1969
exceeding 11000 volts (with amendment No.1)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 67

Methods of synthetic testing of high voltage alternating current circuit breakers. 13516:1993

Switches and switch isolators for voltages above 1000V: Part 1 General and
9920(Part 1):1981
definitions.

Application guide for voltage transformers (first revision) 4146:1993

Current transformers: Part 1,General requirements (second revision) 2705(Part 1):1992

Current transformer: Part 2, Measuring current transformers (second revision) 2705(Part 2):1992

Current transformers: Part 3, Protective current transformers (second revision) 2705(Part 3):1992

Current transformer: Part 4, Protective current transformers


2705(Part 4):1992
for special purpose applications (Second revision)
Voltage transformers: Part 1, General requirements (second
3156(Part 1):1992
revision)

Voltage transformers: Part 2, Measuring voltage transformers (second revision) 3156(Part 2):1992

Voltage transformers: Part 3, Protective voltage transformers (second revision) 3156 (Part 3):1992

Voltage transformers: Part 4, Capacitor voltage transformer


3156(Part 4):1992
(second revision)
Circuit Breakers for over current protection for household
8828:1993
and similar installations (first revision)
Code of practice for selection, installation and maintenance
10118(Part 1):1982
of switchgear and control gear: Part 1, General
Code of practice for selection, installation and maintenance
10118(Part 2):1982
of switchgear and control gear: Part 2, Selection
Code of practice for selection, installation and maintenance
10118(Part 3):1982
of switchgear and control gear: Part 3, Installation.
Code of practice for selection, installation and maintenance
10118(Part 4):1982
Of Switchgear and control gear Maintenance.
Distribution pillars for voltages not exceeding 1000 Volts 5039:1983
(first revision)
Enclosed distribution fuse boards and cutouts for voltages 2675:1983
not exceeding 1000 V (second revision)

Guide for marking of insulated conductors (first revision) 5578:1983

Identification of terminals of contactors and associated 10705:1983


Overlord relays

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 68

LV switchgear and control gear, Part I, General rules 13947(Part 1):1993


(Superseding IS 4237:1982 & IS 2147:1962)
LV switchgear and control gear, Part 2, Circuit breakers 13947(Part 2):1993
(superseding IS 2516(Part 1 & 2/ Section 1):1985
LV switchgear and control gear Part 3, Switches, 13947(Part 3):1993
disconnections, switch-disconnectors and fuse combination unit (Superseding IS
4064(Part 1 & 2)
LV switchgear and control gear Part 4, Contactors and 13947(Part4-section1):1993
motor starters Section 1, Electromechanical
{Superseding IS 2959 and IS 8544 (all Parts)}
LV switchgear and control gear Part 5, Control circuit 13947(Part 5-Section 1):1993
devices and switching elements, Section 1 Electromechanical control devices
{Superseding IS
6875(All parts)}
Miniature circuit breaker boards for voltage up to and 13032:1991
including 1000 volts AC.
Specification for low voltage switchgear and control gear 8623(Part 1):1993
assemblies: Part 1, Requirements for type-tested and partially type tested
assemblies (first revision)
Specification for low voltage switchgear and control gear 8623(Part 2):1993
assemblies: Part 2, Particular requirements for bus bar trunking systems (bus
ways) (first revision)
LV Switchgear and control gear assemblies: Part 3, 8623(Part 3):1993
Particular requirements for equipment where unskilled persons have access for
their use.

Brass glands for PVC cables 12943:1990

Cast iron joints boxes for tee and branch trouser joints 10606:1983
suitable for paper insulated cables for voltages up to and including 11 kV.
Code of practice for installation and maintenance of power 1255:1983
cables upto and including 33 kV rating (second revision)
Compression type tubular in-line connectors for aluminum 8308:1993
conductors of insulated cables (first revision)
Compression type tubular terminal ends for aluminum 8309:1993
conductors of insulated (with amendment No.1)

Conductors for insulated electric cables and flexible cords 8130:1984

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 69

(first revision)

Cross linked polyethylene insulated PVC sheathed cables: 7098(Part 1):1988


Part 1 for working voltage up to and including 1100 V (first revision)
Cross linked polyethylene insulated PVC sheathed cables: 7098(Part 2):1985
Part 2 for working voltage from 3.3 kV up to and
including33 kV (first revision) (with amendment No.2)

Drums for electric cables. 10418:1982

Methods of test for cables :Part 0, General 10810(Part 0):1984

PVC insulated cables for working voltages up to and 694:1990


including 1100 V (third revision)
Application guide for electrical relays for AC systems: Part 3842(Part 1):1967
1, Over current relays for feeders and transformers
Application guide for electrical relays for AC systems: Part 3842(Part 2):1966
2, Over current relays for generators and motors
Application guide for electrical relays for AC systems: Part 3842(Part 3):1966
3, Phase unbalance relays including negative phase sequencerelays (with
amendment No.1)
Application guide for electrical relays for AC systems: Part 3842(Part 4):1966
4, Thermal relays (with amendment No.1)
Application guide for electrical relays for AC systems: Part 3842(Part 5):1968
5, Distance protection relays
Application guide for electrical relays for AC systems: Part 3842(Part 6):1972
6, Power relays.
Application guide for electrical relays for AC systems: Part 3842(Part 7):1972
7) Frequency relays.
Application guide for electrical relays for AC systems: Part 842(Part 8):1976
8, Voltage relays.
Application guide for electrical relays for AC systems: Part 3842(Part 9):1977
9, Relays for bus bar protection.
Application guide for electrical relays for AC systems: Part 3842(Part 10):1976
10, Relays for transverse differential protection
Application guide for electrical relays for AC systems: Part 3842(Part 12):1976
12, Differential relays for transformers.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 70

Defini ons

The following abbrevia ons used in the bill of quan es, specifica ons
and drawings represent:

IS: Indian Standard Specifica ons.


BS : British Standard.

HRC : High Rupturing Capacity.

GI : Galvanized Iron.

MS : Mild Steel.

CI : Cast Iron.

APL :Aluminum Conductor, Paper Insulated Lead.

STS : Sheathed, Double Steel Tape Armored & Served.

XLPE : Cross Linked Polyethylene

PVC : Polyvinyl Chloride.

HT : High Tension.

LT :Low Tension

AMP :Ampere.

KV : Kilo Volts.

PT : Potential Transformers.

CT : Current Transformers.

MOCB : Minimum Oil Circuit Breakers.

SF6 : Sulfur Hexa Fluoride Breaker

VCB : Vacuum Circuit Breaker

ACB : Air Circuit Breaker

MCCB : Moulded Case Circuit Breakers.

ELCB : Earth Leakage Circuit Breakers.

CFS : Combination Fuse Switch.

MCC :Motor Control Centre

PMCC :Power and Motor Control Centre

MLP : Main lighting Panel

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 71

MCB : Main Circuit Breaker

FDB : HRC Fuse Distribution Board.

LDB : Lighting Distribution Board.

PDB : Power Distribution Board.

KVA : Kilo Volts Ampere.

KW : Kilo Watts.

HP : Horse Power.

SWG :Standard Wire Gauge.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 72

Technical Specifica ons


Supply of various equipment, unloading, receiving, inspec on, storing, transporta on to work
site, handling, assembling, cleaning, mechanical erec on, chipping of founda ons, installa on,
alignment, tes ng and commissioning and handing over in working condi on of all items covered
below but not limited to it.

a) Transformer
b) LT Panels
c) 415 V MCC/PCC Panels
d) Automatic Capacitor control panel, Lighting panels etc.
e) HT/LT Power and Control Cables
f) Lighting and Power Distribution Board
g) Feeder Panels
h) Installation of Lighting fixtures and accessories , Metal Clad Switches, Sockets, conduits and
wires
i) Supply and Installation of UPS
j) Cable trays, earthing station/materials
k) Lightning Protection system
l) Street Lighting, Solar Street Lights and Landscape lighting
m) Installation of 74 KW ON Grid Roof Top Solar Power Pant
n) Items specified in Schedule of Quantities

Materials

The materials listed under “APPROVED MAKE” only shall be used. Materials equipment’s fi ngs etc.
used in the installa on shall conform to the latest relevant IS. In case of material for which standard
specifica ons do not exists, the material shall be got approved by the competent authority of UTDB
before the start of work.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 73

Technical Specifica on For Transformer

Scope

The following specifica on covers the supply of Transformer required for the proposed project

General Informa on

Transformers shall be designed, manufactured and equipped with all accessories in accordance with
the specifica ons and the applicable standards indicated below.

The design and workmanship shall be in accordance with the best engineering prac ces to ensure
sa sfactory performance and service li .

Transformer shall be suitable for the following ambient condi ons:

Design Ambient Temperature – 50 deg C

Maximum Humidity – 100 %

Conformity with Statutory Acts, Rules, Regula ons and Safety Codes

1. Indian Electricity Act & Rules


All electrical works in accordance with the Installation of electric sub stations shall be carried out in
accordance with the provision of Indian Electricity Act, 2003 and the Indian Electricity Rules, 1956
amended up to date. Wherever I.E rule numbers have been indicated, they are based on IE Rules, 1956
amended up to date.
2. CPWD Specifications
The electrical works shall also confirm to CPWD General Specifications for Electrical Works Part I
(Internal) 2013 and Part II (External) 1994 as amended up to date wherever relevant and applicable.
3. Indian Standards
The Sub-Station equipment’s and their installation shall conform to relevant Indian Standard.

Code of Standard

The Transformer shall conform to the requirement of the latest revision of the following Codes &
Standards.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 74

IS: 10028 : Installation and Maintenance of Transformers, Code of Prac ce

IS: 2026(Part 1 to V) : Power Transformer

IS: 3639 : Power Transformers, fi ngs and accessories

IS: 335/ IS: 12463 : Specifica on for new insula ng oil for Transformers and switchgear

IS: 2099 : Bushings for alterna ng voltage above 1000V

IS: 5 - 1951 : Colours for ready mixed paints and enamels

IS: 648 : Non-oriented electrical steel sheets for magne cCircuits

IS: 1866 : Code of prac ce for maintenance of insula ng oil

IS: 2166 : Guide for insula on co-ordina on

IS: 6600 : Guide for loading of oil-immersed transformers

Wherever Indian Standards are not available, the Transformer shall conform to relevant Interna onal
Standard.

Design Criteria

 The Transformer shall be Oil Type and designed for Natural Cooling (ONAN)
 The Transformer impedance shall be specified to limit the fault level on the LV side. The neutral
of the low voltage winding will be solidly grounded.
 Account shall be taken of the different forms of system fault that can arise in services, such as
line to earth faults associated with the relevant system and Transformer earthing conditions.
The short-circuit level will be specified in the Data sheet.
 The Transformer shall be capable of continuous operation at its rated output without exceeding
the temperature limits as below (50 Deg C ambient temperature)
In Top Oil by Thermometer : 50 Deg C
In Winding by Resistance : 50 Deg C
 Overloads shall be allowed within the conditions defined in the loading guide of the applicable
standards. Under these conditions, no limitations by terminal bushings, ON load tap changers
or other auxiliary equipment’s shall apply.
 The Transformers shall be capable of continuous normal operation at its rated output under the
following conditions:
Voltage varying by : +5% to -15%

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 75

Frequency varying by : +/-3%


 The Transformer shall be designed and constructed so as not to cause any undesirable
interference in radio communication circuits.
 Steel Bolts and nuts exposed to the atmosphere shall be either galvanized or Zinc passivated.
 Nuts, bolts and pins used inside the Transformers and Tap Changers compartment shall be
provided with lock washers or locknuts.
 Transformer Design shall take care of protection against surge voltage.
 Internal design of Transformer shall ensure that air is not trapped in anu location.
 The Neutral terminal windings shall be designed for the highest over current that can flow
through this winding.
 The design of Transformer shall be such as to reduce noise and vibration to the level obtained
in good modern practices. The noise ratios, impedance, load losses and no load losses subjected
to the suppliers guarantees shall be within the tolerance given in applicable standards.

Transformer Tank

 The Tank shall be of electrically welded construction and fabricated from sheet steel of
adequate thickness. Tanks shall be hydraulically tested to ensure that they are leak proof and
subjected to vacuum test.
 The tank shall have adequate strength to withstand without any deformation
(i) Mechanical shock during transportation and
(ii) Oil filling by vacuum
 The transformer tank shall be provided with sets of bi-directional flat wheels for rolling the
transformer parallel to either center lines.
 Jacking pads, lifting eyes and pulling lugs shall be provided to facilitate lifting and movement of
the transformer, filled with oil. All heavy removable parts shall be provided with eye bolt for
ease of handling.
 The transformer top shall be provided with a detachable tank cover with a boltedflanged gasket
joint. Lifting lugs shall be provided for removing the cover. Ifnecessary, the surface of the cover
shall be suitably sloped so that it does notretain rain water.
 Adequate space shall be provided at the bottom of the tank for collection of sediments.
 The Transformer base shall be designed to permit skidding of the complete Transformer unit in
any direction. Pulling eyes shall be provided for moving the Transformer in either direction.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 76

 The material used for gaskets shall be rubberized cork sheet. Gasketed joints for the tank and
manhole covers bushings and other bolted attachments shall be oil- tight and so designed that
the gasket will not be exposed to the weather.
 Tank shall be provided with a pressure release devices which shall operate at apressure below
the test pressure for the tank and radiators. The device shall berain-proof after blowing and shall
be provided with a device visible from ground to indicate operation. An equalizer pipe connecting
the pressure relief deviceto the conservator shall be supplied.
 Materials in contact with oil, shall be such as not to contribute to the formationof acid in oil.
Surface in contact with oil shall not be galvanized or Cadmium plated.
 Inspection covers of manholes of sufficient size shall be provided for access toleads, windings,
bottom terminals of bushings and taps.
 Oil sampling taps shall be provided with valve at top and bottom to collect sampleof oil from the
tank for testing.
 To facilitate the oil filtration by stream line filter, suitable inlet and outlet taps with valves at the
bottom and at the top of the tank on diagonally opposite cornersshall be provided. The valve at
the bottom may be used as drain valve.
 Thermometer pocket for top oil temperature measurement by liquid thermometer shall be
provided.
 Marshalling kiosk boxes, etc. shall be weatherproof having a degree of protection to IP55.
 Cooling tubes or radiators shall permit every part of the cooling surface to be cleaned by hand
and shall be suitably braced to protect them from mechanical shock. Each radiator bank shall
be detachable type and provided with oil isolating valves at either sides.
 The Transformer tank shall be fitted with a double diaphragm type of explosion relief vent at the
top with equalizer pipe connection to oil conservator.
 Explosion relief vent should be located on the top cover and directed in such a way that on
bursting of diaphragm, the oil forced out will not fall in any of theauxiliary equipment of the
transformer and the other electrical equipment in the vicinity.

Core & Oil

 The core shall be built of high quality, low loss, non-ageing high permeability grain- oriented,
cold rolled silicon steel lamination with very low magnetization losses and annealed to relieve
stresses and develop excellent magnetic properties.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 77

 The core clamping frame shall be provided with lifting eyes for the purpose of taking and
inspecting the core with windings mounted thereon and shall have ample strength to take the
full weight of the core and winding assembly. The core assembly shall be electrically connected
to the transformer tank for effective core earthing.
 All insulating materials shall be of proven design. Coils shall be so insulate that voltage stresses
are minimum.
 The windings shall be from electrolytic copper conductor of high 99.8% Purity conductivity with
suitable Class "A" insulation. The windings shall be duly sectionalized. Similar coils shall be
connected by accessible joints braced or welded and finished smooth.
 Coil assembly shall be securely positioned with spacers, pressed board cylinders, barriers and
shall be so arranged as to allow free circulation of the oil.
 All leads from the windings shall be suitably supported to prevent damage from vibration or
short-circuit stresses.
 The core and coil assembly shall be rigidly braced and fixed on to the tank so that no shifting or
deformation occurs during transport and installation or during short circuits.
 The finally assembled core with all clamping structure shall be free from deformation and shall
not vibrate during operation.
 The core clamping structure shall be designed to minimize eddy current loss.
 The end turns on the high voltage windings shall have reinforced insulation to with stand any of
the voltage surges likely to occur during switching or any other abnormal system condition.

Internal Earthing

 All internal metal parts of the transformer, with the exception of individual laminations, core
bolts and their individual clamping plates shall be earthed.
 The top clamping structure shall be connected to the tank by a copper strap. The bottom
clamping structure shall be also earthed.
 The magnetic circuit shall be connected to the clamping structure at one point only and this
shall be brought out of the top cover of the transformer tank through a suitably rated bushing.
A disconnecting link shall be provided on transformer tank to facilitate disconnections from the
ground for IR measurement purpose.

Tappings

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 78

 OFF LOAD TAP CHANGER as specified shall be provided on the high voltage winding The
Transformer shall be capable of delivering its rated output at any tap position.
 The winding including the tapping arrangement shall be designed to preserve the
electromagnetic balance between HV and LV winding at all voltage ratios.

Insula ng Oil

 The insulating oil shall conform to the latest revision of IS:12463, properly inhibited for
prevention of sliding.
 The necessary first filling of oil, shall be supplied for the transformer. 10% excess oil shall also
be provided (to take care of wastes) in non-returnable containers suitable for outdoor storing.

Transformer Bushings

 All transformer bushings shall conform to the requirement of the latest revisions of IS:2099 and
IS: 3347.
 All porcelain used in bushings shall be homogenous, nonporous Uniformly glazed to brown
colour and free from blisters, burns and other defects.
 Stresses due to expansion and contraction in any part of the bushing, shall not lead to
deterioration.
 Fittings made of steel or malleable Iron, shall be galvanized. Each bushing shall be so
coordinated with the transformer insulation that all flash over will occur outside the tank.
 The bushings shall be located so as to provide adequate electrical clearances between the
bushings and also between bushing and ground.

Terminal Arrangements

 The HV terminals shall be brought to an air-insulated disconnecting (HT Cable Box) chamber
suitable for terminating 2R X 3C x 400 Sq. mm XLPE, (solidly grounded) UG Cable forming a
weatherproof assembly.
 The secondary terminations shall be brought to an air-insulated Disconnecting chamber which
in turn connected to LT Cable Box connection suitable for and as required forming a
weatherproof assembly.
 The cable boxes shall have all standard facilities suitable for XLPE/PVC cables/Copper/Aluminum
conductor as mentioned in the data sheet.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 79

 The disconnecting chamber shall be air-insulated. Bushings, drain breather, removable covers,
shall be provided for the disconnecting chamber, Plates through which high current carrying
conductors pass, shall be non-magnetic.
 Phase to phase and phase to ground clearances within the camber, shall be such as to enable
either the Transformer or each cable to be subjected separately to H.V. tests.

Neutral Terminal

 The size of the neutral bushing shall be as that of phase bushings. On the LT side, two bushings
shall be provided for neutral, one through top side wall bushings and other connection to
earthing.
 Earth portion of the Cable End Box shall be provided with 2 Nos. Grounding pad suitable for
Purchaser's 75 x 10 mm G.I./Copper flat.
The following accessories shall be provided with Transformer
Temperature Indicators

One set dial type thermometers with a pointer to register the highest temperature a ained for oil
temperature indica on/winding temperature indica on shall be supplied and fi ed inside the
marshalling box. Two separate sets of contacts shall be provided, one for alarm and the other for
circuit breaker trip on higher temperature.

Built on Radiators
 The following accessories shall be provided for radiator:
 Top and bottom shut-off valves and blanking plates on each radiator.
 Lifting Lugs
 Air release plug at top.
 Oil drain plug at bottom
Conservator Tank
 The conservator tank shall be connected with the main tank by a pipe through Buchholz
relay (having separate sets of contacts for alarm and tripping) with Isolating valves at
both ends.
 The conservator tank shall be provided with dial type (magnetic) level indicator
 Visible from ground level and fitted with low oil level alarm contact.
 A weather proof dehydrating breather shall be provided with silica gel as the
Dehydrating agent.
Marshalling Box
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 80

 A dust and weather proof marshaling box, suitable for outdoor use shall be provided.
 The box shall contain terminal blocks meant for Buyer’s control cable
Connections and all Auxiliary Devices
 The marshalling box shall be provided with a Blank detachable plate for mounting the
control cable glands. The control cable
 Glands are not within the scope of this specification. The marshalling box shall have
glass front for reading the temperature indicators from outside.
 Degree of Protection IP 55.
Gas & oil Actuated Relay (Buchholz relay)

A double float type Buchholz relay as per specified standards shall be provided if specified in data
sheet. All gases evolved in the transformer shall collect in this relay. The relay shall be provided with a
test cock suitable for a flexible pipe connec on for checking its opera on. A 5 mm copper pipe shall be
connected from the relay test cock to a valve located about 1.25 M above ground level to facilitate
sampling with the transformer in service. The device shall be provided with two electrically
independent ungrounded contacts, one for alarm on gas accumula on and the other for tripping on
sudden rise of pressure. These contacts shall be wired up to the transformer marshalling box. The relay
shall be provided with shut-off valves on the conservator side as well as the tank side.

Wiring
 Wiring for winding and oil temperature indicators, magnetic level gauge, Buchholz relay
contacts and neutral CT etc. provided on the transformer shall be wired up to Terminal
blocks inside the marshalling box by means of 2.5 Sq mm (4 Sq mm for CT’s) flexible
FRLS PVC copper cables Wires shall be identified at the terminations by numbered
plastic ferrules.
 Not more than two wires shall be connected to one terminal. 10% spare terminals shall
be provided.
 Auxiliary supply to all indications, alarms and trip contacts provided shall be suitable for
operation on a suitable A.C / D.C system.
 All devices and terminal blocks within the marshalling box shall be clearly identified by
symbols corresponding to these used on applicable schematic or wiring diagram.
Metal treatment and painting
 All steel surfaces shall be thoroughly cleaned by sand blasting or chemical agents as
required to produce as smooth surface. Free of scale, ruse and grease.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 81

 All paints shall be carefully selected to withstand tropical heat, rain, etc. The paint shall
not scale-off or crinkle or be removed by abrasion due to normal handling.
 Tanks recoated inside with oil and heat resistant paint. The external surfaces shall be
given a coat of high quality Zinc chromate primer followed by two coats of high quality
Epoxy paint as per IS: 5- 1961.
Tolerance on performance guarantees

The permissible tolerances on the performance guarantee are as follows:

Voltage ra o at No. load:

(a) 0.5% of the declared ratio.

A percentage of the declared ra o equal to 10% of the actual Percentage impedance voltage at
rated current.

 No. load loss :+/-10%.


 Load Loss Impedance voltage at Rated current : +/10%.
 : +/-10% on principal tap.
 Efficiency & Regulation : In accordance with the tolerances on impedance voltage and
losses as applicable.

Buyer may reject any transformer if during tests or services any of the following condi ons arise:

1. No load and load losses exceeds the guaranteed value by 15% or more.
2. Impedance voltage at principal tapping differs the guaranteed value by +/- 10% or more.
3. Transformer fails during any of the tests.
4. Transformer is proved to have been manufactured not in accordance with the agreed
specification.
5. Buyer reserves the right to retain the rejected transformer and take it into service until the
supplier replaces at no extra cost to Buyer, the defective transformer by a new acceptable
transformer.
6. Seller shall repair or replace the transformer within a reasonable period to the Buyer’s
satisfaction at no extra cost to the Buyer
Dimensions

The overall dimensions of the transformer shall be indicated along with the offer.

Tests
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 82

1. Routine Test : As per IS Standard

During manufacturer and on comple on, Transformers shall be subjected to the rou ne tests as laid
down in IS: 2026-1977 as amended up to date.

These includes:-

(a) Resistance measurement of all windings at the rated voltage connection on all taps.
(b) Ratio tests at the voltage connection on all taps.
(c) Vector Group Test.
(d) Impendence and load loss at rated current on the rated voltage and connection onall taps.
(e) No-load loss and current at 90, 110% of the rated voltage.
(f) Power frequency withstand test.
(g) Insulation resistance tests in windings, auxiliary devices, core and tank.

In addi on, the following tests shall be performed on each transformer:

(a) After fabrication, each tank fitted with all valves, covers, etc. shall be tested for leaks with
normal head of liquid plus 0.352 kg/Sq. cm for a period of 12 hours. If any leak occurs, the test
shall be conducted after all leaks have been repaired.
(b) The tank shall be subjected to vacuum as per CBIP specifications.
2. Type Tests

Typical type test cer ficates shall be furnished for approval before dispatch of equipment.

Test Certificates
 Three (3) copies of test certificates including for bought-out items like relays, valves,
etc. Shall be furnished to the Buyer, along with complete identification of data including
serial number of the transformer.
 The Buyer will depute his representative to inspect the equipment and witness any
(or)all the tests.
 If the tolerance exceeds the limits prescribed in standards, buyer has right to reject the
transformer.
Spares

The spares as in data sheet shall be quoted along with the supply of Transformers.

Packing

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 83

Packing should be of high quality to avoid any damage of the equipments during transit.

Drawings/Details/Documents

A general outline drawing of each transformer shall be furnished with the offer. The drawing shall
indicate dimensions net weights. Quan ty of insul ng oil, general construc onal features, dimensions
of the largest part to be transported etc.

A er acceptance of the offer, the Seller shall furnish the following drawings for approval:-

(a) General arrangement drawing showing the plan, front elevation , side elevation, foundation
plan, complete with details of bill of materials, detailed dimensions, net weights,
details/drawings of HV/LV terminals, cable boxes.
(b) Rating and terminal marking plates details.
(c) Control and wiring diagram for marshalling boxes. With interconnection details of cable sizes &
number of cores required between various equipment such as relays, marshalling box, etc.
(d) Four copies of all final approved drawings shall be furnished by the seller before dispatch of the
equipment.
(e) Any other relevant drawing and data necessary for operation and maintenance purpose shall
be furnished.
(f) Three sets of instruction manual of transformer, its various fittings and gauges (the manual shall
clearly indicate the installation methods, check-ups and tests to be carried out before
commissioning of the equipment’s) shall be furnished to Buyers. One set of the above shall be
submitted to Architects.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 84

Technical Specifica ons For Low Tension Cables

Scope
 This specification covers the technical requirements of supply, laying, testing and
commissioning of Heavy duty medium voltage cables up to 1100 Volts for power, control and
lighting application for efficient and trouble free operation.
 The cable shall be properly packed for transportation, supply and delivery at site.
Code And Standards

The materials covered by this specifica on shall unless otherwise stated as designed, constructed,
manufactured and tested in accordance with latest revisions of the relevant Indian Standards.

IS 1554 (Part I)- PVC insulated cables for working Voltages Up to and including 1000 V.
1988 :

IS 5831 - 1984 : PVC insulation & sheath of electric Cables

IS 8130 - 1984 : Conductors for insulated electrical cables

IS 3961 (Part Recommended current ratings for PVC insulated and PVC sheathed heavy
:
II) - 1977 duty cables

Rating

The cable shall be rated for a voltage ra ng of 650/1100 Volts.

Selection of Cables

Cables should be selected considering the condi ons of maximum connected load, ambient
temperature, grouping factor and allowance for voltage drops. However it is the responsibility of the
contractor to recheck the sizes before cables are procured. He should submit the cable de ra ng,
voltage drop and length calcula on to Architects for approvalbefore procuring cables.

Insulation
 The conductor is insulated with suitably compounded PVC applied to the conductor by the
extrusion.
 The PVC compound used for insulation shall have reduced flame propagation property. This
shall also have reduced emission of hydrogen chloride gas fumes etc. when severely overheated
during fires.
Core Identification

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 85

The cores of the cables shall be provided with the colour scheme of PVC insula on as per IS for easy
iden fica on.

Armouring

The armoring of mul core cable consists of either GI round steel wires or GI flat strips and in case of
single core cable armoring shall be of non-magne c material such as hard drawn aluminum or
aluminum alloy wires or strips.

Outer Sheath

The PVC compound used for outer sheath shall be resistant to termites, fungus and rodent a acks and
shall also have reduced flame propaga on property as specified above.

Identification

The manufacturer's name, voltage grade of cable, year of manufacture, nominal cross- sec onal area
of conductor shall be embossed on the outer sheath of the cables throughout the length of the cable
at regular intervals.

Packing, Marking and Transport


 The cables shall be supplied in strong, non-returnable wooden drums of heavy construction.
 Each cable drum is marked with particulars of cable size, voltage class, length, direction of
rolling, position of outer gross weight, ISI certification marking etc.

Storing, Laying, Jointing and Terminations


Storing
 All the cables shall be supplied in drums, on receipt of cables at site, the cables shall be inspected
and stored in drums with flanges of the cable drum in vertical position.
 Employer/Architects will inspect the cables before storing. Contractor shall take out samples
from the drums as per their instructions and send them to the manufacturers to conduct the
approval tests. After the receipt of the test analysis, the cable will be accepted by the Employer.
Laying

Cables shall be laid as per the specifica on given below:

Cables in Outdoor Trenches

Cables shall be laid in outdoor trenches wherever called for. The depth of the trenches shall not be less
than 75 cms. From the Formed Ground Level (FGL) which has to be ascertained from the Architects. The
width of the trenches shall not be less than 45 cms. A spacing of not less than the cable diameter shall
be allowed between the cables. The trenches shall be cut square with ver cal side walls and with
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 86

uniform depth. Suitable shoring and propping may be done to avoid caving in of trench walls. The floor
of the trench shall be rammed level. Cable unreeling from drums shall be done only with the help of
cable drum rolling supports. The cables shall be laid in trenches over the rollers placed inside the trench.
The cable drum shall be rolled in the direc on of the arrow for rolling. Wherever cables are bent, the
minimum bending radius shall not be less than 12 mes the diameter of the cable. 15 cms thick layer of
sand cushioning to be provided full of stones and pebbles. Cable shall be taken li ed and placed over
this and cushion. The cable shall then be covered with a 15 cms thick sand cushion, where cable is laid
in rocky situa on. Extra thick cushioning of sand as may be required/ decided by the Project
Manager/Architects shall be done without extra charge. Over this, a course of cable protec on les or
brick shall be provided to cover the cables by 5 cms on either side. Unless otherwise specified, the cable
shall be protected by concrete les/stone slabs of minimum 25 mm thick placed on top of the trench
breadth wise for the full length of the cable. Trench shall be back filled with earth and consolidated.
Cables shall be laid in Hume pipes at all road crossings and in GI pipes / PVC pipes at the wall entries.
Approved cable markers made of concrete blocks indica ng the voltage grade and the direc on of run
of the cables shall be installed at regular intervals of 25 Mtrs. The depth of concrete blocks shall be at
least 300 mm below ground and 50 mm above ground.

Cables in Indoor Trenches


 Cables shall be laid in indoor trenches wherever specified. Suitable painted MS base plate
clamps, saddles, GI nuts/bolts or alternatively UV resistant tie wraps shall be used for securing
the cables in position at an interval not more than 450 mm. Spacing between the cables shall
not be less than15 mm center to center. Wherever specified, trenches shall be filled with fine
sand and covered with steel chequered trench covers or RCC slabs.
 All chases and passage if necessary for the laying of service cables at the entry or of premises
shall have to be cut and made good to the satisfaction of the Project Manager/ Consultants.
 All cables entries into the buildings/cable trenches/ducts, etc. shall be suitably sealed as
required by the Project Manager/Consultants without extra cost.
Jointing and End Terminations
 Cable jointing shall be done as per the recommendations of the cable manufacturer.
 Jointing shall be done by qualified cable jointer under strict supervision. Sample crimping of
different size cables shall be subjected to contact resistance and heating tests in the presence
of the Architects.
 Each termination shall be carried out using Electroplated Brass double compression glands and
copper cable sockets and approved jointing materials are to be used. Hydraulic crimping tool

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 87

shall be used for making the end terminations. Cable gland shall be bonded to the earth by using
suitable copper wire with earth tags. The cable armoring is to be earthed properly so that the
earth continuity is maintained. All outdoor terminations shall be provided with PVC shroud’s to
make them water vermin proof.
Testing
 Cables shall be tested at factory as per the regulations of IS: 1554 Part I. The tests shall
incorporate routine tests, type tests and acceptance tests.
 Copy of such test certificates shall be furnished to the Owner.
 Cables shall be tested at site after installation and results shall be submitted to
Consultants/Engineers.
 Insulation resistance between conductors and neutral and conductors and earth.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 88

Technical Specifica ons for 415 Volts Switch Boards


(Indoor / Outdoor)
Scope

This specifica on is intended to cover the design, manufacture, assembly, tes ng at manufacturer's
works, properly packed for transporta on, supply and delivery tes ng and commissioning complete in
all respects with all components, fi ngs and accessories for efficient and trouble-free opera on as
specified hereina er for the proposed project.

General Informa on

 The equipment’s shall be designed, manufactured and equipped with accessories in accordance
with this specification and the applicable codes and Standards indicated below.
 Materials and components not specifically stated in this specification but which are necessary
for satisfactory and trouble free operation and maintenance of the equipment shall be supplied.
 The design and workmanship shall be in accordance with the best engineering practices to
ensure satisfactory performance and service life as specified herein.
 Switchboards shall be suitable for an ambient temperature of 45 Deg C.

Code and Standards

The equipment covered by this specifica on shall unless otherwise stated be designed, constructed
and tested in accordance with the requirements of the Indian Electricity Act and Rules and latest
revision of the following standards.

Arrangement of bus bars, main connection and auxiliarywiring.


IS 375 :
Insulating coils
IS 335 :
AC Electricity Meters
IS 722 :
Direct acting Electrical indicating instruments
IS 1248 :
: Motor starters AC, for voltage not IS 8544: exceeding 1000
IS 13947
Direct-on-line.
(Part-4,Sec 1)
AC Starters
: Bushings
IS 2099
: Degree of protection provided by enclosures for low voltage
IS 13947 (Part :- I) switchgear and control gear
: Dimensions of panel mounted electrical indicating and recording
IS 2419 instruments
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 89

:
IS 13947(Part 2) Circuit Breakers
:
IS 2607 Air-break isolators for voltage not exceeding 1000 Volts
:
IS 2705 Current Transformers
:
IS 4201 Application guide for CT's
:
IS 13947 Contractors for voltages not exceeding 1000 V AC or 1200 V
DC
(part 4,sec 1)
IS 3072 : Installation and maintenance of switchgear
IS 3231 : Electrical relays for power system protection
Air -break switches, air- break disconnectors and fuses
IS 13947 (Part 3) :
combination for voltages not exceeding 1000 V AC or 1200 V DC
Application guide for electrical relays for AC System.
IS 3842 :
Heavy duty air break switches and composite units of air break
IS 4047 :
switches and fuses for voltages not exceeding 1000 V.
VoltageTransformers
IS 4146 :
General requirements for switchgear and control gear for voltages
IS 13947 (Part 1) :
not exceeding 1000 volts
Preferred panel cut-out dimensions for electrical relays.
IS 4483 :
IS 5 1 2 4 : Induction motor starters, AC (voltage not exceeding1000 V)
Maintenance of code of practice.
IS 5987 : Selection of switches (voltage not exceeding 1000 V)
IS 6875 : Control switches for voltages upto and including 1000V
IS 8588 Part- I : Code of practice for thermostatic bimetals.
General requirements and method of tests.
Factory built assemblies of switchgear and control gear for voltages up
IS 8623 :
to and including 1000 V AC and 1200 V DC
Miniature air-break circuit breakers for voltages not exceeding 1000
IS 8828 :
Volts.

Basic Requirement

 The switchboards shall be designed for 415 V, 3 phase, 4 wire, 50 Hz supply.


 Switchboards shall be rated for minimum fault level
 Control power supply of the switchboards shall be 240 V, 1 Phase, 50 Hz AC supply tapped from
the respective module itself.
 The switchboards manufacturers shall apply all derating factors necessary to all components of
the switchboards to comply with the conditions detailed in this specification.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 90

 The ratings of motors, control-gears, fuse switches, etc. furnished in the drawings are for tender
purposes only. Any changes in the above will be intimated at the time of placement of purchase
order or before fabrication of panels.

Construc onal Features

The Switchboard shall be:

1) Of the totally metal enclosed, indoor, floor mounted, free standing cubicle type with draw out ACB
and fixed type fuse switch units, with compartmentalized design.
2) Made up of the requisite vertical sections, which when coupled together shall form continuous
dead front switch boards.
3) Provide dust and damp protection, the degree of protection being no less than IP 54 to IS 2147.
4) Readily extensible on both sides by the addition of vertical sections after removal of the end covers.
5) Provided with access to the feeders, bus bars, cable termination, cable alley etc. from front only.
6) Each vertical section shall comprise :
 A front framed structure rolled/folded sheet steel channel section, of minimum 3 mm
thickness, rigidly bolted together. This structure shall house the components contributing to
the major weight of the equipment, such as circuit breaker cassettes, fuse switch units, main
horizontal busbars, vertical risers and other front mounted accessories.
 The structure shall be mounted on a rigid base frame of folded sheet steel of minimum 3 mm
thickness and at least 75 mm height. The design shall ensure that the weight of the components
is adequately supported without deformation or loss of alignment during transit or during
operation.
 Each compartment shall be provided with a hinged door interlocked with switch/breakerhoused
inside the compartment so that door cannot be opened unless the switch/breakeris in 'OFF'
position.
 A cable chamber housing of minimum width 300 mm shall be provided for the cable end
connections, and power/control cable terminations. The design shall ensure generous
availability of space of ease of installation and maintenance of cabling, and adequate safety for
working in one vertical section without coming into accidental contact with live parts in and
adjacent section.
 over plate at the top of the vertical section, provided with a ventilation hood where necessary.
Any aperture for ventilation shall be covered with a perforated sheet having less than 1 mm
diameter perforations to prevent entry of vermin.
 Front and rear doors shall be fitted with dust tight neoprene gaskets with easy operating type
fasteners designed to ensure proper compression of the gaskets. When covers are provided in
place of doors, generous overlap shall be assured between sheet steel surfaces with closely
spaced fasteners to preclude the entry of dust. The doors shall have concealed hinges.
Removable screwed covers shall be provided on the rear of the cubicles.
 A set of horizontal main bus bars shall be provided at the top or bottom as required. The vertical
bars shall be housed in separate fully enclosed chamber of min. width 350 mm and accessible
from front and shall be tapped off from main horizontal bus bars.
 All incoming/outgoing terminals of the individual feeders shall be provided with insulted
shrouds to avoid accidental contact with live parts.
 The height of the panel should not be more than 2200 mm. The working height shall be limited
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 91

to a maximum height of 1800 mm. The total depth of the panel should be adequate to cater for
proper cabling space. Panels arranged side by side or in same room shall have same height and
depth.
 Covers and partitions shall be of minimum 16 Gauge sheet steel, whereas doors shall be of
min.14 gauge sheet steel. All sheet steel work forming the exterior of switchboards shall be
smoothly finished, leveled and free from flaws. The corners should be rounded.
 All switches, push buttons etc. shall be operatable from the front and shall be flush/semi-flush
mounted.
 The apparatus and circuits shall be so arranged as to facilitate their operation and maintenance
and at the same time to ensure the necessary of degree of safety.
 Apparatus forming part of the switchboards shall have the minimum clearances as per relevant
IS. Clearances shall be maintained during normal service conditions. Creepage distances shall
comply to those specified in relevant standards.
 All insulating material shall be of DMC/FRP/SMC to withstand the effects of high humidity, high
temperature, tropical ambient service conditions etc.
 Each module of the draw out type switch boards shall have drawn out type contacts for power
termination both incoming and outgoing sides. The controls leads shall also be wired through
withdraw able contacts.
 Foundation bolts and nuts for each panel shall be supplied along with the respective
switchboard.
 The lifting eyes for each shipping section and danger notice plates shall be provided for each
switchboard.
 Functional units such as circuit breakers and fuse switches
 Metallic/insulated barriers shall be provided within vertical sections and between adjacent
sections to ensure prevention of accidental contact with Main bus bars and vertical risers
during operation, inspection or maintenance of functional units and front mounted
accessories.
 Cable terminations of one functional unit, when working of those of adjacent unit/units.
 All covers providing access to live power equipment/circuits shall be provided with tool
operated fasteners to prevent unauthorized access.
 Provision shall be made for permanently earthing the frames and other metal parts of the
switchgear by the independent connections.
METAL TREATMENT AND FINISH
1. All steel work used in the construction of the switchboards should have undergone a rigorous
metal treatment process.
2. All surface to be painted including interior and exterior of panels, and other metal partsshall be
chemically treated to remove all rust, scale, grease and other adhering foreign matters. All parts
shall be coated with two coats of highly corrosion resistant primer followed by two coats of
synthetic enamel paint of approved colour of approved manufacturer. The finish shall be glossy
or matt as required.
3. The complete treatment, painting, and drying with compressed air operations shall be donein dry
and dust free atmosphere.
4. Should finished paint chip off or crinkle during transit/handling/installation, the contractor shall
arrange for repainting the equipment at site at his own cost.
BUSBARS

1. The bus bars shall be air insulated and made of high conductivity, high strength aluminum alloy
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 92

complying with the requirements of grade E91E of IS 5082 and suitable for 415 Volts, 4 wire 50Hz
system.
2. The bus bars and connections shall be suitably supported / braced with non- hygroscopic
DMC/FRP/SMC supports to provide a fault withstand capacity as specified.
3. High tensile bolts and spring washers shall be provided at all bus bar joints.
4. The bus bars shall be liberally sized and shall have uniform cross section throughout, and shall be
capable of carrying the rated current at 415 V continuously. The bus bars shall be designed to
withstand a temperature rise of 45 C above the ambient. A current density of 0.8 Amps/Sq.mm shall
not be exceeded for Aluminum bus bars & 1.3Amps/Sq.mm shall not be exceeded for Copper bus
bars.
5. All bus connections, joints and taps shall be short and as straight as possible, and applied with
contact grease in the mating surface.
6. The main horizontal bus bars shall be run through the entire length of the panel and shall be
accessible for maintenance from the front as well as rear. Bus bar chamber shall have separately
screwed covers. All bus bars, links etc. shall be provided with insulating cover to prevent accidental
contacts. The neutral bus bars shall have a continuous rating of at least 50% of the phase bus bars.
7. Bus bars shall be encased in colour coded heat shrunk PVC sleeves (snug fit type). An aluminum
earth bus of size not less than 50 X 6 mm shall run through the length of switch boards at top or
bottom as required.

AIR CIRCUIT BREAKERS

1. Circuit breakers shall be TPN or 4P (neutral settable at 0.5 or 1 In), air break, horizontal draw out
type. Microprocessor based protection release shall have self-diagnostics feature i.e
Alarm/Indication for abnormal temperature rise in protection unit & release malfunction.
2. The breakers shall comply with the requirements of IS 13947 (Parts I & II & II/Sec. I)
3. The circuit breaker shall confirm to Isolation as per annexure 7.1.2 of IEC. It shall have :
4. A short circuit breaking capacity of not less than 50KA RMS at 415 Volts 50 Hz AC.
5. A short circuit making capacity of 143 KA.
6. A short-time withstand circuit of 65 KA for 1 second.(max)
7. The breaking time shall be 30ms or better
8. The breakers shall have same frame size from 800A to 4000A to facilitate
9. Mechanical and electrical endurance (without maintenance) for 8000 operating cycles each
10. Electrical overload performance at 6 times the rated current, 110% of the rated voltage as recovery
voltage and 0.5 power factor.
11. Dielectric test of 2.5 KV applied for one minute on main circuits.
12. Test evidence from a recognized independent Laboratory / Institution shall be furnished for
compliance of the breakers with the above requirements.
13. The circuit breakers shall be fitted with detachable arc chutes on each pole designed to permit rapid
dispersion, cooling and extinction of the arc. Metallic arc chute covers to be provided as a standard.
Interface barriers shall be provided to prevent flashover between phases.
14. Arcing contacts shall be of hard wearing material of copper tungsten or silver tungsten and shall be
readily replaceable. Main contacts shall be of pure silver of high pressure butt type of generous
cross section.
15. The operating mechanism shall be of robust design, with a minimum number of linkages to ensure
maximum reliability. Manually operated circuit breakers shall be provided with spring operated
closing mechanism which are independent of speed of manual operation. Electrically operated
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 93

breakers shall have a motor spring charged closing mechanism. Breaker operation shall be
independent of the motorwhich shall be used solely for charging the closing spring.
16. The operating mechanism shall be such that the breaker is at all times free to open immediately the
trip coil is energized.
17. Mechanical operation indicators shall be provided to show open and loosed position ofthe breaker.
Electrically operated breakers shall be additionally provided with mechanical indications to show
charged and discharged conditions of the charging spring.
18. Means shall be provided for slow closing and opening of the breaker for maintenance purposes,
and for manual charging and closing of electrically operated breakers during emergencies.
19. The closing and tripping coils to be continuously rated for reliable operation. Accessories shall be
common across ranges
 Provision shall be available for fitting a minimum of five trip devices- three over current, a shunt
trip and an under voltage release or two over current, and earth fault release, a shunt trip and
one under voltage release. The breakers shall be of the shunt or series trip type as specified. For
static trip device either a shunt trip or an under voltage coil shall be provided. Trip unit shall
have thermal memory feature. Trip unit shall have facility to store last 10 trips. Individual fault
trip LED indications shall be available on the trip unit for easy & faster identifying the cause of
fault. The release shall be self-diagnostic with separate indication in case of mal functioning.
 It shall be possible to change the protection settings on line and the circuit breaker need not be
switched of while adjusting the setting.
20. The microprocessor base releases shall have following protections settable through navigation
buttons/membrane pad-
i. Overload protection with time delay.
ii. Short-circuit protection with time delay.
iii. Earth-fault protection with time delay
Earth- fault alarm prior to earth-fault trip with LED lamp / Hooter is required
to enable take preventive measure against E/F trip.

21. Microprocessor release shall have Segregated fault alarm/indications for O/L, S/C, E/F failure. shunt
trip & ZSI contact (to provide discrimination for S/C &E/F) under voltage release( wherever specified
in SLD/BOQ).COM port
22. Circuit breakers shall be individually housed in sheet metal cassettes provided with hinged doors.
The breaker along with its operating mechanism shall be mounted on a robust carriage moving on
guide rollers within the cassette. Isolating contacts for both power and control circuits shall be of
robust design and fully self- aligning. The assembly shall be designed to allow smooth and easy
movement of the breaker within its cassette.
23. Circuit breakers shall be individually housed in sheet metal cassettes provided with hinged doors.
The breaker along with its operating mechanism shall be mounted on a robust carriage moving on
guide rollers within the cassette. Isolating contacts for both power and control circuits shall be of
robust design and fully self- aligning. The assembly shall be designed to allow smooth and easy
movement of the breaker within its cassette.
24. The breaker shall have three distinct positions within the cassette as follows :

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 94

a) 'Service' position : with main and auxiliary contacts connected.


b) 'Test' position : with power contacts fully
disconnected andcontrol circuit contacts connected.

c) 'Isolated' position : with both power and


control circuit contactsfully disconnected.

25. It shall be possible to achieve any of the above positions with the cassette door closed. Mechanical
position indicators shall be provided for the three positions of the breaker.
26. The moving portion of the circuit breaker shall be so interlocked that :

 It shall not be possible to isolate it from the connected position, or to plug it


infrom the isolated position with the breaker closed.

 The circuit breaker can be closed only when it is in one of the three positions or
when itis fully out of the cassette.

 It shall not be possible to open the hinged door of the cassette unless
thebreaker is drawn to the isolated position.
 Inadvertent withdrawal of the circuit breaker too far beyond its supports
isprevented by suitable stops.

27. Moving portions of breakers of the same ratings shall be interchangeable.


28. Provision shall be available for the padlocking of the circuit access flaps in any of the three positions.
29. Automatically operated safety shutters shall be provided to screen the fixed isolating contacts when the
breaker is drawn out from the cassette. Provision to padlock safety shutters shall be provided as a
standard feature
30. The moving portion of the circuit breaker shall be provided with a heavy duty self-aligning earth contact,
which shall make before and break after the main isolating contacts during insertion into and withdrawal
from the service position of the breaker. Even in the isolated position positive earthing contact should
exist.
31. Auxiliary switches directly operated by the breaker operating mechanism and having 4 NO and 4 NC
contacts, shall be provided on each breaker. The auxiliary switch contacts shall have a minimum rated
thermal current of 10 Amps.
32. The ACBs are to be operated through a PLC programmer and should also provide with electrical
interlocking in between them in case of failure of PLC. And shall have a selector switch to select PLC /
Electrical Interlock mode.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 95

33. The ACB Rating & Breaking Capacity shall have Icu = Ics = Icw = 65kA, 1 Sec (maximum)

MCCBs
Moulded Case Circuit Breakers shall be current limi ng type with manually operated /motorized
mechanism and of breaking capaci es as per the SLD. All Feeder MCCBsshall be provided with
electronic or thermal-magne c, adjustable, short circuit and overload releases. MCCBs for Motor
Starter feeders shall have adjustable short circuitreleases. MCCBs shall have line and load reversibility
capable of being mounted in anyplane (horizontal, vertical) without any dera on. The MCCB terminals
shall be suitablefor aluminium termina on. All MCCBs shall have extended type Rotary opera ng
handle mounted on the door of the compartment and ON/OFF posi ons indicated. MCCBs used as
Incomers in the Switchboard shall be provided with under voltage releases. Thermal magne c type
release shall be provided up to and including 250A. Above250A ra ng MCCB shall be provided with
Microprocessor based trip units. Microprocessor based trip units shall have thermal memory feature.
All MCCBs shall be rated Ics = 100% Icu at defined opera onal voltage

The breaker shall be Double Break type to reduce the let through energy in the event of short circuits.
MCCBs shall be designed according to Eco-design complying with ISO 14062 Especially MCCB’s materials
shall be of halogen free type. They shall be supplied inrecyclable packing complying with European
Direc ves.

The manufacturer shall implement nonp ollu ng produc on processes that do not make use of
chlorofluorocarbons, chlorinated hydrocarbons, ink for cardboard markings, etc.

MCCBs shall be designed to prevent access to live parts when the cover is removed , meansmain current path
of the circuit breaker should be isolated from auxiliary sec on i.e. MCCB shall offer class –II front face.
Cross Bolt Termination facility shall be provided to avoidloose termina on Wherever specified to
provide ground fault protec on, the followingfeatures to be provided

a) Wide setting range with minimum of 10%


b) Adjustable time setting
c) Testing of ground fault protection module without tripping the breaker
d) Distinct fault indication to differentiate between ground fault and short circuit

General
i) The circuit breaker 3 or 4 pole shall fully comply with IEC 60947(1&2) & IS13947(1&2).
Certificate for all the sequences (sequence 1, 2 & 3) should be available.The circuit-breakers
shall have no line-load restriction.
ii) All MCCBs shall have a rated operational voltage of 660V AC (50/60Hz).
Construc on

i) The breakers shall be operated by a toggle, which shall clearly indicate the three
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 96

fundamental positions ON, OFF & TRIPPED.


ii) If required all
electrical accessories shall be fitted by manufacturer to avoid tampering at site.
Characteris cs

The protec on release with thermal memory & EMC shall have –

i) Overload adjustable & Short circuit adjustable for ratings of 200A & above.
ii) For lower ratings overload protection shall be adjustable with
fixedshort-circuit protection.
iii) Earth fault protection (if specified) adjustable threshold with time delay.
iv) Up to 630A MCCBs shall be current-limiting type category A breakers.
v) The settings shall be adjustable, with a common adjustable knob for all 3-
phases/neutral, without opening the cover;
vi) The breaking capacity of breakers shall not be less than 35kA
Opera on

i) The breaker will be equipped with extended rotary handle with facility for padlocking and door
interlocking.
ii) The MCCB shall be equipped with a “push to trip” button to test operation and opening of the
poles.
Op ons

i) It shall be possible to combine the following functions if required as specified in SLD/BOQ:


ii) Earth leakage protection, Under-voltage protection or shunt trip release.
iii) Remote indication of circuit breaker trip condition & operational conditions (ON/OFF).
iv) Auxiliary contacts for electrical indication of MCCB position.
v) Alarm contacts should be available for remote indication of tripping on fault.
vi) Stored energy Motor mechanism.
Installa on

It should be possible to terminate Aluminum cable of required size for the current carrying capacity.
The requisite size should be made available by means of extended terminals(as a standard offer) in case
the direct terminals are not of adequate size. Adequatephase to phase clearance has to be ensured in case
of extended termina ons.
Contactors

1. Contactors shall comply IS13947-4-1 for standards pertaining to contactors and motor starters.

The contactor shall be capable of withstanding breaking & making capaci es per following:

AC3 Category AC4 Category

Making Current 10 times Rated Current 12 times Rated Current

Breaking current 8 times Rated Current 10 times Rated Current

The impulse voltage withstand will be 8KV and insula on voltage 1000V.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 97

2. The Contactors should operate without any de ration at 55 deg. C for AC3 application.
3. The coil insulation class shall be preferably H class, to sustain frequent switching operations. The
auxiliary contact block shall have a switching capacity of 240V at 2A.
4. Contactors shall have one auxiliary in-built and it shall be possible to have additional NO & NC contacts
in steps of two.
5. Contactors used for capacitor application shall have built in damping resistors & blockof early make
poles.
Thermal Overload Relay

 The TOR shall be capable of withstanding short circuit equal to seventeen times the
rated thermal current (17 Ie).
 The TOR will be tripping class 10A as a standard or class 20 for certain applications
where specified.
 The TOR should have built in single phasing protection and phase unbalance
protection as perIEC947-4.
 The TOR shall have in built NO & NC contact.
 The setting shall be of the adjustable type and there should be a provision of sealing
to make the same tamper proof.
 The TOR shall be suitable for Aluminum termination, with a maximum permissible
temperature rise of 65K, at the terminals, with an ambient temperature of 40 deg.

MINIATURE CIRCUIT BREAKERS(MCB).

1. MCB for ratings up to 125 Amps shall be available in 1, 2, 3 or 4 pole versions.

2. MCB shall comply with IS8828-1996/IEC 898-1995.

I. It shall have trip free mechanism and toggle shall give positive contact
indications.
II. Line supply may be connected to either top or bottom
3. The breaking capacity of the MCB shall be 10kA and energy limiting class
4. The MCB shall be capable of being used as Incomer circuit breaker or as an
isolator.
5. Electrical endurance of the MCB should preferably be 20,000 opns.
6. Power loss per pole shall be in accordance with IS8828 - 1996 and the same
shall be furnished by the manufacturers’' curve type MCB should be used for
lighting loads and 'D' curve type for SMPS/ UPS circuits & control
transformer protection.
RESIDUAL CURRENT CIRCUIT BREAKER (RCCB)

1. RCCB ratings from 25A to 125A shall comply with IS12640-1988/IEC1008.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 98

2. The short circuit withstands capacity of the RCCB without the associated
short circuit/overload protection shall be 6kA.

3. The Breaking Capacity shall be 1.5kA.Ratings and sensitivities shall be as


specified in schedule of quantities.

4. There shall be clear identification of earth fault or overload/Short circuit


fault on the RCCB.

5. The RCCB should be suitable for SMPS loads (i.e. unaffected by the d.c
pulsated components, harmonics etc., lightning, line disturbances due to
other equipment’s) and should not give nuisance tripping.

6. If RCBO is recommended for 2 Pole, it shall confirm to IEC1009 with B.C of


6kA.

7. If EL + MCB is recommended for 2/4 Pole, it shall confirm to IEC1008 with


B.C of 10kA.

5.1.1 TEST CERTIFICATE

Original Test cer ficate of the CB as per IS13947-2/IEC60947-2 shall be provided onrequest.

5.1.2 COMBINATION-FUSE_SWITCH_UNITS_(FSU's)
a. The fuse switch units shall be of the load break, fault make heavy duty, cubicle type.

b. The fuse switch units shall be double break and have quick make and quick break
mechanisms, designed to ensure positive operation even in the event of failure of
operating springs.

c. All fuse switch contacts shall be silver plated at current transfer surfaces.

d. The unit shall be provided with a front operating handle. The ON and OFF positions
of the switch handle shall be clearly marked.

e. Interlocks shall be provided so as to prevent opening of the unit door when the
switch is in the ON position, and also to prevent closing of the switch with the door
not properly secured. It should, however, be possible to defeat the interlock
mechanism to operate the switch with the door open intentionally.

f. The switches shall be capable of withstanding the thermal and electro-magnetic


stresses caused by short circuit currents for the time of operation of the associated
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 99

fuse links.

g. Fuse switch and air break switch operating handles shall be provided with
padlocking facilities to lock them in OFF position.

h. The interior arrangement of the switch unit shall be such that all 'live' parts are shrouded.

5.1.3 INDICATING LAMPS (LED TYPE).

i) LED type indica ng lamps confirming to IEC947-5-1, class 2, IP65; shall be provided wherever called
for in the control schema c diagrams. The lamps assembly shall be complete with LED,
holders and lenses.

5.1.4 SPACE_HEATERS.

a. Each vertical section of the switch boards shall be provided with thermostat controlled space
heaters rated for 240 Volts + or - 10%, single phase, 50 Hz. The heaters shall have individual ON-
OFF switch.
b. Wiring of space heaters in each switchboard shall be grouped and brought out to easily accessible
terminals for connection to power supply, through switch-fuse unit.
c. Each switchboard shall be provided with plug-socket with switch fuse for connection of hand lamp
rated 240 V, 50 Hz. single phase.

5.1.5 FUSES.

 All control and power fuses shall be link type HRC fuses and they shall be
provided with visible indication to show that they have operated.

5.1.6 CURRENT_TRANSFORMERS.

 Current transformers shall comply with the requirements of IS 2705. They shall
haveratios, outputs and accuracy’s as specified/required.

 Current transformers wherever required and called for in the single line diagram
and/orrequired shall be furnished.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 100

 The CTs shall be bar primary, in epoxy encapsulated type, rated for 415 V. The
CTs shall be designed to withstand the thermal and mechanical stresses resulting
from the maximum short circuit current.

 The vendor shall ensure that the VA output of the CTs is adequate for the relays,
metersand loads connecting them.

 The CTs shall be provided with Class A/Class B insulation and proper polarity
markings in a suitable manner.

5.1.7 INDICATING/INTEGRATING_METERS.

 All indicating instruments shall be of flush mounting industrial pattern,


conforming tothe relevant standard.

 The instruments shall have non-reflecting bezels, clearly divided and indelibly
markedscales and shall be provided wither to adjusting devices in the front.

 Integrating instruments shall be of flush mounting switchboard pattern,


conforming tothe relevant standards.

 Meters shall be provided with circular 90 scale with square casing of specified size.

5.1.8 TESTS.

ROUTINE TESTS

 During manufacture and on completion, all equipment shall be


subjected tothe IS routine tests.

The tests shall include but not necessarily limited to the following:

i) Operation under simulated service condition to ensure accuracy of wiring,


correctness of control schemes, protection/ metering scheme and proper
functioning ofthe equipment.

ii) All wiring and current carrying part shall be given appropriate High voltage tests.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 101

iii) Primary current and voltage shall be applied to all instrument transformers.

iv) Routine tests shall be carried out on all equipment such as circuit breakers,
instrument transformers, relays, and meters. Meters etc. shall be calibrated in
accordance with relevant IS standards.

v) MT instruments shall have + or - 1% accuracy on full scale. Each meter shall


be magnetically screened.

5.1.9 CABLE_TERMINATIONS.

 Cable entries and terminals shall be provided in the switchboard to suit the number, type and
size of aluminum conductor power cables and copper conductor control cable specified in the
detailed specifications.

 Switch board shall be designed either for top or bottom or combined entries and outgoings
which will be confirmed by Architects at the time of drawing approval. Generous size of cabling
chambers shall be provided, with the position of cable gland and terminals such that cables
can be easily and safely terminated. Removable undrilled plates shall be furnished for fitting
the cable glands.

 Sufficient space shall be provided to avoid sharp bending and for easy connection. A minimum
space of 200 mm from the gland plate to the nearest terminal block shall be provided.

 Multiway terminal blocks complete with screws, nuts, washers and marking strips shall be
furnished for terminating the internal wiring and outgoing cables.

 Power and control terminals shall be washer head screw type or stud type complete with
crimping type connectors. Screw type terminals with screws directly impinging on conductor
are not acceptable.

 Each control terminal shall be capable for connection of 2 Nos. 2.5 mm standardcopper wire at
each ends.

 Not more than two wires shall be connected to any terminal. If necessary anumber of
terminals shall be umpired together to provide wiring points.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 102

 At least 20% spare terminals shall be provided in each module.

 Terminal blocks for current transformer secondary lead wires shall be providedwith shorting
and earthing facility.

 Barriers or shrouds shall be provided to permit safe working at the terminals ofone circuit
without accidentally touching that of another live circuit.

 Cable risers shall be adequately supported to withstand the effects of rated shortcircuit
currents without damage and without causing secondary faults.
5.1.10
5.1.11 CONTROL_WIRING.
The wiring shall be complete in all respects so as to ensure proper func oning of control,
protec on and interlocking scheme.
All wiring shall be completed up to terminal blocks on the side of each unit-module.

All control wiring shall be carried out with 1100/660 V grade single core PVC cable having
stranded copper conductors of minimum 2.5 Sq. mm.
Wiring shall be neatly bunched, adequately supported and properly routed to allow foreasy
access and maintenance. Wires shall not be spliced or tapped between terminal point.
Wires shall be iden fied by numbered ferrules at each end. The ferrules shall be of thering and
of non- deteriora ng material. They shall be firmly located on each wire so asto prevent free
movement, and shall be interlocking type easily accessible.
All spare contacts of relays and switches shall be wired up to the terminal blocks.

Each of the DC circuit shall be provided with two fuses one in the posi ve and the otherin the
nega ve for 2 wire DC underground system of specified voltage.

5.1.12 GROUND_BUS.

i) An aluminum ground bus rated to carry maximum fault current shall be furnished along the
entire length of each switchboard. Each stationary unit shall be connected directly to this
ground bus by two separate and distinct connections inaccordance with Indian Electricity
Rules.

ii) Grounding terminals on the ground bus shall be provided. Connectors shall be provided at
either end of switch board for connection to station ground mat.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 103

TERMINAL_BLOCKS.

Terminal blocks shall be of 660 Volts grade of stud type. Insula ng barriers shall be provided between
adjacent terminals.
Suitable provision shall be made to terminate control/power connec ons in the respec ve module.

Terminal blocks shall have a minimum current ra ng of 10 Amps and shall be shrouded.Provisions shall
be made for label inscrip ons. The wire termina on’s to the blocks shall be of screw type suitable for
crimp type socket.

5.1.13 NAME_PLATE.

The panel as well as feeders compartments shall be provided with name plate of anodized aluminum,
with white engraving on black background. They shall be properlysecured with self-tapping screws at the
top of the cubicles. The panel/feeder descrip onsshall be as indicated in the drawings/employers. The
size of the name plates shall be propor onate to the respec ve equipment’s.
Also individual panel number and danger plate shall be furnished at back of panel.

5.1.14 ACCESSORIES.

The following accessories shall be furnished along with each switchboard.

1. One (1) no. fuse pulling handle for


each switchboard.

2. One (1) no. winding handle for withdrawing breaker


from the cubicle.

3. Other accessories as deemed necessary for trouble free and


efficient operation of theequipment offered.

5.1.15 DRAWINGS AND MANUALS.

The following drawings shall be supplied for each switchboard.

 General arrangement drawing for each type of board showing constructional features and space
required in the front for withdrawal of breaker, power and control cable entrypoints, location of
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 104

various devices, terminal blocks, cross sectional details, bus bar supports.

 Number of buses, etc. shall be submitted within 15 days from the date of letter of intent for
approval.

 Foundation plan and anchor hold details including dead load and impact load.

 Drawing and data sheet for each component.


 Electrical wiring diagram.

 Terminal block arrangement drawing for outgoing feeders.


 Complete relay technical particulars and recommended settings.

 Operation, maintenance and installation manuals, (one set to Consultants).

 Technical Catalogues/Leaflets of CTs, meters, lamps, etc. shall be submitted along with offer.

 The approval of the drawing does not absolve the vendor from his obligation of ensuring proper
and correctness of functioning/operation of the system.

TESTS

5.1.16 Routine And Type Test

Type test cer ficates and results as per relevant Standards (Specifica on) for all theequipment
offered under the scope of this specifica on shall be furnished.
All rou ne tests on all major components shall be made as per relevant specifica on.

5.1.17 Inspection

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 105

Inspec on of the Switchboards including inspec on of wiring and electrical opera onal tests by the
Owner/Architect before dispatch should be arranged by the tenderer. The costof transport and incidental
expenses to be borne by the tenderer. Two weeks clear no ceto be given for carrying out the
inspec on.

5.1.18 Dielectric Tests:


 Insulation of the main circuit that is the insulation resistance of
each pole to the earthand that between the poles shall be
measured.

 Insulation resistance to earth of all control wiring should be tested with 1000 V
megger.

 Insulation test shall be carried out both before and after high voltage test.

 Each switch board will be completely assembled, wired, adjusted and tested for
operation under simulated conditions to ensure correctness of wiring and proper
functioning of all equipment’s.

5.1.19 HIGH VOLTAGE TEST.

A high voltage test with 2.5 KV for one minute shall be applied between the pole and earth. Test
shall be carried out on each pole in turn with the remaining poles earthed. All units racked in
posi on and the breakers closed. Originals test cer ficate shall be submi ed along with panel.

5.1.20 PACKING AND TRANSPORT.

The switchboards shall be sent to site by Road Transport packed in Wooden Crates. The packing should be
of high quality to avoid any damage to the equipment’s during transit. They shall bewrapped with
polythene sheets before being placed in crates to prevent damage to the finish.

5.1.21 SPECIAL REQUIREMENTS FOR OUTDOOR KIOSK.

This specifica on shall be followed while fabrica ng outdoor kiosk. Precau ons to be taken in
providing a separate weather proof enclosure to bring it in conformity with IP55. This enclosure
shall be painted with two coats of primer and epoxy paint to make it weather resistant.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 106

5.1.22 HANDLING

Switchgears and all its accessories shall be handled carefully in its upright posi on as indicated in the
packing case. Lifting lugs and jacking pads shall be used for li ing of the switchgear. Whileusing jacking
pads utmost care shall be taken in proper applica on of jacks. Where switchgears is dragged or pulled on
sleeper or rollers of the trac on eyes provided at the bo om frame shall beused with suitable wire
ropes and shackles.

5.1.23 STORAGE

Equipment’s shall be stored under shelter in a well-ventilated, dry place and covered by suitable
polyethene tarpaulin covers for protec on against moisture.

5.1.24 ERECTION

Panels shall be installed over a trench. The panels shall be aligned properly and bolted to theflooring
by at least four bolts. The cables shall be terminated into the panel through bo om plate. The panel
shall be bonded to the earth by connec ng earthing leads to the panel earth bus.
Should finish paint chip off or crinkle during transit / handling/ installation, the Contractor shallarrange
for repain ng the equipment at site at his own cost.

5.1.25 TESTS

The following preliminary checks and pre commissioning tests shall be carried out before
commissioning the Switchgears in the presence of Buyer/Architect's representa ves.
PRELIMINARY CHECKS :

1. Check name plate details according to specification.


2. Check for physical damage.
3. Check tightness of all bolts, clamps and connecting terminals.
4. Check oil level, air pressure and leakage (wherever applicable).
5. Check earth connection.
6. Check cleanliness of insulators and bushings, arc chambers.
7. Check all moving parts are properly cleaned and lubricated.
8. Check space heaters provided.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 107

5.1.26 PRECOMMISSIONING CHECKS

1. Check alignment of breaker trucks for free movement. Check correct operation of
shutters.
2. Slow closing/opening operation.
3. Check control wiring for correctness of connections, continuity and IR values.
4. Manual operation of breakers.
5. Owner closing/opening operation manually and electrically.
6. Breaker closing and tripping time.
7. Trip free and anti-pumping operation.
8. I.R. values, resistance and minimum pick up voltage of coils.
9. Contact resistance.
10. Simultaneous closing of all three phases.
11. Pole discrepancy tests.
12. Single and three phase auto-reclose operation.
13. Check electrical and mechanical interlocks provided.
14. Check on spring charging motor correct operation of limit switches and time of charging.
15. Check on C.Ts.
16. All functional checks with the relays, meters, alarm scheme, interlock as per scheme with
primary injection kits.
17. High voltage tests on Control and Power Circuits (2.5 KV).

5.1.27 SPECIAL REQUIREMENTS FOR OUTDOOR KIOSK :

This specifica on shall be followed while fabrica ng outdoor Kiosk. Precau ons to be taken in
providing separate weather proof enclosure to bring it in conformity with IP 55. This enclosure
shall be painted with two coats of primer and epoxy paint to make it weather resistant.

5.1.28 Specifications For Erection, Testing & Commissioning of 415 Volt Switchgear

5.1.29 SCOPE
Receiving Inspec on, Unloading Storage, Installa on, Tes ng and Commissioning of the
Switchgears shall be in accordance with the specified code of prac ce and manufacturer's
instruc ons. The panels shall be aligned properly and bolted, to the flooring by at least four bolts
for each division of Transport. The cable shall be terminated into the panel through glands fixed to
bo om /top plate. The panel shall be bonded to the earth by connec ng leads to the panel earth
bus.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 108

5.1.30 HANDLING / UNLOADING


Switchgears and all its accessories shall be handled/unloaded carefully in its upright position as
indicated in the packing case. Lifting lugs and jacking pads shall be used for liftingof the switchgear.
While using jacking pads utmost care shall be taken in proper applica on of jacks. Where switchgears is
dragged or pulled on sleeper or rollers of the trac on eyes providedat the bottom frame shall be used
with suitable wire ropes and shackles. Unloading from thelorry shall be carried out using a mobile
crane or tripod with chain pulley block or rolling over to a pla orm.

5.1.31 STORAGE

Equipment’s shall be stored under shelter in a well-ven lated, dry place and covered by suitable
polythene or tarpaulin covers for protec on against moisture.

5.1.32 ERECTION

Panels shall be installed over a trench. The panels shall be aligned properly and bolted to the
flooring by at least four bolts. The cables shall be terminated into the panel through bo om plate.
The panel shall be bonded to the earth by connec ng earthing leads to the panel earth bus.

5.1.33 TESTS

The following preliminary checks and Pre commissioning tests shall be carried out before
commissioning the Switchgears in the presence of Buyer/Architect’s representa ves.

5.1.34 PRELIMINARY CHECKS

 Check name plate details according to specification.


 Check for physical damage.
 Check tightness of all bolts, clamps and connecting terminals.
 Check oil level air pressure and leakage (wherever applicable)
 Check earth connections.
 Check the cleanliness of insulators and bushings, arc chambers.Check that all moving parts are
properly cleaned and lubricated.
 Check if space heaters provided.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 109

5.1.35 PRECOMMISSIONING CHECKS


 Check alignment of breaker trucks for free movement. Check correct operation of shutters.
 Slow-closing/opening operation.
 Check control wiring for correctness of connections, continuity and IR values.
 Manual operation of breakers.
 Power closing/opening operation manually and electrically.
 Breaker closing and tripping time.
 Trip free and anti-pumping operation.
 I.R. Values, resistance and minimum pick up voltage of coils.
 Contact resistance.
 Simultaneous closing of all three phases.
 Pole discrepancy tests.
 Single and three phase auto - reclose operation.
 Check electrical and mechanical interlocks provided.
 Check on spring charging motor correct operation of limit switches and time of charging.
 Check on C.Ts
 All functional checks with the relays, meters, Alarm Scheme, interlock as per scheme with
primary injection kits.
 High voltage tests on Control and Power circuits (2.5 KV)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 110

5.1.36 Specification For Power And Lighting Distribution Boards

GENERAL.

This specification is applicable to 415 Volts, 3 phase 4 wire A.C supply and shall conformto
Indian Standards (Latest Version).

IS-8623 - Factory built assemblies of switch gear and control gear

forvoltages up to and including 1000 V AC and 1200 V DC.

IS-8828 - Miniature circuit breakers for voltages not exceeding 1000


Volts.

IS-2675 - Specifica on for enclosed distribu on fuse boards and


cut outsfor voltage not exceeding 1000 Volts.
IS-2208 - HRC cartridge fuse links 650 Volts.

IS-732 - Code of prac ce for electrical wiring installa on.

5.1.37 TYPE AND CONSTRUCTION.

Distribu on boards shall be made of Robust and rigid construc on and of totally enclosed dead front
safety type. The enclosures shall be made of MS sheet steel of not less than 16 gauge. The sheet
steel shall be treated with a rigorous rust inhabita on process before fabrica on, followed by two
coats of red oxide primer and two coats of synthe c enamel paint of approved shade. The
distribu on boards shall comprise of switch fuse unit or miniature circuit breakers as incoming and
required number of circuit breakers or HRC fuses as outgoing.
The main switch and outgoing shall have ra ng as specified in the drawings and schedule. The boards
shall be designed to have adequate cabling space for either top or bo om entry of both incoming
and outgoing cables. Earthing sockets should be fi ed to the casing of D.B.
BUS BARS

Suitable colour coded bus bars made of high conduc vity aluminium strips and mounted on non-
hygroscopic insula ng supports shall be provided. Neutral bus bars shall be of half the size of phase
bus bar. The earth bus shall be also provided of material and size as required.

MINIATURE CIRCUIT BREAKERS

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 111

Miniature circuit breakers shall have a minimum breaking capacity of 9 KA. Circuit breakers shall be
equipped with individual insulated, braced and protected connectors. The front face of all the
breakers shall be flush with each other. The breakers shall have 'quick break trip free' mechanism
with current limi ng and overload and short circuit tripping characteris cs. The mechanism shall be
such that the circuit can not be held closed when a fault occurs or persists.
The contacts shall be silver tungsten or other suitable material to give long contact life. Mul ple
units shall have an inter tripping mechanism thereby ensuring complete isola on in the circuit in the
event of an overload or fault in anyone of the phases. The connectors shall be suitably shrouded.
FUSES

Ra ng of the fuses and carriers shall be as per drawings and schedule of quan es. Fuse carriers
and bases shall be best grade phenolic moldings. They shall be non-inflammable and non-
hygroscopic, with hard gloss finish. HRC fuses shall have non- deteriora ng type characteris cs. It
shall be link type with rupturing capacity of not less than 35 MVA at 440 V.
SAFETY & INTERLOCKS
All the live parts be shrouded such that accidental contacts with live parts are totally avoided.
Distribu on boards shall be provided with a front hinged door. Distribu on boards interior assembly
shall be dead front with the front cover removed. Main lugs shall be shrouded. Suitable insula ng
barrier made of arc resistant material shall be provided for phase separa on. Ends of the bus
structures shall also be shrouded.

CABINET DESIGN
The distribu on board cabinet shall be totally enclosed type with dust and vermin proof
construc on. The interior surface shall be finished to a off- white shade. The interior components
shall be mounted on a separate sheet which is mounted and locked on to the studs provided inside
the cabinet. Over this, a cover made of hylam sheet or sheet steel shall be provided with slots
equipped with a front door with hinges on one side. Cabinets shall have undrilled detachable glands
plates at both top and bo om and sides. The door should be secured by robust fasteners enabling
dust protec on gasket to be compressed quickly and easily. Unless specified otherwise boards shall
be flush mounted in walls.
TERMINALS

Distribu on boards shall be provided with a terminal block of adequate size to receive
mains incoming cable and outgoing circuits. The loca on of the terminal block shall be so
located that crowding of wires in the proximity of live parts is avoided. A neutral link
having ra ng equal to that of phase bus shall be provided.

DIRECTORY
Distribu on boards shall be provided with a directory indica ng the descrip on of loads served by
such circuit breaker, the ra ng of breakers, size of conductors, etc. The directory shall be mounted
in metal holder with a clear plas c sheet on inside surface of the front door. The DBs shall be
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 112

provided with inscrip on plates. The size of le ers shall be as approved and the wordings for
inscrip on shall be given by Project Manager/Architects.

INSTALLATION

Distribu on boards shall be surface mounted or recessed mounted as required by the Consultants
and at the loca ons shown on the drawings. The boards shall be fixed with suitable angle iron clamps
and bolts. All the cables/conduits shall be properly terminated using glands/grips/check nuts, etc.
Wiring shall be terminated properly using crimping/lugs sockets and PVC iden fica on ferrules. The
DBs shall be installed as specified in IS 732 and Na onal Building Code.

FASTENERS

All the screws, nuts, bolts, washers, etc. used for the current carrying parts shall be of brass or other
approved non-ferrous material. Other fasteners shall be made of non- corroding materials. The
screws used for fixing the top plate and the washers shall be of MS with nickel plated.
TESTING
Distribu on boards shall be tested at factory as per Indian Standard. The tests shall include
insula on test, high voltage test, etc. Distribu on boards shall be tested for insula on resistance
a er the erec on.

DRAWING APPROVAL
The contractor shall submit the drawings for approval before fabrica on.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 113

Specifications For Distribution System, Conduits, Wiring & Accessories


GENERAL
This Specifica on of Medium Voltage Distribu on System shall be applicable for wiring 3 phase,4
wire 415 Volts, 50 Hz AC and single phase, 2 wire 230 Volts, 50 Hz, AC supply.
RIGID STEEL/PVC CONDUITS & ACCESSORIES
MS conduits shall be of welded and screwed sheet steel construc on. Conduits shall be black stove
enameled inside and outside. The conduits shall conform to the requirements of relevant IS(latest
edi on) in all respects. The conduits shall have uniform wall thickness/cross sec on throughout.
Conduits shall bear the name, trade mark of the manufacturer and size of conduit on each length.
The conduits shall be delivered to the site in original bundles. Conduits of less than19 mm dia. shall
not be used. The minimum wall thickness of conduits shall be as follows :-

a. 19,25 & 32 mm
Rigid M.S Conduits b. 38 mm & above 16 gauge

14 gauge

Rigid PVC Conduits 2 mm. (Heavy Duty) HMS

Conduit Accessories : Conduit accessories such as bends, inspec on bends, inspec on tees, elbows,
reducers, draw boxes, junc on boxes, etc. shall be of approved makes.
Boxes shall have internally tapped spouts, junc on boxes/inspec on boxes shall be internally tapped
table covers. Necessary pull boxes of adequate sizes shall be provided wherever required at no extra
cost.
All conduits shall be of ample size for easy 'draw in' and 'draw out' of all the wires in the conduits.
In no case the total cross sec on of wires measured over all be more than forty percent of the area
of the conduit.
All the conduits shall be adequately protected while stored on site prior to erec on and no damaged
conduit shall be used.
All conduit accessories shall be made out of 16 Gauge thick MS enclosures.
PREPARATION OF CONDUIT

The inside surface and ends of conduits and threads and fi ngs used shall be clean, smooth, cut square and
free from burrs and other defects. Powdered soap stone, talc or prepared compounds shall be used as
lubricants to facilitate the smooth pulling in of conductors.
ERECTION OF CONDUIT
The conduit shall be properly and ghtly screwed between the various lengths and to the boxes to which it
runs and terminates. No part of the conduit shall be under mechanical stress and the whole conduit system
shall be electrically and mechanically con nuous throughout.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 114

Conduits shall be installed with provision for ven la on self-drainage in the event of ingress of moisture due
to condensa on or any other reason and prevent swea ng.
A suitable drainage hole shall be drilled in the bo om of the lowest conduit box in every 9 Mtrs. of
horizontal length.

INSTALLATION OF RECESSED CONDUIT SYSTEM


The conduits shall be installed in such a manner that running can be carried out from the fi ngs boxes and
switch boxes only.
Conduits which are to be taken in the ceiling slab shall be laid on the prepared shu ering work of the ceiling
slab before concrete is poured, and ed to bars at every 500 mm. The conduits shall be made water- ght by
using bituminous compound at the screwed ends. The conduits in ceiling slab shall be straight as far as
possible.
Conduits recessed in walls shall be secured rigidly by means of steel hooks/staples at
0.8 mtrs. intervals. Before conduit is concealed in the walls, all chases, grooves shall be neatly made to
proper dimensions to accommodate the required number of conduits.
The outlet boxes, point control boxes, inspec on and draw boxes shall be securely fixed by means of counter
sunk steel screws and raw plugs. They shall be firmly grouted in posi on prior to plastering fixed as and
when conduit is being laid. The recessing of conduits in walls shall best arranged as to allow at least 12 mm
plaster cover on the same. All grooves, chases, etc. shall be refilled with cement mortar and finished up to
the wall surface before plastering of walls is taken up by the general contractor. The top edge of the conduit
shall be at least 25 mm below the finished surface of wall. Wherever conduits terminate into point control
boxes, distribu on boards, etc. conduits shall be rigidly connected to the boxes, boards, etc. with checkouts
on either side of the entry to ensure electrical con nuity.
A er conduits, junc on boxes, outlet boxes, etc. fixed in posi on their outlets shall be properly plugged with
PVC stoppers or with any other suitable materials so that water, mortar, vermin’s or any other foreign
material do not enter into the conduit system.
To facilitate easy drawing of wires in conduit necessary GI pull wires of 16 SWG shall be inserted into the
conduit immediately a er shu ering is removed.
The Electrical Contractor shall be present during the pouring of concrete to ensure that the conduits and
accessories are not displaced or blocked.
The conduits shall be swabbed out by drawing dry swabs of rag through the conduit to remove all moisture
prior to drawing of wire Where ver cal concealed conduits pass through floors or beams and horizontal
concealed conduits required to pass through columns or beams, these shall be taken through rigid PVC/GI
pipes to be inserted in the floors /columns/beams, etc. during cas ng for which no extra payment shall be
entertained.
Extension collars of suitable depth shall be used as necessary to leave all boxes absolutely flush with the
finished wall or ceiling surface.
Conduits shall not be buried or plastered etc. unless and un l the work has been inspected by the Owner/
Architects.
INSTALLATION OF SURFACE CONDUIT SYSTEM

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 115

Conduits shall run in square and symmetrical lines. Before the conduits are installed, Conduits shall be fixed
by heavy gauge GI base plates, saddles, secured to suitable rawl plugs, at an interval of not more than 1 Mtr.
Conduits shall be joined by means of screwed couplers and screwed accessories only. In long distance straight
runs of conduit, inspec on type couplers or running type couplers or pull boxes shall be provided.
Bends in conduit runs shall be done by bending conduits by pipe bending machine. Bends, which cannot be
nego ated by pipe bends, shall be accompanied by introducing inspec on boxes or inspec on bends. Not
more than three equivalent 90 C bends shall be used in a conduit run from outlet to outlet.
All the conduit openings shall be properly plugged with PVC stoppers/bushes. The conduits shall be
adequately protected against rust by applying two coats of approved synthe c enamel paint a er the
installa on is completed.
Wherever conduits terminate conduits shall be rigidly connected to the box/board with brass hexagonal
checkouts with compression washers on either side of the entry to ensure proper electrical and mechanical
con nuity.
The crossing of surface conduits shall not be generally permi ed and to avoid such crossings, adopter boxes
shall be used at junc ons/crossings.
All unused conduit entries shall be blanked off in an approved and where conduits terminates in adopter
boxes. All removable box covers shall be firmly secured to provide complete enclosure.
CONDUITS ABOVE FALSE CEILING

In the false ceiling area, the conduits shall be run above the false ceiling frame work supported by means of
M.S straps secured and fixed to both conduits and structural ceiling, keeping the outlet box as near as possible
to the fi ngs/fans for connec ons. The conduit boxes for fi ngs/fans are independently supported by means
of separate fixing arrangements to the box and structural ceiling so that the box is held rigidly.
ENCLOSURE FOR ELECTRICAL ACCESSORIES

 Enclosure for electrical accessories shall conform to IS: 5133-Part I. The wall thickness of MS
enclosures shall be not less than 1.6 mm. The enclosure boxes shall be providedwith a minimum of
four fixing lugs located at the corners for fixing the covers. All fixing lugs shall have tapped holes to take
machined brass screws.

 Sufficient number of knockouts shall be provided for conduit entries. The enclosures shall be
adequately protected against rust of corrosion both inside and outside. The enclosures shall be
provided with 5 mm thick overlapped white PVC or Perspex sheet cover with rounded corners and
beveled edges for mounting switches, sockets etc. Wherever different phase conductors are
brought into the same enclosure, phase barriers shall be provided.
 Minimum size of the box shall be 75 x 75 x 75 mm.
 Draw boxes of ample dimension shall be provided at convenient points on walls/ceilings to facilitate
pulling of long runs of wire. These boxes will be as few as possible and located where found
necessary and approved by Architects at no extra cost.
 Where flush conduits are required to terminate at surface mounted equipment, the conduit shall
terminate at a flush box and the back of the equipment should fully cover theflush box and
brass crews shall be used between the equipment and the box in additionto any other means
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 116

of fixing and earthing arrangement.


 The alternative arrangement to the above shall be by means of fixing a terminal extension box to
the flush conduit box in which case a break joint ring shall be fitted between boxes.

WIRING CONDUCTORS

 All wiring conductors shall be PVC insulated, copper conductors of 1100 V grade, and shall
conform to IS:694 Part II (Latest Edition).
 Wiring conductors shall be supplied in Red, Blue, Yellow, Black and Green colours for easy
identification of wires. The wires shall be supplied in sealed coils of 100 Mtrs. length and shall bear
manufacturer's trade mark, name, Voltage grade etc.
INSTALLATION OF WIRING CONDUCTORS/CABLES

1. The wiring conductors shall not be drawn into the conduits until all the works of any nature that
may cause damage to the wires are completed. The installation and termination of wires shall be
carried out with due regard to the followings
2. While drawing the wiring conductors, care shall be taken to avoid scratches and kinks which cause
breakage of conductors. There shall be no sharp bends in the conduit system.
3. Strands of the wires shall not be cut for connecting to the terminals or lugs. The terminals shall
have adequate cross section to take all the strands.
4. Oxide inhibition grease shall be applied at all terminals and connections.
5. Brass flat washers of large area shall be used for bolted terminals.
6. Bimetallic connectors should be used wherever aluminum conductors are tapped from copper
mains or vise-versa.
7. Wiring for power and lighting circuits shall be carried out in separate and distinct wiring systems.
8. The wiring system envisaged is generally shown on the layout drawings and line diagrams.
However, a brief account of the general wiring system is given below :
9. Submains wiring - Wiring from Meter boards/switch boards to the individual distribution boards, and
shall consist of wires, conduits, all conduit and fixing accessories as required and specified. The sizes of
conduits and number of wires shall be as specified in Schedule
of Quantities. Wires shall be drawn in conduits as required without being damaged, withnecessary
draw boxes if required. The wire lengths must be adequate for termina ng ateither end and
iden fying ferrules shall be provided at termina on. The wiring shall becolour coded. The rate
shall include all materials, connec ons, labour etc. as specified above.
10. Circuit wiring - Wiring from DBs to the first point control boxes for lighting, fans, 5Asockets, call
bells, etc. The scope of work shall be same as in submain wiring.
11. Power wiring : The wiring from DBs to heating supplies, 15 A 3 pin socket outlets, etc.The scope of
work shall be same as in sub-main wiring.
12. Each sub-main/circuit main/power wiring circuit shall also have its own earth continuity wire as
specified.
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 117

13. All the wiring shall be carried out in loop-in-loop system only and phase or line conductors shall be
looped at switch box and neutral conductor can be looped from light, fan or sockets.
14. The maximum number of various size conductors that could be drawn into various sizesof conduits
shall be as per table II of IS:732 (Latest Edition). The wiring shall be colour coded for easy
identification of phases and neutral. The following colour codes shall beadopted.

1. Phases - Red, Yellow and Blue.


2. Neutral - Black.
3. Earth - Green or Bare wire as specified.
15. All submains and circuit wiring shall be provided with printed PVC identification ferrules at either
end bearing the circuit number and designation.

SWITCHES, SOCKETS AND ACCESSORIES

General Requirements
 General control switches shall be of a 5 A rating and shall be of approved make/type
suitable for flush mounting. Switches shall have either integral mounting plates or white
PVC/Perspex of min. 4.5 mm thick.

 All sockets, 5A and 15A ratings shall be of flush mounting type with combined control
switches of the same rating as that of the sockets. All sockets outlet shall beof 3 pin type.

 The switch, plug socket or regulator boxes shall be made of GI/sheet steel of minimum
16SWG on all sides except in the front. Depth of boxes shall not be less than 75 mm and
suitably increased where fan regulators are mounted in flush pattern. The boxes shall be
provided with suitable earthing studs. Wherever required switches/fittings shall be fixed on
metal strip, which in turn are welded to the box.

 Fan regulators shall be flush type and earthed with earth continuity conductor. The fan
regulator shall be of electronic type.

LAMP HOLDERS, CEILING ROSES, ETC

 Accessories for light outlets such as lamp holders, ceiling roses, etc. shall be in conformity
with requirements of relevant IS specification. Only approved make of accessories shall be
supplied.

 Screwed holder shall be used in brackets and pendants, light fittings shall have brass holders
on
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 118

 T.W. round blocks.


 Ceiling roses for recessed system of wiring shall be porcelain make and flush type. For surface
type of wiring this shall be Bakelite.

INSTALLATION OF SWITCHES, SOCKETS AND ACCESSORIES


All the switches shall be wired on phases. Connec ons shall be made only a er tes ngthe wires
for con nuity, cross, phase etc. with the help of megger. Regulators shall be fixed on adjustable
MS flat straps inside the enclosure. The arrangement of switches andsockets shall be neat and
systema c. Covers for enclosures accommoda ng switches, sockets etc. (point control boxes)
shall be of 4.5 mm thick, fine finished PVC/perspex material or laminated hylam sheet and fixed
to the enclosure in plumb with counter sunkhead, chromium plated MS screws and washers.
Outlets shall be terminated into a flushtype fan box for fan points. For wall plug sockets, the
conductors may be terminated directly into the switches and sockets. The outlets point control
boxes etc. shall be set out as shown on the drawings. Before fixing these, the contractors shall
obtain clearancefrom the Owner/Architect with regard to their proper loca ons. The enclosures
of sockets/and 3rd pin of the sockets shall be connected to the ground through an earth
con nuity wires, as specified.
CAPACITY OF CIRCUITS
Light points, 5A socket points, fans, and call bell points may be wired on a common circuit.
Such of those circuits shall not have more than 10 nos. of Light/fan/socket points or a load of
800 W whichever is less. Not more than two numbers of 15A socket outletsshall be wired on
the same circuit.
POINT WIRING
 Point wiring shall commence from the first point control box/local control box for the points
connected to the same circuit. Point wiring for lights, ceiling and exhaust fans, 5A sockets, call
bells etc. shall be carried out with 1100 V Grade PVC insulated wires.The point wiring shall be
inclusive of conduits of not less than 19 mm size, switches, wiringalong with conduit accessories
such as bends, inspections bends, reducers, pull boxes, junction boxes, switch boxes, fan boxes,
covers etc. together with wiring accessories such as ceiling roses, brass lamp holders, T.W Blocks,
loose wires up to 1 Mtr. long at outlet end connectors point control boxes (enclosure forelectrical
accessories) switches, etc. Point wiring shall be provided with earth continuity wire as specified for
earthing 3rd pin of sockets, luminaries and fan fixtures. Light control shall be either single, twin
or multiple points controlled by a switch, as specified.

 The point wiring for Light/Fans/5A sockets etc. shall include the supply and installation of all
materials specified above. Any item not specifically included but required for satisfactory
completion of the point wiring shall also be included. No separate extra pricewill be allowed for
any item under point wiring.

 A dependent socket point shall mean the combination 5A switch socket outlet/point mounted
on the same switchboard as any other point/points and shall include the 5A switch and socket.

 The fan point shall be complete with fan hook box flush mounted in slab, control switchmounted
in switch box and electronic regulator, complete with cover. The measurementwill be numbers
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 119

of each kind of point and as specified in Schedule of Quantities.

FIXTURES/FANS
LIGHT FITTINGS
 Unless otherwise specified, light fittings shall be generally fixed as directed by
Owner/Architects.

 Fittings such as wall brackets shall be fixed at 2200 mm from FFL.

 Bulk head fittings shall be flush with ceiling/wall as required and shall be at a height
as specified or directed.

 Pendant fittings shall be suspended to a height of 2400 mm from FFL.

 The fluorescent fittings shall be fixed in such a manner that the wiring conductors
shall not terminate in a ceiling rose but in a junction box 300 mm away from the
center of the fitting along the length of the fitting so that no exposed wiring is seen
from outside.
5.1.38 FANS
CEILING FANS
 Ceiling fans shall be suspended from the special fan hook boxes. The fan wiring
shall be terminated in porcelain/PVC multiway connector.
 Each fan shall have a separate switch and speed regulator. The canopy at the top
of the suspension rod shall effectively hide the suspension hook.
 The control switch and the electronic regulator for the fan shall be included in
the point wiring.

TESTING OF ELECTRICAL INSTALLATION


TESTING OF INSTALLATION SHALL BE AS PER IS 732-1982
 The insulation resistance shall be measured by applying between earth and whole system of
conductors of any section thereof with all fuses in place and all switches closed and except in
earthed concentric wiring all lamps in position or both poles of the installation otherwise
electrically connected together, where a direct current pressure of not less than twice the
working pressure provided that it need not exceed
 500 Volts for medium voltage circuits. Where the supply is derived from the three wire (A.C or
D.C) or a poly phase system, the neutral pole of which is connected to earth either direct or
through added resistance, the working pressure shall be deemed to be that which is maintained
between the outer or phase conductor and neutral.
 The insulation resistance measured as above shall not be less than 50 megohms divided by the
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 120

number or points on the circuits provided that the whole installation shall be required to have
an insulation resistance greater than one megohm.
 Control rheostats, heating and power appliances and electric signs may, if required be
disconnected from the circuit during the test but in the event of the insulation resistance
between the case or frame work and all live parts of each rheostat appliances and all live parts
of each rheostat and sign shall be less than that specified in the relevant Indian Standard
Specification or where there is no such specification shall not be less than half a megohm.
 The insulation resistance shall also be measured between all conductors connected to one pole
or phase conductor of the supply and all the conductors connected to the middle wire or the
neutral or to the other pole or phase.

TESTING OF EARTH CONTINUITY PATH


The earth con nuity conductor including metal conduits and metallic envelopes in all cases shall be
tested for electrical con nuity and the electrical resistance of the same along with the earthing lead
but excluding any added resistance or earth leakage circuit breaker measured from the connec on
with the earth electrodes to any point in the earth con nuity conductor in the completed installa on
shall not exceed one ohm. For checking the efficiency of earthing, the earth resistance of each earth
electrode shall also be measured. This test shall preferably be done during summer months.
TESTING OF POLARITY OF NON-LINKED SINGLE POLE SWITCHES

 In a two wire installation, a test shall be made to verify that all non-linked, single pole switches
have been fitted in the same conductor throughout and that such conductor has been
connected to an outer or phase conductor or to the non-earthed conductor of the supply.

 The contractor shall be responsible for providing the necessary instruments and subsidiary earth
for carrying out the tests. The earth coordinating tests shall comply with the IS specifications as
may be applicable. Should the above tests not complete with the limits laid down, the
contractors shall do the necessary rectification of the fault till the required results are obtained.

Specifications For Cable Trays


SCOPE
This specifica on covers the design, supply, fabrica on fixing, aligning, and pain ng of Ladder/ Perforated/
Wire Mesh type cable trays and other steel frame works at site as required.

i. The cable trays shall be designed and fabricated / factory made out of varioussections such
as GI / M.S angles, flats, channels etc. and got approved by Consultants.

ii. Before fabrication the GI/ MS sections shall be properly straightened, aligned, cleaned
properly to remove rust if any.

iii. All materials used for fabrication of cable trays shall conform to IS 226 andfabrication shall
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 121

be as per IS : 800.

iv. After fabrication the cable trays, and accessories shall be free from sharp edges, corners,
burrs and unevenness, and a coat of cold phosphating chemical shall be applied
followed by a coat of red oxide primer.

v. The cable trays shall be welded to the mounting supports which in turn are eitherwelded to
plate inserts or grouted to structural members.

vi. Plate inserts for cable tray mounting supports shall be provided by Civil Contractor.

vii. Cable trays shall either run in cable trenches or run overhead and supported from available
structure.
viii. Minimum clearance between the top most tray tier and structural member shall be
300mm.
ix. The type and size of tray to be used shall be as required.
x. Each continuous length of cable tray shall be earthed at minimum two places.
xi. All hardware such as passivated bolts, nuts, washers, and other consumable required for the
fabrication and erection shall be included in the rate quoted by contractor. However, if any
grip/Anchor bolts or fasteners are required, the same shall be paid extra.
xii. The cable trays, accessories, covers etc. shall be painted with two coats of red oxide primer
followed by two finishing synthetic enamel paint of approved shade.
xiii. Where any cuts or holes are made or welding is done on finished steel work, the same shall be
sealed against oxidation by red oxide primer followed by finished paint.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 122

Technical Specifications For Light Fittings And Accessories


SCOPE
This Specifica on also covers the design, material specifica on, manufacture, tes ng at works, inspec on
and delivery at site of light fi ngs and their associatedaccessories.
STANDARDS
The light fi ngs and their associated accessories such as lamps/tubes, reflector, housings, ballasts etc. shall
comply with the latest applicable standards.
All luminaries, lamps and accessories shall be of same make.
GENERAL REQUIREMENTS
Fi ngs shall be designed for con nuous trouble-free opera on under hot humid atmospheric condi ons, at
an ambient of 45oC without reduc on in lamp li or without deteriora on of materials and internal wiring.
Outdoor fi ngs shall be weatherproof and waterproof type.
The fi ngs shall be designed so as to facilitate easy maintenance, including cleaning, replacement of
lamps/starters etc.
Connectors between different components shall be made in such a way that they will not work loose by
small vibra on.
For each type of light fi ng, the Manufacturer/Vendor shall supply the u liza on factor to indicate the
propor on of the light emi ed by the bare lamp which falls on the working plane.
The fi ngs shall be supplied complete with lamps.
The fi ngs and accessories shall be designed to have low temperature rise. The temperature rise above the
ambient temperature shall be as indicated in the relevant Standards.
All LED fi ngs shall be completed with accessories like power factor improvement capacitors, starters/
igniters wherever applicable etc. These shall be mounted as far as possible in the fi ng assembly only. If
these cannot be accommodated inside, then a separate metal enclosed box shall be included to
accommodate the accessories and in addi on with a fuse and a terminal block suitable for loop-in, loop-out
connec ons by1100V Grade PVC insulated wires up to 4 Sq mm.
Outdoor type fi ngs shall be provided with outdoor type Control gear box. The fi ngs shall be power factor
corrected to 0.95 (maximum)
Each fi ng shall have a terminal block suitable for loop-in, loop-out T-off connec on. The internal wiring
shall be completed by the manufacturer by means of stranded Copper wire and terminated on the terminal
block.
All hardware used in the luminaries, shall be Cadmium plated.
EARTHING
Each light fi ng shall be provided with an earthing terminal suitable for connec on to the earthing
conductor.
All metal or metal-enclosed parts of the housing, shall be bonded to the earthing terminal so as to
ensure sa sfactory earth con nuity throughout the fixture.
PAINTING/FINISH
All surfaces of the fi ngs shall be thoroughly cleaned and de-greased. The fi ngsshall be free from scale,
sharp edges and burns.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 123

The housing shall be stove-enameled/epoxy stove-enameled/vitreous enameled powder-coated of


anodized as indicated as indicated under various types of fi ng.
The finish of the fi ng shall be such that no bright spots are produced either bydirect light source or by
reflec on.

ACCESSORIES FOR LIGHT FITTINGS


Reflectors
The reflectors shall be made of Di cast Aluminum/Silvered glass as indicated,for the above men oned
fi ngs.
The thickness of Steel/Aluminum, shall comply with relevant Standards.Reflectors made of Steel, shall
have stove-enameled /Vitreous-enameled / Epoxy-coa ng finish.
Aluminum used for reflectors, shall be anodized / Epoxy Stove-enameled / Mirror polished.
Reflectors shall be free from scratches or blisters and shall have a smooth andglossy surface having an
op mum light reflec ng co-efficient such as to ensurethe overall light output specified by the
manufacturer.
Reflectors shall be readily removable from the housing for cleaning and maintenance without
disturbing the lamps and without the use of tools, they shall be securely fixed to the housing by means
of posi ve fastening device of cap ve type.
The indoor light fi ngs having Colour temp 4000-6500 with di cast Al framefor Square, Rectangular,
Ba en & Round type fi ngs.
The Outdoor light fittings having 2-3 mm Glass , IP66 with impact protec on ofIK 07inbuilt surge
protec on min 120 lm/wa .

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 124

Specifica on For Lightning Protec on System


Lightning Protec on
This specifica on covers the requirements of supply, installa on, tes ng and commissioning of lightning
protec on system in conformity with the requirements of IS:2309, consis ng of ver cal air termina on the
horizontal air termina on’s, down conductors andearth sta ons.
AIR TERMINATION’S
The air termina on’s shall be provided at the points shown on the drawings. The ver cal air
termination’s shall consist of copper spikes fixed onto 25 mm dia. copper tubes of at least 1.5 Mtrs.long
grouted to the surface of the roof with base plate as approved by Consultants. The horizontal air
termina on’s shall consist of a rigid network of tapes fixed to the surfaceof the roof. All exposed metal
work and roof structures forming part of the structure to be protected shall be bonded to the network
by the conductors of the appropriate cross sec on.

DOWN CONDUCTORS
Air termina on’s shall be connected to the earth termina on’s by tapes fixed onto walls of the
structures with spacers. The tapes shall be securely fixed to walls by means of brass saddles and
metallic fasteners. Where the down conductors are laid underground, they shall be laid at a depth
of750 mm below the ground level, buried in trench, covered with a 100 mm thick layer of sand and
protected by cable protec on les. All metallic parts of the building above the main roof level including
ducts, towers , pipes gu ers and other mechanical equipment’s shall be bonded to the down
conductors.
GENERAL
 The materials shall be free from rust, scale and other electrical and mechanicaldefects. The size,
materials and quantity shall be as specified.
 Steel earthing conductors above ground shall be hot dip galvanized. If painted itshall begiven two
coats of approved bit mastic paint/anti-corrosive paint. Test links in suitable enclosures shall be
installed by the contractor at no extra cost for connection between each lightning conductor down
conductor and earthelectrode.
 The scope of installation of lightning conductors on the roof of buildings shall include laying,
anchoring, fastening and cleating of horizontal conductors, grouting of vertical rods where
necessary, laying, fastening/cleating/welding of the down-comers on the walls/columns of the
building and connection to the test links above ground level, and upto earth station.
 Lightning protection conductors shall not be connected to other general earthingconductors.
 The lightning protection air termination rods and/or horizontal air termination conductors shall be
fixed in such a way that they remain in their installed position even during adverse weather
conditions.

 The down conductors shall follow a direct path to earth. There shall not be anysharp, turns and
kinks in the down conductors.
 All joints in the down conductors shall be of welded/brazed type. All metallic structures within 2 m
vicinity of down conductors shall be bonded to thelightning protection system.
 Every down conductor shall be provided with a test link at about 1000 mm above ground level. The
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 125

test link shall be directly connected to the earthing system/electrode.


 The lightning protection system shall not be in direct contact with the underground metallic service
ducts, cables, cable conduits and metal enclosuresof electrical equipment’s.
 Lightning conductors shall not pass through or run inside G.I conduits.
 Wherever required, if indicated in drawings, for fuel oil and other inflammableliquid storage tanks
lightning and protection shall be provided with horizontal conductors strung between tall poles
covering the entire areas.

JOINTS BONDING
The system shall have preferably no joints and they shall be made mechanically and electrically strong
and effec ve. Bolted joints should only be used on test points or on bonds to as exis ng metal. Generally
join ng/connec ons/installa ons shall be as in Earthing system.
EARTH TERMINATION’S
 Suitable number of earth termination’s shall be provided. The earth terminationshall consist of
pipe/plate earth electrode as specified elsewhere in the EarthingSpecification, and generally
conforming to IS : 3043. The earth termination’s shall be complete in all respects with chamber
and cover, etc. as per the detailedspecifications.
 Before installing the lightning protection system, the contractor shall obtain approval from the
Engineer with respect to the locations of air termination’s and the routes for the down
conductors.
TEST CLAMPS/LINKS
 Test clamps/links shall be manufactured from phosphor bronze or approved equivalent with
four fixing holes. Tape conductors shall be fixed to flat roof surfaces by means of suitable fixing
arrangement as approved.
 All fixing screws shall be brass.

TESTING
Suitable testing links be provided at required points as per the code of practice CP 326/IS 2309.
The contractor shall carry out tests on completion of the installation and submit the readings
for approval.

Specifica on For Earthing System


SCOPE
This specifica on covers the requirements of supply, installa on, tes ng and commissioning of earthing
systems. The work shall be carried out in accordance with relevant layout drawings, typical drawings
and installa on notes etc. All metal conduits, cable sheathes, switchgear, distribu on boards, light
fixtures, fan and all othermetal parts forming part of the work shall be bonded together and connected
by two separate and dis nct conductors to earth electrodes.
CODES AND STANDARDS

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 126

The earthing systems shall comply with all currently applicable standards, regula ons and safety codes of the
locality where the installa on is to be carried out. Nothing in this specifica on shall be construed to
relieve the Contractor of this responsibility.
The installa on work shall conform to the latest applicable Electricity Rules, RelevantIndian Standards
and Codes of Prac ces as follows :

 IS 3043 - Code of Practice for Earthing.


 IS 732 - Electrical Wiring Installation.
 IS 3975 - Galvanized round steel wire.
 Indian Electricity Rules 32, 61, 67 and 68 of IER 1956.
EARTHING ELECTRODES
Earthing electrodes shall be designed as per the requirements of IS 3043. The resistanceof earth electrodes
shall be as low as possible, the maximum allowable value being one Ohm.
Earth electrodes shall be as far as possible embedded below permanent moisture level. Earth pits shall be
further treated with salt and charcoal to improve the soil resistant. In rockyareas where the required
earth resistance cannot be attained using the standard earth electrode. Configura on the applica on of
deep well earth pits should be examined.

PLATE ELECTRODE
Plate electrodes shall be made of copper plate of 3.15 mm thick and 600 x 600 mm size. The plate shall be
buried vertically in ground at a depth of not less than 2.5 Mtrs. to the top of the plate, the plate being encased
in powdered charcoal to a thickness of 15 Cms. around. Salt and river sand shall not be used. Earth leads to the
electrode shall be laid in a medium grade GI pipe and connected to the plate electrode with brass bolts, nuts
and washers. The GI pipe of 19 mm dia. shall be placed vertically over the plate and terminated in a funnel of
5 Cms above the ground. The funnel shall be enclosed in masonry precast chamber. The chamber shall be
provided with CI frame and CI cover. The earth station shall also be provided with a suitable permanent
identification label/tag.

PIPE ELECTRODE
Pipe electrode shall comprise of 50 mm dia. GI pipe with wall thickness 3.65 mm and not less than 3.0 mtrs long
buried vertically in a pit of 350x350 mm size and filled with alternate layers of charcoal, salt and river sand and
connected at the top to a medium grade GI pipe of 19 mm dia, 1mtr long with a funnel at the other end, clamped
to the pipe electrode with brass bolts, nuts and washers. GI pipe electrodes shall be cut tapered at the bottom
and provided with holes of 12 mmdia. drilled not less than 75mm from each other up to 2 Mtrs., length from
bottom. The top end of the pipe shall be threaded and provided with G.I cap. A hole shall be provided at 100
mm from the top end to receive a 13 mm bolt with double nuts and washers. The funnel and the earth lead
connections shall be enclosed in a masonry precast chamber/inspection pit. The chamber shall be provided with
C.I frame and C.I cover. A proper permanent identification tag/label/earth cable marker shall be provided for
each electrode.

EARTHING SYSTEM.
GENERAL
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 127

 Each installation shall have one common earth grid connected to at least two groupsof
earth electrodes.

 The earth grid shall extend throughout the installation in the form of a ring circuit with
branch connections to the equipment and structures to be earthed.
EARTHING CABLES AND CONNECTIONS
 Earth systems shall be of solid copper/galvanized flats type, of cross-section specified on the
relevant design earth layout drawing.
 Connections between earth electrodes and main ring earth conductors shall be executed
in accordance with Electrical Drawings and in such a way as to facilitate the inspection and
testing the earth resistance of each individual earth electrode group without disconnection of
the earth system main ring.
 All uninsulated parts of earth conductors shall be suitably protected against direct contact
with the soil to prevent electrolytic corrosion. This may be achieved by lap wrapping bared-
sections with green PVC adhesive tape.
 All earthing termination’s shall be made with compression type cable lugs. Interconnections
shall be directly clamped with compression type branch connectors as detailed in Electrical
Drawings.
 Execution of earth cable branch connection by means of exothermic welding shall require
the approval of The Company Site Representative, who will take into accountthe suitability
of the welding equipment and the previous experience of the Contractor’s personnel.
 The resistance between each earth electrode configuration and the general mass of earthshall
not exceed 5 ohms when isolated from the main earth grid.
 Location of earth electrodes, earth conductors connections and earth cable routes shown
on the installation earth layout drawing shall be considered as diagrammatic only, and site
inspection shall be necessary to determine earth connection onto equipment’s locations
and conductor routes prior to installation.
 Within buildings, strips of high conductivity copper/GI, sized in accordance with thelayout
earthing design drawing, should be utilized.
 Where copper tape or cable is fixed to building structure it shall be by means of purpose
made saddles.
 Fixings shall be made using purpose made lugs and clamps.
 Fixings requiring drilling of holes through stripes shall be used, considering the effective
cross-section of the particular run is within relevant regulations.
 Where tape or cable is run in the ground or fixed externally, and is liable to corrosion, it shall
be wrapped with corrosion-resistant material. Alternatively, PVC wrapped tapeor cable may
be used.
 Joints in copper tape shall be tinned before assembly, riveted with a minimum of tworivets,
and sweated solid.
 Where holes are drilled in the earth tape for connection to items of equipment, effective

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 128

cross-sectional area of connections shall be not less than required to comply with the
relevant Regulations.
 Bolts, nuts and washers for any fixings of earth tape shall be of high-tensible grade.

ELECTRICAL EQUIPMENT

 Metallic enclosures of all electrical equipment shall be earthed at two ends by connection
to the common earth grid.
 Cross-sectional area of the equipment earth connections shall be in accordance with the
earth layout design drawing.

NON-ELECTRICAL EQUIPMENT

 All metallic equipment used for storage, processing, transportation or pumping flammable
liquids, vapors or gases, and their associated supporting structure or skid, shall be
electrically bonded to the installation main earth ring.
 Electrical bonding of associated metal work, in handrails, walkways, etc., is not necessary
if it is demonstrated by testing that they are electrically continuous with the structure.
However, the same shall be bonded to earth at one point.
 Piping which is not in electrical contact with its associated tank or vessel, such as an open
discharge line into a tank, shall be bonded to the tank.
 In installations that do not contain electrical equipment, the resistance between each
earth electrode configuration and the general mass of earth shall not exceed 5 ohms when
isolated from the main earth grid.

BONDING
 Metal sheaths and armour of all cables operating at low voltage, metal conduits, ducting,
trunking, and protective conductors associated with such cables, which might otherwise
come into contact with adjacent fixed metalwork, shall be effectively either segregated
from, or bonded to, adjacent metal work.
 Metallic sheaths and / or non-magnetic armour of all single-core cables in the same circuit
normally shall be bonded together at one and end only of their run (solid bonding) unless
specified otherwise.
 All interior metal, water and gas piping shall be bonded together and made electrically
continuous.
 Non-conductive coatings (such as paint, lacquer and enamel) on equipment to be earthed
shall be removed from threads and other contact surfaces to ensure good electrical
continuity.
 Chemical Earthing: Maintenance free Safe Earthing Electrodes with ISI G.I. pipe dia58 mm
as secondary electrode of wall thickness 2.6 mm and the primary Earthing Electrode will be
32mm x 6mm x 1nos M.S. hot dipped galvanized strip filled with a highly conductive & non-
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 129

corrosive compound in between the primary Earthing and the secondary Earthing, the
surface area in mm will be 2,28,000 for 3mtrs.length and CrossSectional Primary conducting
area is 192 sq.mm And solid G.I. base plate seals the unit at the bottom. ground Filling
compound will be provided in 25 kgs Bags.)(2 bags required for each earthing electrode.)

Technical Specifica ons For Street Light Poles and Posts

1. The street light poles/pathway light poles shall be of swaged type construction conforming to
IS1239. The dimensional and other details shall be as specified in the enclosedStandard Drawings.
2. The street light poles shall have M.S pipes of progressively reduced dimensions and posttop
lanterns poles shall be of uniform cross section. The poles shall be treated with a rigorous rust
inhibition process and the outside surface of the pole shall be painted with two coats of paint
conforming to IS 2339.

3. Where portion of the pole is required to be embedded in concrete and below ground, theinner
circle shall be treated with two coats of bituminous paint.

LUMINARIES DETAILS:
1. The system efficacy of the Luminaries should be ≥ 120 Lm / W. With CRI – ≥70.
2. The Ingress Protection Should not less than IP 66.
3. The Impact Resistance should not less than IK 08.
4. The offered weatherproof LED Luminaire is provided with secondary lens / optics. The
same shall of PMMA / Polycarbonate type.
5. The LED fixture must have toughened glass with IK 08 protection.
6. Total Harmonic Distortion should be less than 10% for the complete fixture.
7. The fittings shall be provided with pre-installed terminal blocks with Cu. Lugs
suitable for termination of 3C x 2.5 sq.mm. copper cable. Offered weather proof LED
lightfittings shall be suitable for bracket mounting.
8. The product should comfortable with Ambient Temperature: 0 ºC to +50 ºC
9. The STREET light should be a state-of-the-art design allowing easy mounting with
toughened glass.
10. The fixture with mounting accessories to be supplied as per site requirement. The
housingof the light must be Modular type with Pressure die cast aluminum housing
with fins. The Product having smooth finish powder coated embossed / Engraved /
printed with companylogo.
11. The product Luminaire must be modular type. However, all LED needs to be mounted
withone PCB only. The Heat sink to be suitably designed & properly integrated with the
Luminairebody itself for effective cooling of the LED.
12. The required hardware & fasteners for installation of the offered weather proof LED
Luminaireshall be supplied along with each Luminaire.
13. The type test report/ certificate as per relevant standards on selected sample need to
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 130

be submitted asper IS: 10322.


14. The bidder / OEM has to provide the test report for LED junction temperature should
not
≥ 85ºCa he ambient temperature of 25 ºC and with internal surge protec on of
minimum 4KV and external surge protec on of 10KV.
15. The BIS of the complete product needs to be provided with the technical bid.
16. The LM 79 test report from NABL accredited lab, LM80, Polar diagram, Cone diagram,
, catalogue needs to be submitted during the Bid to evaluate the above parameters.
17. Streetlight should be having 5 years warranty. The Firm will arrange the 5 years
warranty certificate from the manufacturer clearly mentioning the details of the fitting
supplied to AUTHORITY under this contract.

Driver Technical Details


1. The driver should be epoxy encapsulated within the light fixture that has separate
optical & driver compartment, driver single Integrated constant current potted
electronic driver. The fixture, with the encapsulated driver inside, must be IP-66
compliant.
2. Serviceability of LED Luminaries: The driver can be replaced at site if required.
3. The efficiency shall be more than 87 % in all cases at all times during project period.
4. Maintenance friendly and a separate compartment in main housing for external
SPD or
external fixing arrangement (bolted only) for external SPD below the light on the non-
lightemi ng surface of the housing.
5. Protection from Voltage surges (SPD) Firm may provide appropriate surge protection
arrangement, at each STREET Light, to protect the STREET Light from switching surges, which
are expected / prevalent in STREET Light supply networks in India. Additionally, as per
ANSI C 136.2-2014/ UL-1449/ IEC 61643-11, External Surge protection (SPD) with Thermal
Protection (TMOVs) of minimum 10KV/5KV with capability to withstand a minimum of
15 pulses of 10KV to be separately installed (fixed with screws) with each fixture below
the Light with IP 66 protection for incoming and outgoing wires on SPD and Light.
Alternatively, the external SPD may be provided inside the driver compartment or
special enclosed compartment adjoining the driver compartment or adjoining it with
proper fixing (bolting / DIN rail arrangement) for SPD inside. The SPD shall follow IEC
62305 & IEC61643-11-2011.
6. Housing - Electrical Compartment of Driver box contains cable glands for cable entries,
and push in terminals for mains and control input. Electrical connection box of
Streetlight contains cable glands and push-in terminals enabling electrical connection to
driver box. The end-caps can be easily opened to access the bolts to aim the Streetlight;
the slot-hole in thebracket facilitates flexible installation.
7. Safety test for Drivers as per IS: 15885 must be submitted for driver.
8. The driver should be EMI/EMC Compliance as per IEC:61547. / submit the BIS certificate
of Driver.
Octagonal Pole Specifica on
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 131

1. The steel used in the construction of the masts shall comply with IS 2062 grade E350 /BS
EN10025 or Equivalent having minimum yield strength of 350 N/Sq. mm.
2. The 4/8 Mtr. Octagonal pole shall be of continuously tapered, Octagonal cross section,
presenting a good and pleasing appearance and shall be based on proven In-Tension
design conforming to the standards referred to above to give an assured performance and
reliable service.
3. The mast shaft shall be manufactured from high tensile steel plates confirming to IS
2062/ BSEN 10025 having minimum yield strength of (Grade 65) 350N/Sq.mm and silicon
content less than 0.06%.
4. For the environmental protection of the mast, the entire fabricated mast shall be hot dip
galvanized internally and externally having a uniform average coa ng of 85 microns for
plates more than 6 mm and 70 microns for plates 6 mm and less thickness. The Zinc shall
have purity confirming to IS 209.
5. The pole structure shall be suitable to sustain an assumed maximum reaction arising from a
wind speed of 180 Km / Hr.
6. The design life of the poles shall be 25 years.
7. All welding shall be undertaken and performed as per WPS/PQR in strict accordance with
BS5135.or AWSD1.1.
8. The double arm brackets shall be of suitable steel construction.
9. The octagonal pole manufacturer should have in-house civil, structural and product
design facilities and the shaft is to be manufactured from ISO 9001, ISO 14001 and ISO
45001 certified factory taking care of all aspects of design, quality, environment and
safety. The Luminaries supplier shall have their own in-house testing facilities for testingof
photometry, other electrical and mechanical parameters of luminaries with facilities to
prepare illumination design for said application.
10. All MS parts including hardware shall be hot dip galvanized as per BSEN-ISO1461 or
equivalent.

FEEDER PILLAR
Work of feeder Pillar shall be carried out as CPWD for Electrical works Part –I ( internal -2013 and &Part
–II ( External ) 1994 amended up to date. Supplying , erec on , tes ng and commissioning of stand
mounted double door outdoor type feeder pillar of suitable size ( as per design requirement ) fabricated
out of minimum 1.6mm/ 2.00 mm thick nominal CRCA MS sheet ( 2 mm outer and 1.6 mm inner ) with
suitably thick angle iron frame of suitable dimensions and suitable to accommodate and S/F of all
required accessories there in i/c connec on , interconnec on with suitable size copper wire , numbering
, power coated a er applying pretreated by seven tank process and makingbrick founda on complete
as required Standard.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 132

ON Grid Solar Photo Voltaic Power Plant


Modules
The total Solar PV minimum array capacity should not be less than the 3-4% of the contract demand as
per GriHA ra ng. The Solar Panel module should comprise of mono-crystalline modules of minimum 500
Wp or more wa age.
The PV modules should be of Indigenous make. The PV modules must conform to the latest edi on of
any of the following / equivalent BIS standards:
a. IEC 61215 / IS14286 for PV module design qualification and type approval.
b. IEC 61730 Part 1 for construction and Part 2 for testing and safety qualification.
c. IEC 61701/ IS 61701 for Salt Mist Corrosion.

Note: The firm should submit Necessary test cer ficate from the approved test lab along with supply of
material.
SPV module Conversion efficiency should be greater than 15% at STC and AM 1.5 radia ons. 1.4The PV
modules shall perform sa sfactorily in humidity up to 100% withtemperature between -30ºC to +85ºC.
Since the modules would be used in a high voltage circuit, the high voltage insulation test shall be carried
out on each module and a test cer ficate to that effectbe provided.
The prescribed electrical degrada on shall not be more than 10 (ten)percent of the full rated original
output at the end of the period of 10 years and not be more than 20 (twenty) percent of the full rated
original output at the end of 25 years.
Manufacturers/suppliers should supply PV modules using a Radio Frequency iden fica on tag(RFID),
which must contain the following informa on. The RFID can be placed inside or outside the module
laminate, but must be able to withstand harsh environmental condi ons:-

(i) Name & Serial No. of the Manufacturer of PV module.


(ii) Name & Serial No. of the Manufacturer of Solar Cells.
(iii) Month and year of the manufacture (separately for solar cells & module).
(iv) Country of origin (separately for solar cells & module).
(v) I – V curve for the module.
(v) Peak Wattage, Im, Vm and FF for the module.
(vi) Unique Serial No. and Model No. of the module.
(vii) Date and year of obtaining IEC PV module qualification certificate.
(viii) Name of the test lab issuing IEC certificate.

Other relevant informa on on traceability of solar cells and module as per ISO 9000series. RFID shall be
mandatorily placed inside the module laminate.
Other general requirement for the PV modules and subsystems shall be the following:
(i) The rated output power of any supplied module shall not have negative tolerance.
(ii) The peak-power point voltage and the peak-power point current of any supplied
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 133

module and/or any module string (series connected modules) shall not vary more
than 3 (three)percent from the respective arithmetic means for all modules and/or
for all module string, as the case may be.
(iii) Except where specified, the front module surface shall consist of impact resistant,
low-iron and high- transparent toughened glass.
(iv) The module frame, if any, shall be made of aluminum or G.I.
steel corrosion- resistant material which shall be electrolytic ally
compatible with the structural material usedfor mounting the
modules.
(v) The module shall be provided with a junction box with either
provision of externalscrew terminal connection or sealed type
and with arrangement for provision of by-pass diode. The box
shall have hinged, weather proof lid with captive screws and
cable gland entrypoints or may be of sealed type IP65 rated.
(vi) Necessary I-V curves PV module with S. No. should be submitted along with modules.
(vii) Fill factor of module shall not be less than 0.70.

ARRAY STRUCTURE

The array structure shall be so designed that it will occupy minimum spacewithout sacrificing the
output from SPV panels.
Wherever required, suitable number of PV panel structure shall be provided.
Structures shall be of flat-plate design either Aluminium or G.I. steel suitable sec ons.
Structural material shall be corrosion resistant and electroly cally compa ble withthe material used in
the module frame, its fasteners, nuts and bolts. Galvanizing should be hotdipped galvanizing or equivalent
which provides at least spraying thickness of 80 micron on steel as per IS 5905, if steel frame is used.
Aluminium frame structures with adequate strength and inaccordance with relevant BIS/interna onal
standards can also be used.
Structures shall be supplied complete with all members to be compa ble for allowingeasy installa on at the
roof top site
The structures shall be designed to allow easy replacement of any module & canbe either designed to
transfer point load on the roof top/shed type structure.
Each structure shall have a provision to adjust its angle of inclina on to the horizontal as per the site
condi ons.
The array structure shall be grounded properly using maintenance free earthing kit. Each panel frame
structure should be so fabricated as to be fixed on the roo opcolumn/Shed type roof/wall structures.
The structure should be capable of withstanding a wind load of 180-200 km/h. a er grou ng &
installa on. The front end of the solar arraymust be adequate above the roo op. Grou ng material for
SPV structures shall be as perM15 (1:2:4) concrete specifica ons or as per standard prac ce for shed
type roof.
The structures shall be designed for simple mechanical and electrical installa on. There shall be no
requirement of welding or complex machinery at the installa on site. If prior civil worker support
pla orm is absolutely essen al to install the structures, the supplier shall clearly and unambiguously
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 134

communicate such requirements before start of work. Detailed engineering drawings and instruc ons
for such prior civil work shall be carried out prior tothe supply of goods.
The supplier shall specify installa on details of the PV modules and the support structures with
appropriate diagrams and drawings. Such details shall include, but not limited to, thefollowing:
(i) Determination of true south at the site;
(ii) Array tilt angle to the horizontal, with permitted tolerance;
(iii) Details with drawings for fixing the modules;
(iv) Details with drawings of fixing the junction/terminal boxes;
(v) Interconnections details inside the junction/terminal boxes;
(vi) Structural installation details and drawings;
(vii) Electrical grounding (earthing);
(viii) Inter-panel/Inter-row distance with allowed tolerances; and
(ix) Safety precautions to be taken.
The array structure shall support SPV modules at a given orienta on and absorb and transfer the
mechanical loads to the roo op columns properly. All nuts and bolts shall be of very good quality
stainless steel/rust free G.I. Steel. Detaileddesign and drawing shall have to be submi ed to the Engg.-
in-charge for acceptance and approval before execu on of work.
(NOTE: The structural design of the complete system should be compatible with the structural strength and loadbearing
capacity of the roof. Design calcula ons and cer ficate to this effect shall be provided by a qualified chartered structural
engineer. Latest IS code shall be followed for structural design. Contractor shall submit the structural analysis and design (STAAD)
calcula ons along with the structural design. The agency shall visit the site prior to quote the tender to ascertain of
scope of work.)

POWER CONDITIONING UNIT (PCU)


For redundancy and reliably of the system, stacks of suitable Nos. of PCU/Inverters of appropriate
capaci es (not less than five Nos.) for total cumula ve capacity of 150kwp, should be installed to
convert DC power produced by SPV modules in to AC power and synchronize the voltage & frequency
levels to suit the local grid condi ons.

Common Technical Specifica on

(i) Control Type: Voltage source, microprocessor assisted, output regulation.


(ii) Output Voltage: 3 phase, 415 Vac.
(iii) Frequency: 50 Hz.
(iv) DC link voltage range: up to 850 V.
(v) Nominal Power AC: As per rating of string Inverter.
(vi) Total Harmonic Distortion: less than 3%.
(vii) Operating Temp. Range: 0 to 55 degree Celsius.
(viii) Housing Cabinet: INVERTER to be housed in suitable switch cabinet,
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 135

Within IP 65Degree of ingress protection for outdoor and IP 20 for


Indoor.
(ix) Inverter efficiency: more than 95% at full load.
(x) Power Control : MPPT
Note: The firm should submit Necessary test cer ficate from the approved test lab along with
supply of material.
Other important Features/Protec ons required in the PCU/INVERTER-
i) Automatic morning wake-up and night shutdown.
ii) Mains (Grid) over-under voltage and frequency protection.
iii) Fool proof protection against ISLANDING.
iv) Included authentic tracking of the solar arrays maximum power operation voltage
(MPPT).
v) Array ground fault detection.
vi) LCD and piezoelectric keypad operator interface menu driven.
vii) Automatic fault conditions reset for all parameter like voltage, frequency and/or
blackout.
viii) MOV type surge arrester on AC and DC terminals for over voltageprotection from
lightening-induced surges.
ix) Inverter should be rated to operate at 0-55 degree Celsius.
x) All parameters should be accessible through an industry standard communication link.
xi) Overload capacity (for 10 sec) should be 150% of continuous rating.
xii) The Inverter shall be self-commuted and shall utilize a circuit topology andcomponents
suitable for meeting the specifications listed above at high conversion efficiency and
with high reliability.
xiii) The PCU shall give the preference to feed the loads from solar energy being
produced and shall draw the additional power from mains to meet the load
requirements in case the load is more than the solar being produced.
xiv) PCU shall be capable to synchronize independently & automatically/to be phaselocked
with Power Supply Authority grid power line frequency to attain synchronization &
export power generated by the solar panel to Power SupplyAuthority grid.
xv) Since the PCU is to be used in solar photo voltaic energy system, it should havehigh
operational efficiency. The DC to AC conversion efficiency shall at least be 98 percent
for output ranging from20 percent of full load to full load. The idlingcurrent i.e. no
load must not exceed 2 percent of the full- load current.
xvi) Transformer less Inverters shall be preferred. Restriction of DC components on ACside
shall be achieved. The PCU/Inverter output shall be 415 VAC, 50 Hz 3 phase.
xvii) The PCU/Inverter shall be capable of operating in parallel with the grid utility
service and shall be capable of interrupting line-to-line fault currents and line- to-
ground fault currents.
i) The PCU/Inverter shall be able to withstand an unbalance output load to the extentof
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 136

30%.
ii) The PCU/Inverter shall include appropriate self-protective and self-diagnosticfeatures
to protect itself and the PV array damage in the event of Inverter component
failure or from parameters beyond the Inverter’s safe operating range due to
internal or external causes. The self-protective features shall not allow signals from
the Inverter front panel to cause the Inverter to be operated ina manner which may
be unsafe or damaging. Faults due to malfunctioning within the PCU/Inverter,
including commutation failure, shall be cleared by the Inverter protective devices
and not by the existing site utility grid service circuitbreaker.
iii) The PCU/Inverter shall go to shut down/standby mode, with its contacts open,
under the following conditions before attempting an automatic restart after an
appropriate time delay.

INTEGRATION OF PV POWER WITH GRID


The output power from SPV would be fed to the Inverters which converts DC produced by SPV array
to AC and feeds it into the main electricity grid a er synchroniza on.In case of grid failure, or low or
high voltage, solar PV system shall be out of synchroniza on and shall be disconnected from the
grid. Once the DG set comes into service PV system shall again be synchronized with DG supply and
load requirement wouldbe met to the extent of availability of power.4 pole isola on of Inverter output
with respect to the grid/ DG power connec on need to be provided.
All statutory requirement for net metering shall be done by the contractor/agency. The required
inspec on by local electrical inspector/inspector of central Electricity authorityshall be done by the
contractor/agency. The Govt. deposits if any, shall be reimbursableon produc on of documentary
proof. All required liaison work for synchroniza on of above system shall be under the scope of the
agency. Nothing extra shall be paid in this regard. The Net meter/CT and other accessories etc. will
be supplied by the vendor/contractor /agency doing the work.
Insufficient Solar Power Input
When the solar power available from the PV array is insufficient to supplythe losses of the Inverter,
the Inverter shall go to a standby/shutdown mode.The Inverter control shall prevent excessive cycling
during rightly shut down or extended periods of insufficient solar radia on.

U lity-Grid Over or Under Voltage


The Inverter shall restart a er an over or under voltage shutdown where the u lity grid voltage
has returned to within limits for a minimum of two minutes.
U lity-Grid Over or Under Frequency
The Inverter shall restart a er an over or under frequency shutdown when the u lity grid voltage
has returned to within limits for minimum of two minutes.

a. The Inverter generated harmonics measured at the point of connection to the


utility services when operating at the rated power shall not exceed a total
harmonics current distortion of 3 percent.
b. The Inverter power factor at the point of utility services connection shall be
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 137

better than 0.95lagging when operating at above 25 percent of the rated


output.
c. The internal copper wiring of the Inverter shall have flame resistant
insulation. Use of PVC is not acceptable. All conductors shall be made of
standard copper.
d. The Inverter shall withstand a high voltage test of 2000V RMS, between either
the input or the output terminals and cabinet (chassis).
e. Full protection against accidental open circuit and reverse polarity at the input
shall beprovided.
f. The Inverter shall not produce Electromagnetic Interference (EMI)which may
cause malfunctioning of electronic instruments including communication
equipment, which are located within the facility in which the Inverter is
housed.
g. The Inverter shall have an appropriate display on the front panel to display
the instantaneous AC power output and the DC voltage, current and power
input. Each of these measurements\displays shall have an accuracy of 1
percent of full scale or better. The display shall be visible from outside the
Inverter enclosures. Operational status of the Inverter, alarms, trouble
indicators and AC and the DC. disconnect switch positions shall also be
communicated by appropriate messages or indicator lights on the front cover of
the Inverter enclosure.
h. Communication Mod bus protocol with LAN/WAN options and SCADAsystem
along with remote access facility.

Electrical Safety, Earthing And Protec ons

(i) Internal Faults: Inbuilt protection for internal faults including excess temperature,
communication failure, and overload and cooling fan failure (if fitted) is obligatory.
(ii) Galvanic Isolation: Galvanic Isolation is required to avoid any DC component being
injected into the grid and the potential for AC components appearing at the array.
(iii) Over Voltage Protection: Over Voltage Protection against atmospheric lightening
discharge to the PV array is required. Protection is to be provided against voltage
fluctuations in the grid itself and internal faults in the power conditioner, operational
errors and switching transients.
(iv) Earth fault supervision: An integrated earth fault device shall have to beprovided to
detect eventual earth fault on DC side and shall send messageto the supervisory system.
(v) Cabling practice: Cable connections must be made PVC Solar Copper cable, as per
BIS standards. All cable connections must be made using suitable terminations for
effective contact. The PVC Copper cables must be run in G.I. trays with covers for
protection.
(vi) The PCU/Inverter shall include an easy accessible emergency OFF button located at
an appropriate position on the unit.
(vii) The PCU/Inverter shall include ground lugs for equipment and PV arraygrounding. The
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 138

DC circuit ground shall be a solid single point ground connection in accordance with
WEC 69042.
(viii) All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed and
painted or otherwise suitably protected to survive a nominal30 years design life of the
unit.
(ix) Inverter enclosure shall be weatherproof and capable of survivingclimatic changes
and should keep the Inverter intact under all conditions in the room where it will be
housed. The Inverter shall be located indoor and should be wall/pad mounted,
Moisture condensationand entry of rodents and insects shall be prevented in the
Inverter enclosure.
(xi) Components and circuit boards mounted inside the enclosures shall be clearly
identified with appropriate permanent designations, which shall also serve to identify
the items on the supplied drawings.
(xii) All doors, covers, panels and cable exists shall be gasketed or otherwisedesigned to
limit the entry of dust and moisture. All doors shall be equipped with locks. All
openings shall be provided with grills or screens with openings as per specifications.
(xiii) In the design and fabrication of the Inverter the site temperature,incident sunlight
and the effect of ambient temperature on component life shall be considered
carefully. Similar considerations shall be given to the heat sinking and thermal for
blocking diodes and similar components.

Factory Tes ng
(i) The Inverter shall be tested to demonstrate operation of its control system and the
ability to be automatically synchronized and connected in parallel with a utility service,
prior to its shipment.
(ii) Operation of all controls, protective and instrumentation circuits shall be demonstrated
by direct test if feasible or by simulation operation conditions for all parameters that
cannot be directly tested.

(iii) Special attention shall be given to demonstrate utility service interface protection
circuits and functions, including calibration and functional trip tests of faults and
isolation protection equipment.
(iv) Operation of start up, disconnect and shutdown controls shall also be tested and
demonstrated. Stable operation of the Inverter and response to control signals shall also
be tested and demonstrated.
(v) Factory testing shall not only be limited to measurement of phase currents,
efficiencies, harmonics content and power factor, but shall also include all other
necessary tests/simulations required and requested by the Engg.-in- charge. Tests may
be performed at 25, 50, 75 and 100 percent of the rated nominal power.
(vi) A factory Test Reports (FTR) shall be supplied with the unitafter all tests. The FTR
shall include detailed description of all parameters tested qualified and warranted.

OPERATING MODES
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 139

The following opera ng modes are to be made available:


(i) Night or Sleep modes: Where the Inverter is almost completely turnedoff, with just
the timer and control system still in operation, losses should not exceed 1 watt per 5
kilowatt
y
(ii) Standby mode: Where the control system continuously monitors the output of the
solar generator until pre-set value is exceeded (typically10 watt). Operational or MPP
tracking mode: The control system continuously adjust the voltage of the generator
to optimize the power available. Thepower conditioner must automatically re-enter
stand-by mode when input power reduces below the standby mode threshold. Front
Panel display should prove the status of the Inverter, including AC Voltage, Current,
Power output & DC Current, Voltage and Power input, PF andfault Indication (if any)

CODES AND STANDARDS


The quality of equipment supplied shall be controlled to meet the guidelines for
engineering design included in the standards and codes listed in the relevant ISI and
other standards, such as:
(i) IEEE 928 Recommended Criteria for Terrestrial PV Power systems.
(ii) IEEE 929 Recommended Practices for Utility Interface of Residentialand Intermediate
PV Systems.
(iii) IEEE 519 guide for Harmonic Control and ReactiveCompensation of Static Power
Controllers.
(iv) National Electrical NEPA 70-(USA) or equivalent national standard.
(v) National Electrical safety Code ANSI C2-(USA) or equivalent national standard.
(vi) JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PVmodules.
(vii) The Inverter manufacturer should attach efficiency certificate from Independent
Third party Testing laboratory i.e. IEC, TUV, SNL/ERTL or STQC. PCU should
conform to IEC 61683 for efficiency measurements and IEC 600682 for
environmental testing. MPPT unit should confirm to design qualification IEC
62093.

ARRAY JUNCTION BOX, MAIN JUNCTION BOXES WITH STRINGMONITORING FEATURE TO THE INVERTER
The junction boxes are to be provided in the PV yard for termination of connecting cables. The Junction
Boxes shall be made of FRP/Powder Coated Aluminium with full dust, water & vermin proof arrangement.
All wires/cables must be terminated through cable lugs. The Junction boxes shall be such that-
(i) Input & output termination can be made through suitable cable glands.
(ii) Made of FRP or cast Aluminium.
(iii) Copper bus bars/terminal blocks housed
in the junction box with suitable termination
threads.
(iv) Conforming to IP65 (for outdoor)/ IP 21 (for indoor) standards and IEC
_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 140

62208.
(v) Hinged door with EPDM rubber gasket to prevent water entry.
(vi) Single compression cable glands.

DATA LOGGER & PLANT MONITORING UNIT

PV array energy produc on: Digital Meters to log the actual value of AC/DCVoltage, Current &Energy
generated by the PV systems shall have to be provided. Two way LT 415V energy meters (import – export)
class 0.5 compliant shall be incorporated in the system on main AC Grid supply.
Solar Irradiance: An integrating Pyranometer (Class-II or be er) should be provided, with the sensor
mounted in the plane of the array. Readout shouldbe integrated with data logging system.
Wind Speed : An integrated wind speed measurement unit be provided. Temperature Sensor: Integrated
temperature Sensor for measuring the modulesurface temperature, Inverter inside enclosure temperature
and ambient temperature to be provided complete with readout integrated with the data logging
system.
Data logging systems (Hardware and so ware): for Solar PV Plant, for plant control and monitoring shall
be provided with the following features (M/S. HP/WIPRO/DELL/LENOVO/SS MAKE): One no. of suitable
Desktop Computer with minimum configura on of 3 GHz Pen um i3 latest(3MB Cache) with minimum
500GB HDD,4 GB RAM, 2 Parallel & 2 Serial Port, Wi-Fi LAN Card, DVD RW Drive, 20” LED Display, USB Scroll
Mouse, Windows 10 along with All in one 1200 dpi/12 ppm Desktop LaserJet printer along with a 1 KVA
on-line ups with ba ery backup.

Basically, this unit should perform the following:


(i) Measurement and/or recording of energy parameters.
(ii) Data logger to record the energy data on a predetermined interval basis.
(iii) Measurement & continuous acquisition of ambient airtemperature, wind speed, solar
radiation, PV module temperature, individual string current, Inverter output voltage
and current, and output frequency.
(iv) Operating state monitoring and failure indication.
(v) Representation of monitoring data in graphics mode or in tabulation mode.
(vi) Controlling & monitoring the entire power system through remote terminal at the
Engg.-in-charge.
(vii) Necessary hardware & software shall have to be supplied by the contractor. Both
the software and hardware required for interfacing the plant including CPUs, modems
are to be supplied andinstalled by the contractor.
Remote control/instrumenta on: The microprocessor control unit should have the provision for
installa on of Rs-232/485/Ethernet/Telephone modem communica on link, should have remote
control and monitoring capability (by personal computer). All parameters, status and indicators and
targets accessible through the local operator interface may be accessed remotely through these ports.
Op onal analogue outputs (0-5 DC) for AC powers, DC current,DC Voltage can be supplied to interface
with external data acquisi onsystems. Op onal contacts input for an external SCADA/RTU or other

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 141

remote control device can be provided within the Inverter enclosure for remotely disabling or rese ng
the unit.

All major parameters should be available on the digital bus and logging facility for energy audi ng
through the internal microprocessor andcan be read on the digital front panel at any me the current
values, previousvalues for up to a month and the average values. The following parametersshould be
accessible via the opera ng interface display and also on the dedicated laptop in the office of the
Administrator/ Maintenance Engineerin charge (or as decided by the administra ve authority) through
internet.
 AC Voltage
 AC Output current
 Output PowerDC
 Input Voltage DC Input Current
 Time Active
 Time disabled
 Time Idle
 Temperatures
 Invertor Status
 Irradiation
 Module temperature
Protec ve func on limits (viz – AC over voltage, AC under voltage, over frequency. Under
Frequency, ground fault. PV star ng voltage, PV stopping voltage, over voltage delay, under
voltage Delay, over frequency delay, Groundfault delay, PV star ng delay, PV stopping delay).

DC DISTRIBUTION BOARD
Each Solar PV Plant shall have its separate DC Distribu on panel to receive theDC output from the
array field with analogue measurement meter for voltage, current and power from different MJBs
so as to check any failure in the array field. DCDBs shall be dust & vermin proof. The bus bars are
to be made of copper of desired size. Suitable capacity MCBs to be provided for controlling the DC
power output to the INVERTER along with necessary surge arrestors.

AC DISTRIBUTION PANEL BOARD


The plant shall be supplied with its dedicated appropriate ra ng AC Distribu on panel provided by which
shall be located at an appropriate loca on in the building itself. ACDBs are to be provided at the cable
termina ng points emana ng fromthe Inverters. The AC power from Inverter of each individual Solar
PV Plant shall be fed into its dedicated AC Distribu on panel. Therea er, the outputs shall be
terminated into the main LT supply.
AC Distribu on Panel Board (DPB) shall control the AC power from Inverter and should have necessary
surge arresters. Interconnec on from ACDB to LT bus bar is to be carried out and complete equipment
along with metering to be installed in the ACDB.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 142

Requirement/specifica ons of DCDB and ACDB may be changed as per site conditions. All switches at
the circuit breakers, connectors should confirm to IEC60947, part I II & III.
CABLES & WIRES
Cabling: Cabling shall be carried out as per IE Rules. All other cabling above ground should be suitably
mounted on cable trays with proper covers. Only LSHZ XLPO cables must be used for DC side, DC grade
cables shall be used. For AC power shall be XLPE insulated PVC sheathed Aluminium / copper conductor
cables.
Wires: Only FRLS Solar copper wires of appropriate size and of reputed make shall have to beused.
Cables ends: All connec ons are to be made through suitable cable/lug/terminals; crimped properly &
with use of cable glands.
Cable marking: All cable/wires are to be marked in proper manner by good quality ferule or by other
means so that the cable can be easily iden fied. Any change in cabling schedule/sizes if desired by the
bidder/supplier be got approved a er ci ng appropriate reasons. All cable schedules/layout drawings
have to begot approved from the purchaser prior to installa on. All cable tests andmeasurement
methods should confirm to IEC 60189.

Mul Strand, Annealed high conduc vity copper conductorPVC type „A‟ pressure extruded insulation
Overall PVC insula on for UV protec on and confirm to IEC 69947.Armoured cable for underground laying
All cables shall confirm to BIS standards (IS 694) and (IS 1554)
The size of each type of cable selected shall be based on minimum voltage drop, however the
maximum drop shall be limited to 2 %
Selected cable should carry a current density of minimum 1.2 Amp/Sq.mm All electrical/wires inside the
building to be fixed in Rigid Steel Conduit for wiring inside the building
Proper/trenches as per site requirement.Voltage ra ng 660/1000V.
Excellent resistance to heat, cold, water, oil,abrasion, UV radia on. For laying/termina on of cables, latest
BIS/IEC codes/ standards to be followed. Cabling on DC side of the system shall be as short as
possible to minimize
the voltage drop in the wiring. Components and hardware shall be vandal and the resistant. All
parts shall be corrosion-resistant. The system descrip on, general/technical requirements etc. are given
for general guidance only. The supplier/manufacturer shall submit the detail design of the complete
solar genera ng system by using their so ware to op mize the combina on of modules considering the
specific loca on, insola on, nature of load etc.
ENERGY METER
An Energy Meter of appropriate ra ng as per the size of plant shall be provided asapproved by area in-charge
to measure the delivered quantum of energy.
 Meter must be provided with the necessary data cables.
 Energy Meter should be import/export type, 0.5 Class of accuracy.
Civil Work Specifica on

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 143

Concre ng
a. Concrete mix shall be of M-20/M-25 grade for pedestal and earth pit chambers.
b. Pedestal base shall be provided with tapered gola using water proofingcompound of IS-
2649.
c. Curing of all concrete work shall be carried out continuously for minimum of 7days.The solar
panels are very much prone to uprooting at very high wind speed during the storms,
therefore, they have to be anchored properly on the roof top by suitably designing the
fixtures and its support system considering the design wind speed for the area as per
relevant IS code.
d. During fixing the solar panels on the roof top/Over shed the damage to the structural
slabs/ water proofing treatment should be carefully avoided.
e. The solar panels should be fixed on the roof surface in such a way that the rain water
flow to the rain water pipe should not be obstructed and maintenance of other items
such as water supply pipelines should not bedisturbed and there should be no hindrance
for maintaining it.
f. For the upkeep and cleaning, a lightweight folding ladder of height about 12 feet should be
provided.

Array layout
Contractor shall design the array layout by incorpora ng following dimensions:
a. Approx. 750 mm space around the periphery wall of rooftop.
b. Minimum 900 mm spaces near the rain water exhaust pipe, water
tank and rooftopentrance.

Structural design
Latest IS code shall be followed for structural design. Contractor shall submit thestructural analysis and design
(STAAD) calcula ons along with the structuraldesign.

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 144

Technical Specifications for APFC Panel

Scope of Work
Design, manufacturing, supply, erec on, Tes ng and commissioning of APFC Panel of rated KVAR, 8
stages as per following specifica on.

1. General The 440V APFC Panel shall be metal clad, indoor type floor mounted in non-draw out
execution.Fabricated from Sheet steel shall be CRCA of minimum
a. mm thickness. Incomer Circuit breaker (MCCB) shall be mounted in a separate
compartment and Metering compartment along with APFC Relay etc shall be separate.
The position of various control switches, push buttons, louvers etc. requiring manual
operation. The operational Height of Panel shall be at a height not less than 300mm and
shall not exceed 1800mm from the finished floor level. Name plate for each incoming
and outgoing feeder at front. All equipment of similar rating shall be interchangeable.
2. Insulation Level Rated insulation voltage 1100 V, one minute power frequency withstand voltage:
2.5 kVfor power circuits 2 kV for control circuits Clearance in air (minimum): Phase to phase - 25
mm Phase to earth - 19.0 mm.
3. Short Circuit Strength Rated short time withstand current not less than 36kA for 1sec. Rated peak
withstand current not less than 52.5kA.
4. Busbars made of EC grade aluminium alloy equivalent to E91E WP as per IS 5082, 1981, size
adequate for specified rated continuous and SC current. Three phases, neutral (with at least 50%
rating of main buses)and continuous earth bus. Bus bar shall be provided with proper grade &
colour of heat shrinkable sleeve. Rating of horizontal buses shall be same as that of incomer
circuit breakers and vertical run shall be same asthat of outgoing breaker rating. Temperature
rise of bus bars shall not be more than 35 deg. C above an ambient of 50 deg. C.
5. Construction Features (Mechanical Design) Sheet steel clad, floor mounted, free standing design,
non- dust proof construction Extension bus links properly spaced for terminating double cables
of required size and above as well as for terminating multiple cables of all sizes. The interior of
the switchboard shall be finished with Siemens Grey (RAL 7032) paint shade. All panels shall be
supplied with base channels. The IP Protection for enclosure shall be IP52. Necessary Louvers
along with cooling fans shall be provided in
6. the panel to ensure the cooling of Panels at the time of exercitation of Capacitor.
7. Incomer Circuit Breaker (MCCB)
7.1. Electrical Features
Air brake triple pole Microprocessor Based in conforming to IS 13947. Rated con nuous current as
specified. Symmetrical service breaking capacity of breaker shall not be less than 36kA. Making
capacity 2.5 mes breaking capacity. Adjustable over Load and Short Circuit protec on.

7.2. Operating Mechanism


Manual operated quick make and break trip free mechanism as to ensure high speed closing and
tripping independent of the opera ng forces. Mechanical indica on to show: Breaker ON/OFF.

8. Capacitor Feeders
Each Capacitor feeder shall be provided with required ra ng of MCCB, Capacitor Duty Contactor
along with the necessary fuses etc, Capacitor along with on/off Push Bu on and on/off LED
Indica ng Lights as per following specifica on :-

8.1. MCCB

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 145

Air brake triple pole TMD release MCCB conforming to IS 13947 of adequate con nuous current
ra ng as specified. Symmetrical breaking capacity not less than 36kA in case of MCCB. Adjustable
over Load and Short Circuit protec on.

8.2. Capacitor Switching Contactors


All Capacitor shall be controlled by capacitor duty power contactors, which shall on/off the
Capacitor, accordingly these contactors should be suitable to handle the inrush current of capacitor.

8.3. Capacitor
Capacitor shall be suitable for opera on at 440V Three phases. The type of capacitor shall be self-
healing MPP type Heavy duty as per IS: 13340-1993 and shall be housed in sheet steel container to
ensure the explosion free design. The external discharge resistors shall also be provided. Capacitor
shall be suitable forOverloading as 115% for Over Current and 110% for Over Voltage. The Wa Loss
shall not be less than 0.5w/kVAr.

8.4. Control Terminations


650V grade mul way terminal blocks of non-tracking moulded plas c complete with insulated
barriers, stud type terminals, washers, nuts and lock nuts and iden fica on strips. Power and control
terminals segregated. Control terminals of minimum ra ng 10 amps suitable to receive 2.5 sq. mm
copper conductor.20% spare terminals in each control terminal block.

2.0 Measurements and Control

A Digital Mul func on meter shall be provided in Incomer feeders to measure and display the
following parameters along with APFC Relay of required stages as specified as per following
specifica on. All the capacitor should have individual manual opera on facility also.

3.0 APFC Relay

The APFC Relay shall be suitable for opera on at 415V Power and Auxiliary both and 5A
as current measurement. The Relay shall be of 8 stages to improve the P.F at least 0.98.
The relay shall be microprocessor based with self-diagnos c and se ng including C/K
ra on.

4.0 Control Feeder

415/230V, 1KVA Control Transformer along with On indica on lamp shall be provided for control supply.

Sl. No. Description Requirement

1 MAIN SYSTEM

a RATED OPERATIONAL VOLTAGE 415V±10% AC

b NEUTRAL SYSTEM SOLIDITY EARTHED

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 146

Sl. No. Description Requirement

c ALTITUDE <100 mtrs.

d HUMIDITY 90%

e SYSTEM FAULT LEVEL 36KA FOR 1 SEC

f AC CONTROL VOLTAGE 230V ±10%

2 CONSTRUCTION

a TYPE OF SWITCHBOARD SINGLE FRONT/DOUBLE FRONT

b INSTALLATION INDOOR/OUT DOOR

c INDOOR/OUT DOOR FLOOR (FREE STANDING)

d MOUNTING LIFTING HOOK

ADDITIONAL BASE CHANNEL PROVIDED 75MM HEIGHT OFISMC


e
FOREMBEDMENT IN
FOUNDATION

f FRONT & REAR ACCESS HINGED DOOR

g FUTURE EXTENSION BOTH SIDE / AS APPLICABLE

h DEGREE OF PROTECTION IP-52 (INDOOR/OUTDOOR)

SHEET THICKNESS 2MM BASECHANNEL


i SHEET STEEL THICKNESS
ISMC 75MM
PRE-TREATMENT & POWDER COATING
j PROCEDURE AS PER 10 TANK PROCESS

k MATERIAL POWDER COATED

l SHADE INSIDE & OUTSIDE RAL 7032

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 147

Sl. No. Description Requirement

3 BUSBARS/CONNECTIONS

a MAIN HORIZONTAL BUS BAR

i SYSTEM 3PH. 3W, R,Y,B,

ii RATED SHORT TIME WITHSTANDCURRENT 36KA

iii DURATION OF SHORT TIME RATING 1 SEC

iv RATED CURRENT AS REQUIRED

v MATERIAL ALUMINIUM

vi INSULATION (EXCEPT AT JOINTS HEAT SHRINKABLE SLEEVE


&TOPOFFS)

vii LOCATION/ARRANGEMENT OF MAIN IN BUSBAR CHAMBER AT TOP /


BUSBARS HORIZONTAL

viii COLOUR COADING R / Y / B / BL

b NEUTRAL BUSBAR

i NEUTRAL BUSBARS SIZE AS REQUIRED (HALF OF THEPHASE


BUSBARS)

ii MATERIAL ALUMINIUM

iii RATED SHORT TIME WITHSTANDCURRENT 36KA

iv DURATION OF SHORT TIME RATING 1 SEC

v LOCATION/ARRANGEMENT OF MAIN ALONG BUSBAR


BUSBARS

vi COLOUR COADING BLACK

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 148

Sl. No. Description Requirement

c EARTH BUSBAR

i EARTH BUSBARS SIZE 50X6 MM

ii MATERIAL GI

d VERTICAL BUSBAR

i SYSTEM 3PH. 3W, R, Y, B,

ii RATED CURRENT AS PER CONNECTED LOAD

iii RATED SHORT TIME WITHSTANDCURRENT 36KA FOR 1 SEC

iv MATERIAL ALUMINIUM

d AUX. BUSBAR

i MATERIAL / SIZE 15X3MM. CU

ii INSULATION HEAT SHRINKABLE SLEEVE

FRONT SIDE IN BUSBAR


CHAMBER AT
ii LOCATION
TOP/HORIZONTAL

4 WIRING

a POWER CIRCUIT

i INSULATION GRADE 660V/1100V AC

ii TERMINATION WITH CRIMPING TYPE COPPERLUGS

b AUXILIARY CIRCUIT (PVC INSULATEDCU.


STRANDED)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 149

Sl. No. Description Requirement

i INSULATION GRADE 1100V AC

c SIZE OF WIRE (CONTROL &


AUXILIARY CIRCUITS)

i CT CIRCUIT 2.5SQ.MM (RED-R PH, YELLOW-Y PH,


BLUE-B PH.)

ii CONTROL 1.5SQ.MM (RED-R PH, YELLOW-Y PH,


BLUE-B PH.)

iii AUXILIARY BUSWIRE 1.5SQ.MM (PHASE-RED,


NEUTRALBLACK)

PRINTED FERRULES PVC SLEEVE AT


iv CIRCUIT IDENTIFICATION TERMINATION SEND(AS PER CONTROL
CIRCUIT.)

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 150

Approved Makes

Sl No
Material Description Makes Materials

1 Non-metallic Conduit AKG/Sudhakar/AnchorRoma/


pipe& Accessories Polycab/Precision/GreatWhite/Norpack

2 Modular Switch, Legrand/L&T/Anchor Roma/ Panasonic /Havells/


Socket, GreatWhite
Plug fan
Regulator &
Switch boards
3 PVC Insulated wires Finolex/Anchor/Polyca/Havells/R.R/KEI

4 PVC Insulated cable Gloster/Plycab/Havells/Finolex/KEI/R.R/Universal/Anchor

5 Cable lugs Dowells/Johnson/Commet

6 Cable, Jointing kits 3-M/M -Seal

7 MCB, MCCB, Legrand/L&T ABB/Siemens/ Anchor/Great White


RCCB,
RCBO, Change
overswitch, Isolator
8 Distribution Boards ABB/L&T/Legrand/Havells/ Anchor

9 Metal Plug Socket L&T/Crompton/ Anchor/ Legrand

10 LED Light Fittings Wipro/Crompton/Bajaj/Philips/


Jaquar/Havells/GreatWhite/Panasonic

11 Ceiling Fan/wall fan Crompton/Havells/Anchor/Bajaj/ Polycab/Usha

12 Exhaust Fan Crompton /Bajaj/ Anchor/Almonard/Usha

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 151

13 Call bell Anchor/Cona/Great White

14 G.I Pipe TATA/Jindal/Prakash

16 Transformer UTDB approved Make/SEB


17 Air Conditioner Daikin/Blue Star/Voltas/Carrier
18 R S Joist Pole/ PCC Pole Any ISI marked
19 A.B Switch/H.G Fuse/L.A/ As UTDB approved/SEB
AB Cable
20 Solar PV Panel Vikram Solar/Sova Power/Jackon/Panasonic

_________________________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 152

Specifica ons of Plumbing works

6 P.H.E. WORK
(Internal & External PH Engg. Works)

1.1 GENERAL INSTRUCTIONS: The detailed specifications given herein after are for the items thatare required for
the works described in the schedule of quantities attached herein, and shall be guidance for proper execution
of work to the required standards. It may also be noted that the specifications are of generalized nature and
these shall be read in conjunction with the description of item in schedule of quantities and drawings. The work
also includes all minor details of construction which are obviously and fairly intended and which may not have
been referred to in these documents but are essential for the entire completion in accordance with standard
Engineering practice.

Unless specifically otherwise mentioned, all the applicable latest codes and standards published by the Indian
Standard Institution and all other standards shall govern in all respects of design, workmanship, quality and
properties of materials and methods of testing, method of measurements etc. Wherever any reference to any
Indian Standard Specification occurs in the documents relating to this contract, the same shall be inclusive of
all amendments issued there to or revisions thereof, if any. In case there is no I.S.I specification for the particular
work, such work shall be carried out in accordance with the instructions in all respects, and requirements ofthe
Engineer-in-charge. The work shall be carried out in a manner complying in all respects with the requirements of
relevant bye-laws of the Municipal Committee/Municipal Corporation/Development Authority/Improvement
Trust etc. under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and,
unless otherwise mentioned, nothing extra shall be paid on this account.

Samples of various materials, fittings etc., proposed to be incorporated in the work shall be submitted by the
contractor for approval of the Engineer-in-charge before order for bulk supplyis placed.

The contractor shall take instructions from the Engineer-in-charge regarding collection and stacking of materials
in any place. No excavated earth or building materials shall be stackedon areas where other buildings, roads,
services, compound walls etc are to be constructed.

The contractor shall maintain in perfect condition all works executed till the completion of the entire work
allotted to him. Where phased delivery is contemplated, this provision shall apply to each phase.

The contractor shall give a performance test of the entire installation(s) as per standardspecifications before the
work is finally accepted and nothing extra whatsoever shall be payableto the contractor for the test.

The contractor shall clear the site thoroughly of all debris, surplus excavated materials and rubbish etc. left out
of his work and dress the site around the building to the satisfaction of the Engineer-in-charge before the work
is considered as complete.

In case any difference or discrepancy between the specifications and the description in the schedule of
quantities, the schedule of quantities shall take precedence. In case any difference or discrepancy between the
specifications for Civil works andspecification for Public Health Engg. Works, specifications for Civil works shall
take precedence.

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 153

6.1 LIST OF INDIAN STANDARDS

The following IS codes shall be referred in execution of PH Engineering works

Indian Reaffirmation Subject


Standard
Reaffirmed
269-1989 Specifications for 33 grade Ordinary Portland Cement
2004

4985 PVC pipes for portable water supply

456-2000 -- Code of practice for Plain & Reinforced concrete


458-2003 -- Specifications for Concrete pipes
10124 -- Fabricated PVC fittings for Portable water supply
Firefighting hose, rubber lined or fabric reinforced rubber
Reaffirmed lined woven
636-1988
2003 Jacketed
Reaffirmed
638-1979 Sheet rubber jointing & rubber insertion jointing
2003
Methods of tests for unplasticized PVC pipes for portable
12235 water supplies.

ASTM D-2467
SCH80 uPVC fittings

1068 Electroplated coatings for nickel and chromium on iron steel


and brass fittings.

13592
Codes of Practice for uPVC SWR pipes.

771- Reaffirmed
Specific requirements of urinals
1979(P-III) 2003
771- Reaffirmed
Specific requirements of urinals
1985(P-III) 2000
5329
Code of practice for sanitary pipe work above ground for Building.

2556
Various sanitary appliances.

uPVC SWR pipe fittings.


14735
Sand cast brass screw down bib taps &stop taps for water
services.
781

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 154

Indian Reaffirmation Subject


Standard
Reaffirmed
774-1984 Flushing cistern for water closet & urinals
2000

Indian Reaffirmation Subject


Standard
Reaffirmed
775-1970 Cast iron brackets and supports for wash basin and sink
2000

5382 Rubber rings

1172 & 5329 Testing of Pipeline and fixtures of Plumbing of Building

Reaffirmed Specifications for cast copper alloy screw down bib taps &
781-1984
2001 stop cocks for water services

1742 Code of Practice for Building drainage.


Reaffirmed
783-1985 Code of practice for laying concrete pipes
2001
Reaffirmed
784-2001 Pre-stressed concrete pipes
2002
Reaffirmed
884-1985 Fire aid hose reel for firefighting (for fixed installation)
2000
Reaffirmed Specification for couplings, double males & double
901-1988
2003 female, instantaneous pattern for fire fighting
902-1992 -- Specification for suction hose couplings for firefighting purpose
Reaffirmed
903-1993 Couplings for fire hose delivery, branch pipe, nozzles specification
2003
Reaffirmed Specification for 2 way & 3-way suction collecting
904-1983
2000 heads for firefighting purposes
Reaffirmed Specification for delivery breechings, dividing and
905-1980
2002 collecting instantaneous pattern for fire fighting
Reaffirmed
906-1988 Specification for revolving branch pipe for fire fighting
2000
Reaffirmed
907-1984 Specification for suction strainer, cylindrical type for fire fighting
2000
Reaffirmed
908-1975 Fire hydrants, stand post type
2000

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 155

Indian Reaffirmation Subject


Standard
Reaffirmed
909-1992 Specifications for underground fire hydrants sluice valve type
2002
940-1989 -- Portable fire extinguisher, water type (Gas cartridge)
Reaffirmed
941-1985 Specification for blower and exhauster for fire fighting
2000
Reaffirmed
1172-1993 Code of basic requirements for water supply, drainage and
2002 sanitation
1200- Reaffirmed Method of measurements for laying of water and sewer
1979(P-16) 2002 lines including appurtenant items
1200- Reaffirmed
Method of measurement for water supply, plumbing and drains
1981(P-19) 2002
2963
Non-Ferrous Waste fittings for Wash basin & Sink

3311
Waste coupling and its accessories for its wash basin.

Reaffirmed
1300-1994 Phenolic molding material specification
2000
Non-ferrous alloy Bottle trap
5434

1703-2000 Ball valve (horizontal plunger type) including floats for water
supply
Reaffirmed
1711-1984 Self-dosing taps
2000
Reaffirmed
1726-1991 Cast iron manhole covers and frames
2003
Reaffirmed
1742-1983 Code of practice for building drainage
2002
Reaffirmed
1795-1982 Pillar taps for water supply purpose
2000
Reaffirmed
1979-1985 Specification for high test line pipe
2002
Reaffirmed
2065-1983 Code of practice for water supply in buildings
2001
Reaffirmed
2097-1983 Specification for foam making branch pipe
2000

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 156

Indian Reaffirmation Subject


Standard

Reaffirmed
2104-1981 Water meter boxes (domestic type)
2003

2171-1999 -- Specification for portable fire extinguisher, dry powder


Reaffirmed Code of practice for selection, installation & maintenance of
2190-1992
2002 portable first aid fire extinguisher
Reaffirmed
2267-1995 Polystyrene molding and extension materials
2000
Reaffirmed
2326-1987 Automatic flushing cistern for urinals
2003
Reaffirmed
2379-1990 Color code for identification of pipe lines
2000
Reaffirmed Code of practice for selection, installation & maintenance of
2401-1973
2003 domestic water meters
2470-1985 Reaffirmed
Design criteria and construction
(P-I) 2001
Reaffirmed Code of practice for fixing rain eater gutters and down pipe
2527-1984
2000 for roof drainage
Reaffirmed
2546-1974 Specification for galvanized mild steel fire bucket
2000
2548- Reaffirmed
Plastic water closet seats and covers
1996(P-I) 2002
2548- Reaffirmed
Plastic water closet seats and covers
1996(P-II) 2002
2556 (P I to
-- Specification for vitreous (vitreous china) sanitary appliances
XV)
2556-1994 Reaffirmed
General requirements
(P-I) 2004
2556-1994 Reaffirmed
Specific requirements of wash down water closets
(P-II) 1999
2556-2004
-- Specific requirements of squatting pans
(P-III)
2556-2004
-- Specific requirements of wash basins
(P-IV)

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 157

Indian Reaffirmation Subject


Standard
2556-1995 Reaffirmed
Specific requirements of urinals & partition plates
(P-VI) 2003
2556- Reaffirmed
Specific requirements of accessories for sanitary appliances
1995(P-VII) 2003

2556- Reaffirmed Specific requirements of pedestal close coupled & wash down
1995(P- 1998 and symphonic water closets
VIII)
Type threads where pressure tight joints are not mase on the
2643-1999 --
threads dimension, tolerances and designation
Reaffirmed
2692-1989 Specifications for ferrules for water services
2003
Reaffirmed
2871-1983 Specification for branch pipe, universal, for firefighting purpose
2000
Fire extinguisher, carbon dioxide type (portable and trolley
2878-2004 --
mounted) specification
2951 (P I to
-- Recommendation for estimate of flow of liquids in closed conduits
II)
2951-1965 Reaffirmed
Head loss in straight pipes due to frictional resistance
(P-I) 2003
2951-1965 Reaffirmed
Head loss in valves & fittings
(P-II) 2003
Reaffirmed
3076-1985 Low density polyethylene pipes for portable water supply
2003

ASTM D-2846 CPVC fittings

Reaffirmed
3311-1979 Water plug & its accessories for sinks and wash basins
2003
Reaffirmed
3328-1993 Quality tolerance for water for swimming pools
2003
Reaffirmed
3389-1994 Urea formaldehyde molding materials
2000
ASTM D-2467 uPVC fittings SCH 80

_____________________________________________________________________________________
Bidding DocumentThis
INTERNAL. for Vill. Infrastructure
informa Upgrada on
on is accessible to Dobra Chan Park Procurement
ADB Management and staff. Itofmay
Works-Small
be sharedContract
outside Single-Stage: Two- Enveloppermission.
ADB with appropriate
INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
Sec on 6: Employer’s Requirement 6 - 158

Indian Reaffirmation Subject


Standard
ASTM D -
2564 Solvent cement of uPVC
SDR 11 CPVC pipe of Working Pressure 28.1 kg cm2 at 23 0 C & 7
15778-2007
kgcm2 at 82 Degree C.
--
ASTM D 2846
class 1
3597-1998 -- Method of test for concrete pipes
Reaffirmed Code of practice for installation & maintenance of internal
3844-1989
2000 fire hydrants hose reels in premises
Reaffirmed
3950-1979 Specification for surface boxes for sluice valve
2003
Reaffirmed Centrifugally cast (spun) iron spigot and socket soil, waste
3989-1984
2000 and ventilating pipes, fittings & accessories
Reaffirmed
4038-1986 Foot valves for water works purposes
2000
4111 (P I to
Code of practice for ancillary structures in sewage system
V)
4111-1986 Reaffirmed
Manholes
(P-I) 2001
4111-1986 Reaffirmed
Flushing tanks
(P-II) 2001
4111-1986 Reaffirmed
Inverted siphon
(P-III) 2001
4111-1986 Reaffirmed
Pumping stations & pumping mains (rising mains)
(P-IV) 2001
4111-1986 Reaffirmed
Tidal out falls
(P-V) 2004
Reaffirmed
4120-1967 Tubs & baths
2000
Reaffirmed
4127-1983 Code of practice for laying of glazed stone ware pipes
2001
4308-2003 -- Dry chemical powder for firefighting B & C class fires specification
Reaffirmed
4350-1967 Specification for concrete porous pipes for under drainage
2001

_____________________________________________________________________________________
Bidding DocumentThis
INTERNAL. for Vill. Infrastructure
informa Upgrada on
on is accessible to Dobra Chan Park Procurement
ADB Management and staff. Itofmay
Works-Small
be sharedContract
outside Single-Stage: Two- Enveloppermission.
ADB with appropriate
INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
Sec on 6: Employer’s Requirement 6 - 159

Indian Reaffirmation Subject


Standard
Reaffirmed
4733-1972 Methods of sampling & test for sewage effluents
1992
Reaffirmed
4736-1986 Specification for hot dip zinc coating on mild steel tubes
2001
4854 (P I to
Glossary terms for valves and their parts
III)

_____________________________________________________________________________________
Bidding DocumentThis
INTERNAL. for Vill. Infrastructure
informa Upgrada on
on is accessible to Dobra Chan Park Procurement
ADB Management and staff. Itofmay
Works-Small
be sharedContract
outside Single-Stage: Two- Enveloppermission.
ADB with appropriate
INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
Sec on 6: Employer’s Requirement 6 - 160

Indian Reaffirmation Subject


Standard
1854-1969 Reaffirmed
Screw down stop, check & gate valves & their parts
(P-I) 1999
4854-1968 Reaffirmed
Plug valves & cocks & their parts
(P-II) 1999
4854-1974 Reaffirmed
Butterfly valves
(P-III) 1999
Reaffirmed
4927-1992 Unlined flax canvass hose for fire fighting
2002
Reaffirmed
4947-1985 Specification for gas cartridge for use in fire extinguishers
2000
Reaffirmed
4984-1995 Specification for HDPE pipes for water supply
2002
4985-2000 -- Specification for unplasticized PVC pipes for potable water supplies
Reaffirmed
5290-1993 Specification for landing valves
2003
5312 (P-I) -- Swing check type reflux (non return) valve
5312-1984 Reaffirmed
Reflux (non-return) valves single door pattern
(P-I) 2000
Reaffirmed
5329-1983 Code of practice for sanitary pipe work above ground for building
2001
Reaffirmed Criteria for design for anchor blocks for pen stocks with
5330-1984
2000 expansions joints
Reaffirmed
5382-1985 Specification for rubber sealing rings for water, gas & sewer mains
2003
Reaffirmed
5455-1969 Cast iron steps for manholes
2003
5600-2002 -- Specification for sewage and drainage pumps
Reaffirmed
5611-1987 Code of practice for waste stabilization ponds (facultative type)
2002
Reaffirmed
5714-1981 Specifications for hydrant stand pipe for fire fighting
2002
Reaffirmed
5822-1994 Code of practice for laying of welded steel pipes for water supply
2004
Reaffirmed
5961-1970 Specifications for cast iron grating for drainage purpose
2003

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 161

Indian Reaffirmation Subject


Standard
6234-2003 -- Portable fire extinguisher water type (stored pressure) specification
Reaffirmed
6279-1971 Equipment for grit removal
2001

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 162

Indian Reaffirmation Subject


Standard
Reaffirmed
6280-1971 Sewage screens
2001
Reaffirmed Code of practice for water supply & drainage in high altitude
6295-1986
2001 &/or subzero region
Reaffirmed
6392-1971 Steel pipe flanges
1998
Reaffirmed Specification for gel coated glass fiber reinforced polyester resin
6411-1985
2000 bath tubs
Reaffirmed
6494-1988 Code of practice for water proofing of underground water tanks
2000
Reaffirmed
7231-1994 Specifications for plastic flushing cisterns for w.c.& urinals
2004
Reaffirmed
7558-1974 Code of practice for domestic hot water installation
2001
7634 (P I to
Code of practice for plastic pipe work for potable water supplies
III)
7634-1975 Reaffirmed
Choice of materials & general recommendations
(P-I) 2002
7634-1975
-- Laying & jointing unplasticized PVC pipes
(P-III)
Reaffirmed
7740-1985 Code of practice for road gullies
2001
7834 (P I to Injection moulded PVC socket fittings with solvent cement joints
VIII) for water supplies
7834-1987 Reaffirmed
General requirements
(P-I) 2003

7834-1987 Reaffirmed
(P-II) 2003 Specific requirements for 45 elbows

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 163

Indian Reaffirmation Subject


Standard

7834-1987 Reaffirmed Specific requirements for 90 elbows


(P-III) 2003
7834-1987 Reaffirmed
Specific requirements for 90 tees
(P-IV) 2003
7834-1987 Reaffirmed
Specific requirements for 45 tees
(P-V) 2003
7834-1987 Reaffirmed
Specific requirements for sockets
(P-VI) 2003
7834- Reaffirmed
Specific requirements for unions
1987 2003
7834- Reaffirmed
Specific requirements for caps
1987 2003
8008 (P I to
Injection moulded HDPE fittings for potable water supplies
VII)

8008-2003
-- General requirements for fittings
(P-I)

8008-2003 Reaffirmed
Specific requirements for 90 bends
(P-II) 1997
8008-2003
-- Specific requirements for 90 tees
(P-III)
8008-2003
-- Specific requirements for reducers
(P-IV)
8008-2003
-- Specific requirements for ferrule reducers
(P-V)
8008- -- Specific requirements for pipe ends
2003
(P-VI) Reaffirmed Coupling, branch pipe, nozzle used in hose reel tubing for
8090-1976
2000 fire fighting

_____________________________________________________________________________________
Bidding DocumentThis
INTERNAL. for Vill. Infrastructure
informa Upgrada on
on is accessible to Dobra Chan Park Procurement
ADB Management and staff. Itofmay
Works-Small
be sharedContract
outside Single-Stage: Two- Enveloppermission.
ADB with appropriate
INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
Sec on 6: Employer’s Requirement 6 - 164

Indian Reaffirmation Subject


Standard
8413 (P-I) Requirements for biological treatment equipment
8413-1977 Reaffirmed
Trickling filter
(P-I) 2001
Reaffirmed
8835-1978 Guideline for planning and design of surface drains
1999
Reaffirmed Specifications for copper alloys fancy single taps, combination
8931-1993
2003 tap assembly & stop valves for water services
Reaffirmed
9140-1996 Method of sampling of vitreous & fire clay sanitary appliances
2002
Reaffirmed Specification for cast iron screw down stop valves and stop &
9338-1984
2000 check valves for water works purpose
Reaffirmed Code of practice for provision and maintenance of water supplies
9668-1990
2000 for fire fighting
Reaffirmed Specifications for pressure reducing valves for domestic
9739-1981
2003 water supply system
Reaffirmed
9758-1981 Flush valves and fittings for water closets & urinals
2003
Reaffirmed
9762-1994 Specifications for polyethylene floats for float valves
2004
10221-1982 Reaffirmed Code of practice for coating and wrapping of underground MS
1997 steel pipeline

11108-1984 Reaffirmed Specification for portable fire extinguisher halon 1211 type
2000
11606-1986 Reaffirmed Method of sampling of cast iron pipes and fittings
2000
12183- Reaffirmed Code of practice for plumbing in multi storied buildings (for
1987(P-I) 2004 water supply)

12231-1987 Reaffirmed UPVC pipes for section & delivery lines of agricultural pumps
2003

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 165

Indian Reaffirmation Subject


Standard
12235-1986 Reaffirmed Method of test for UPVC pipe for potable water supply
1998
12288-1987 Reaffirmed Code of practice for use and laying of ductile iron pipes
2002
12469-1988 Reaffirmed Specifications for pumps
2002
12592-2002 -- Precast concrete frame & cover (SFRC frame & cover)
12701-1996 Reaffirmed Specifications for rotational moulded polyethylene water
2002 storage tanks
12709-1994 Reaffirmed Glass fiber reinforce plastic (GRP) pipes, joints & fittings for use
2004 for potable water supply specification
Dimensional requirements of rubber gaskets for mechanical joints
12820-1989 Reaffirmed & push in joints for use with cast iron pipes & fittings for carrying
water,gas & sewage
1999

13095-1991 Reaffirmed Butterfly valves for general purpose


2003
Cast iron specials for mechanical & push on flexible joints
13382-2004 --
for pressure pipelines for water, gas & sewage
13592-1992 Reaffirmed Specifications for PVC soil, waste & rain water (SWR)
2002 including ventilation pipes

13593-1992 Reaffirmed UPVC pipes fittings for use with section and delivery lines
2002 for agricultural pumps specification
13916-1994 Reaffirmed Code of practice for installation of GRP piping system
2004
13983-1994 Reaffirmed Specifications for stainless steel kitchen sinks & drain boards
2004 for domestic purpose

14333-1996 Reaffirmed Specifications for HDPE pipes for sewerage system


2001
14402-1996 Reaffirmed GRP pipes, joints & fittings specification
2001
14735-1999 Reaffirmed UPVC injection molded fittings for UPVC SWR pipes specification
2004
14845-2000 Reaffirmed Resilient seated cast iron air relief valves for water works
2004 purposes specification

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 166

Specifications for sluice valve for water works purpose (50


14846-2000
to 1200mm size)
Specifications for flexible PVC pipes or polymer reinforcement
15265-2003 thermoplastic hoses for suction and delivery lines for
agricultural pumps

_____________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission
INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 167

Indian Reaffirmation Subject


Standard
UPVC non pressure pipes for use in underground drainage and
15328-2003
sewerage system specification
Polyethylene/aluminum/polyethylene composite pressure pipes
15450-2004
for hot and cold water supplies specification

6.2 MINIMUM WEIGHT OF MOST COMMONLY USED SANITARY APPLIANCES & WATER FITTINGS:
The minimum unit weight of each fitting shall not be less than as given in the following
table and tolerance for weight shall be as per relevant IS codes.

Sr. No Description of Items Nominal Size/ IS Code Minimum unit


Thickness weight

1 Brass non fancy type bib tap 15 mm 781-1984 400 grams


please see table under relevant
item for other sizes
2 C.P brass fancy type bib tap 15 mm 8931-1993 550 grams

3 Brass non fancy types stop cock 15 mm 781-1984 330 grams


internally
threaded
4 Brass non fancy types stop cock 15 mm 781-1984 400 grams
externally
threaded
5 C.P brass fancy types stop cock 15 mm 8931-1993 550 grams

6 C.P brass concealed typed stop 15 mm 8931-1993 750 grams


cock
7 C.P brass fancy pillar tap 15 mm 1795-1982 650 grams

8 C.P brass waste coupling 32 mm 3311-1979 200 grams

9 C.P brass waste coupling 40 mm 3311-1979 250 grams

10 C.I. Nahani Trap 165 mm inlet 75 mm Outlet 1729-2002/ 6.5 Kg


3989-1984
11 C.I floor trap 100mm inlet 75 mm Outlet 1729-2002/ 4.8 Kg
3989-1984
12 C.I Nahani trap with 20mm 65 mm Outlet Non ISI 4.5 Kg
water seal
13 Cast iron surface box for sluice 3950-1979 33 Kg
valve rectangular shape

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 168

6.3 APPLICABLE CODES


IS: 1239/3589 (Part 1 & 2)-- M.S. Pipe Heavy duty
IS: 14846 -- Sluice valves for water works purposes (50 to 300 mm.size)
IS: 6392-1971 -- Steel Pipe Flanges
IS: 554 -- Pipe threads where pressure ght joints are Required
IS: 909 -- U/G fire hydrants, sluice valve type
IS: 5312 (P-1) -- NRV
IS: 778 -- Gunmetal full way valves with wheel tested to 20kg/cm2 class II
Bu erfly valves -- They shall be of specified quality conforming to IS:13095
IS:529 -- Internal hydrant shall comprise “Single Headed Single Outlet
GM Landing Valve” conforming to Type “A”.
IS:12585 -- Hose tubing (Thermoplas c)
IS:854 -- Hose tubing, Globe valve, Stop cock & Nozzle
IS:636 -- Hose pipes rubber lined woven jacketed (RRL) & 63mm dia,
conforming to type “A”

IS:903 -- The couplings shall be of instantaneous [Branch pipe, nozzle,


spring lock type Coupling etc]

IS:15683 -- Portable fire ex nguishers


IS:5 -- Pain ng works

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 169

6.4 APPROVAL BY LOCAL FIRE SERVICE


It shall be the responsibility of the contractor to get the approval in stages from the Local fire
Service as required. This shall be without any liability to the Engineer-in-charge.
On successful comple on of work, the contractor shall prepare as built drawings which have been
so approved by the Fire Service incorpora ng all changes that might have been effected during
execu on of the work.
The contractor shall also bring to the no ce of the Engineer-in-charge any devia ons from Local Fire
Service/Building Bye Laws Norms and requirements in the systems that he shall install as well as
architectural features that will affect approval from the Fire Service. No extra charges shall be paid
on account of interac on with the Fire Service.

6.5 COORDINATION
The Contractor shall be required to co ordinate his ac vi es with all other services such as Air
Condi oning, Electrical and Civil (Interiors) etc.

6.6 FIRE FIGHTING PUMPS


1. This sec on covers the general requirement of water pumps for main fire pump (Hydrant), Jockey
(pressuriza on) pump and Terrace pump. CAPACITY: The discharge and head of the pumps shall be as
men oned in Bill of Quan es.
2. TYPE: The pump shall be centrifugal type direct driven with a 3 phase, 415 V ±10%, 50 Hz, A.C. Motor.
The standby fire pump shall be driven by diesel engine. The pumps may be either of horizontal split casing
(HSC) type with opera ng speed not exceeding 1500 rpm, or solid casing with opera ng speed not
exceeding 3000 rpm, as specified in the tender documents.
3. RATING
3.1. The main fire pump and terrace pump shall be suitable for con nuous opera on in the system. The
jockey pump shall be suitable for intermi ent opera on to built up pressure in the system on account
of leakage. The head and discharge requirements shall be as specified in the Tender documents. The
head shall be suitable for the system and shall take into considera on the pressure drops across the
various components in the water circuit as well as the fric onal losses.
3.2. Pump shall be capable of discharging not less than 150 percent of the rated discharge at a head of
not less than 65 percent with the rated head. The shut off head shall not exceed 120 percent of the
rated head.
4. MATERIAL AND CONSTRUCTION
i. The Centrifugal pumps shall conform to IS 1520.
ii. The Pump casing shall be of heavy sec on close grained cast iron and designed to withstand 1.5
mes the working pressure. The casing shall be provided with sha seal arrangement as well as
flanges for suc on and delivery pipe connec ons as required.
iii. The impeller shall be of Bronze of Gunmetal. This shall be shrouded type with machined collars.
Wear rings, where fi ed to the impeller, shall be of the same material as the impeller. The impeller
surface shall be smooth finished for minimum fric onal loss. The impeller surface shall be smooth
finished for minimum fric onal loss. The impeller shall be secured to the sha by a key.
iv. The sha shall be of stainless steel and shall be accurately machined. The sha shall be balanced to
avoid vibra ons at any speed within the opera ng range of the pump.
v. The sha sleeve shall be of Bronze or Gunmetal.
vi. The bearings shall be ball or roller type suitable for the duty involved. These shall be grease
lubricated and shall be provided with grease nipples/cups. The bearings shall be effec vely sealed
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 170

against leakage of lubricant or entry of dust or water.


vii. The sha seal shall be mechanical type, so as to allow minimum leakage. A drip well shall be
provided beneath the seal.
viii. The pumps shall be directly coupled with motor /diesel engine sha through a flexible coupling
protected by a coupling guard.
ix. The pump and motor / diesel engine shall be mounted on a common base plate fabricated from
mild steel sec on. The base plate shall have rigid, flat and true surfaces to receive the pump and
motor/diesel engine moun ng feet. The Pump will be perfectly aligned with motor/engine so as to
avoid any vibra on during opera on.
5. ACCESSORIES
Each pump shall be provided with the following accessories: -
(a) Bu erfly / Sluice valves on suc on and discharge (if posi ve suc on is not provided bu erfly
valve at suc on is not to be provided).
(b) Reducers, as may be required to match the sizes of the connected pipe work.
(c) Non-return valve at the discharge.
(d) Pressure gauge at discharge side between pump and non-return valve.
6. INSTALLATION
(i) The pump and motor/engine assembly shall be mounted and arranged for ease of maintenance
and to prevent transmission of vibra on and noise to the building structure or to the pipe work.
(ii) The pump and motor / engine assembly shall be installed on suitable RCC founda on. The Length
and Width of the founda on shall be such that 100 mm. space is le all around the base frame.
The height of founda on shall be so decided that the total weight of founda on block is 1.5 mes
the opera ng weight of the pump assembly. The founda on shall be isolated from the floor by
vibra on isola ng pads. Angle iron frame of size 35 mm x 35 mm x 3 mm shall be provided on the
top edges of the founda on.
(iii) More than one pump and motor assembly shall not be installed on a single base or cement
concrete block.
(iv) The suc on / discharge pipes shall be independently supported and their weight shall not be
transferred to the pump. It should be possible to disconnect any pump for repairs without
disturbing the connec ng pipe line.
(v) A minimum clearance of 1 m. around the main pumps shall be provided. For jockey pump-
clearance of 75 cm. shall be adequate.
(vi) Sufficient space is to be le in front for the radiator of diesel engine for free discharge of hot air.
Arrangement of discharging hot air to out side the pump house shall be provided so that hot air
does not stagnate in the pump house.
7. AIR VESSEL FOR FIRE PUMPS
Air vessel shall be fabricated out of 8 mm thick MS sheet & the end shall be dished and suitable
suppor ng legs, air vessel shall be provided with a 100mm dia flanged connec on from pump, one
50mm dia drain with valve, one gunmetal water level gauge and 25mm sockets for pressure
switches. The vessel shall be 250mmx1200mm dia high and tested at 25 Kg/cm2 pressure before
installa on.
The fire pumps shall operate on drop pressure in the mains automa cally or manually.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 171

(The ra ngs will be adjusted finally at the me of commissioning as per site requirement and final
se ng shall be kept as per approval of Engineer-in-Charge).
8. OPERATING CONDITIONS FOR THE FIRE PUMPS
Cut Out
Fire Service Pump Nos. Cut in Pressure Remarks
Pressure

To auto start and auto stop on


Jockey pump One Automa c Automa c pressure switch on air vessel
to stop.

Main pump To auto start on pressure


Push bu on
One Automa c switch on air vessel and
(Hydrant) manual
manual off.

To auto start on pressure


Push bu on
Diesel Fire Pump One Automa c switch on air vessel and
manual
manual off.

6.7 DIESEL FIRE PUMP


1. SCOPE
This sec on covers the details of requirements of the standby fire pump, operated by a diesel engine.
2. GENERAL
The diesel pump set shall be suitable for automa c and manual opera on complete with necessary
automa c star ng gear, for star ng on wet ba ery system and shall be complete with all accessories. Both
engine and pump shall be assembled on a common bed plate, fabricated from mild steel channel.
3. DRIVE
The pump shall be only direct driven by means of a hollow set coupling. Coupling guard shall also be
provided. The speed shall be 1500 RPM.
4. DIESEL ENGINE
7.4.1 Environmental condi ons: - The engine shall be suitable to operate under the condi ons of
environment at site.
7.4.2 Engine Ra ng: - The engine shall be mul cylinder/ver cal 4 stroke cycle, water cooled, developing
suitable HP at the opening speed specified to drive the fire pump. Con nuous capacity available for
the load shall be exclusive of the power requirement of auxiliaries of the diesel engine, and a er
correc on of al tude, ambient temperature and humidity for specified environment condi ons. The
engine ra ng shall be suitable to drive the pump at 150 percent of its rated discharge with at least
65 percent of rated head. The engine shall have 10% overload capacity for one hour in any period of
12 Hours con nuous run.
The engine shall be suitable for cold star ng for which suitable headers shall be provided in
lubrica ng oil.
The engine shall develop full load within 15 seconds from the receipt of signal to start. The diesel
engine shall conform to BS 649/IS 1601/IS 10002, amended up to date.
7.4.3 Engine Accessories - The engine shall be complete with the following accessories:-
i) Fly wheel dynamically balanced.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 172

ii) Direct a coupling for pump and coupling guard.


iii) Radiator with hoses, fan, water pump, drive arrangement and guard.
iv) Air cleaner dry type.
v) Fuel service tank with necessary pipe work.
vi) Pump for lubrica ng oil and lub. oil filter.
vii) Elect. star ng ba ery (12 V / 24V with 2 Nos. Ba ery).
viii) Exhaust silencer with necessary pipe work.
ix) Governor.
x) Instrument panel housing all the gauges, including Tachometer, hour meter and star ng switch
with key (for manual staring).
xi) Necessary safety controls.
xii) Winteriza on arrangement.
xiii) Hand operated semi rotary pump for filing the service tank
7.4.4 Cooling System-The Engine shall be radiator water cooled. The radiator assembly shall be mounted
on the engine. The radiator fan shall be driven by the engine as its auxiliary with mul ple fan belts.
When half the belts are broken, the remaining belts shall be capable of driving the fan. Cooling
water shall be circulated by means of an auxiliary pump of suitable capacity driven by the engine in
a closed circuit.
7.4.5 Fuel System: The fuel shall be gravity fed from the engine fuel storage tank to the engine driven fuel
pump. The engine fuel storage tank shall be mounted either adjacent to the engine itself suitably
wall mounted on bracket. The fuel filter shall be suitable located to permit easy services.
All fuel tubing in the engine shall be with copper and fuel piping from day oil tank to engine shall be
MS C Class pipe with Reinforced flexible hose connec on. Plas c tubing shall not be permi ed.
The fuel tank shall be welded Steel Construc on (3mm Thick) and of 200 Ltrs. capacity or of capacity
sufficient to allow the engine to run on full load for at least 8 hours. The tank shall be complete with
necessary supports, level indicator (Protected against mechanical injury) inlet, outlet, overflow
connec on and drain plug and piping to the engine fuel tank. The outlet shall be so located as to
avoid entry of any sediment into the fuel line to the engine.
Tank shall be provided with epoxy coat from inside and outside with one coat of Red oxide primer
and two or more Coats of Synthe c enamel paint of approved shade.
7.4.6 Lubrica ng Oil System-Forced feed Lub. Oil system shall be employed for posi ve lubrica on.
Necessary Lub. oil filters shall be provided, located suitably for convenient servicing.
7.4.7 Star ng system - The star ng system shall comprise necessary ba eries 12V / 24V volts starter
motor of adequate capacity and axle type gear to match with the toothed ring on the flywheel. By
metallic relay protec on to protect star ng motor from excessively long cranking runs suitably
integrated with engine protec on system shall be included within the scope of the work.
The ba ery capacity shall be suitable for mee ng the needs of the star ng system but shall not be
less than 180AH. The ba ery capacity shall be adequate for 10 consecu ve starts without
recharging with cold engine under full compression.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 173

Three a empt star ng facility shall be provided if engine fails to start a er third a empt, the engine
shall be locked out and suitable audio visual alarm shall be given to indicate engine failure.
The scope shall cover all cabling, terminals, ini al charging etc.
7.4.8 Exhaust system - The exhaust system shall be complete with residen al type silencer suitable for
outdoor installa on, and silencer piping including bends and accessories needed to be taken out of
the building as per statutory requirement. The Contractors are advised to see the drawing and site
to assess the length and size of exhaust pipe required. The total backpressure shall not exceed the
engine manufacturer’s recommenda on. The exhaust piping shall be suitably insulated with 50 mm
thick glass wool & 1 mm thick Al. sheet cladding.
7.4.9 Engine shut down mechanism - This shall be manually operated and shall return
automa cally to the star ng posi on a er use.
7.4.10 Governing System - The engine shall be provided with an adjustable governor to control the engine
speed within 5% of its rated speed under all condi ons of load up to full load. The governor shall be
set to maintain rated pump speed at maximum pump load.
An over speed shutdown device to shutdown the engine at a speed approximately 20% above rated
engine speed with manual reset, so that the automa c engine controller will indicate an over speed
signal un l the device is manually reset to normal opera ng posi on.
7.4.11 Engine Instrumenta on - Engine instrumenta on shall include the following:-
i) Lub. oil pressure gauge.
ii) Lub. oil temperature gauge
iii) Water temperature gauge
iv) Tachometer
v) Hour meter
The instrumenta on panel shall be suitably mounted on the engine.
7.4.12 Engine Protec on Devices – The following engine protec on and automa c shut down facili es
shall be provided:-
i) Low lub. oil pressure
ii) High cooling water temp
iii) High lub. oil temperature
iv) Over speed shut down
7.4.13 Pipe work - All pipe lines with fi ngs and accessories required shall be provided for fuel oil, lub. oil
and exhaust systems. The fuel tubing to the engine shall be MS C – class pipe with flexible hose
connec ons where ever required.
7.4.14 An Vibra on Moun ng -Suitable an -vibra on moun ng duly approved by Engineer-in-charge
shall be employed for moun ng the unit so as to minimize transmission of vibra on to the
structure. The isola on efficiency achievable shall be clearly indicated.
7.4.15 Ba ery Charger -Necessary float and boost charger shall be incorporated in the control sec on of
the power and control panel, to keep the ba ery under trim condi on. Voltmeter to indicate the
state of charge of the ba eries shall be provided.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 174

6.8 PIPING WORK


8.1 Pipes shall be of the following materials.

a) Pipes shall be Mild steel heavy class (C class) conforming to IS: 1239 for sizes up to 150 mm.

b) Welded black steel pipe, Class 2 conforming to IS: 3589 for sizes greater then 150 mm. These pipe
shall be factory rolled and fabricated from Min. 6 mm thick MS Sheet. Cadmium plated steel nuts
/ bolts / washers shall be used.

8.2 PIPE JOINTS

i) Electric welding joints shall be provided in the MS pipe works. Flanged joints shall be provided for
connec on to valves, pumps, air vessels etc. and also on straight lengths at suitable points to
facilitate erec on and subsequent maintenance.

ii) MS Flange shall be in accordance with Table 17 of IS: 6392 I.e. Plate flanges for welding and Flange
thickness shall be as under. Gasket thickness shall not be less then 3 m.

Pipe Dia Flanged Thickness


200 mm 24 mm
150 mm 22 mm

100 mm 20 mm
80 mm 20 mm
65 mm and 50 mm 18 mm

40 mm and below 16 mm

All hardware items such as Nuts, Bolts, and Washers shall be of appropriate size. Washers shall
be used on both side of the Bolt.

8.3 INSTALLATION OF PIPES

1) The installa on work shall be carried out in accordance with the detailed drawings prepared by
the contractor and approved by the Engineer-In-Charge.

2) In Pipe above Ground level expansion loops or joints shall be provided to take care of expansion
/ contrac on of pipes.

3) Tee of connec ons shall be through equal and reducing tees, otherwise ferrules welded to the
main pipe shall be used. Drilling and Tapping of the walls of the main pipe shall not be resort to.

4) Open end of piping shall be blocked as soon as the pipe is installed to avoid the entrance of
foreign ma er.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 175

5) Piping installa on shall be supported on or suspended from structure adequately. The contractor
shall provide clamps, hangers etc. as per detailed given below: -

 Split pipe support clamps with rubber lining for ver cal, horizontal and roof hanging.

 Clevis hangers for horizontal support to adjust wiring height.

 Sprinkler hangers for horizontal supports for pipes from 15-150 mm dia.

 Fasteners and fully threaded rods shall be used for installing the pipe supports. The size of
the pipe support and installa on shall be in accordance with manufacturers
recommenda ons.

 For pipes of size 100 mm and above with the prior approval of the Engineer-in-charge, U
clamps with dash fasteners may be used for suppor ng horizontal pipe from ceiling.

6) Pipe supports in Pump house shall be floor mounted and of Mild steel / G.I. Spacing of pipe
support shall not be more than that specified below: -

Pipe Size (mm) Spacing (M)


20 to 25 2.00

32 to 125 2.50
150 and above 3.00

Extra support shall be provided at the bends and heavy fi ngs like valves to avoid undue
stress on the pipes.

7) An vibra on pads, Springs and Liners of resilient and non deteriora ng material shall be
provided at each support so as to prevent transmission of vibra on through the supports.

8) Pipe sleeves of diameters larger then the pipes by least 50 mm shall be provided wherever pipes
pass through walls and annular spaces shall be filled with felt and finished with retaining rings.

9) Where mild steel pipes are to be buried under ground the same shall be treated with
an corrosive protec on before laying. The top of the pipes shall be not less than 100 cms. Below
the ground level. Where this is not prac cable, permission of the Engineer-In-Charge shall be
obtained for buying the pipes at lesser depth. Masonry or C.C. blocks shall be provided for
suppor ng the pipes at interval as per detail given above. A er the pipes have been laid, the
trench shall be refilled with excavated soil in layers of 20 cm and rammed and any extra soil shall
be removed from the site of work by the contractor.

10) Underground pipe shall be laid at least 2 m away from the face of the building preferably along
with roads and foot paths. As far as possible laying of pipes under road, pavement and large
open spaces shall be avoided. Pipes shall not be laid under building and where unavoidable,
these shall be laid in masonry trenches with removable covers.

11) For laying of external pipes, excava on up to a depth of 1.25 m or more is to be carried out. This
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 176

may cause hindrance in execu on of other building works. External pipes shall therefore be laid
in a phased manner in coordina on with other agencies. The pipes shall be tested and earth
filled back before excava on for next phase is taken up.' Equipment for tes ng etc should be
available in advance before start of underground pipe laying work.

12) To facilitate detec on of leak and isola on of defec ve por on of pipe, valves shall be provided
in underground pipe at suitable loca ons. As far as possible such valves shall be provided over
ground. If the valves shall are to be provided below ground, suitable masonry chamber with
cover plate shall be provided. Loca ons where vehicles can pass shall be avoided for provision
of valves below ground.

13) Pipe over ground shall be painted in red colour shade no. 536 of IS: 5. Suitable iden fica on shall
be provided to indicate the run of under ground wherever the route of under ground pipe can
not be ascertained from the loca on of yard hydrant / isola ng valves.

14) It shall be made sure that proper noiseless circula on is achieved in the system if proper
circula on is not achieved due to air bound connec ons, the contractor shall rec fy the defec ve
connec ons. He shall bear all the expenses for carrying out the above rec fica on including the
tarring - up and re - finishing of floors, walls etc. as required.

8.4 PRESSURE TESTING


a) All piping shall be tested to hydrosta c test pressure of at least one and half mes of maximum
opera ng pressure, but not less than 10 kg/cm² for a period of not less than 24 hours. All leaks
and defects in joints revealed during the tes ng shall be rec fied to the sa sfac on of the
Engineer-in-charge.
b) Piping repaired subsequent to the above pressure test shall be re-tested in the same manner.
c) System may be tested in sec ons and such sec ons shall be securely capped.
d) Pressure gauges may be capped off during pressure tes ng of the installa on.
The Contractor shall provide all materials, tools, equipment, instruments, services and labour
required to perform the test, and shall ensure that the plant room and other areas are cleaned up
and spill over water is removed.
The Engineer-in-charge shall be no fied well in advance by the contractor of his inten on to test a
sec on of piping and all tes ng shall be witnessed by the Engineer-in-charge or his authorized
representa ve.
8.5 ANTI-CORROSIVE PROTECTION ON UNDER GROUND PIPE

Corrosion protec on tape shall be wrapped on M.S. Pipes to be buried in ground. This corrosion
protec on tape shall comprise of coal tar/asphalt component supported on fabric of organic or
inorganic fibre and minimum 4 mm. thick and conform to requirement of IS:10221 - code of
prac ce for coa ng and wrapping of underground mild steel pipe line. Before applica on of
corrosion protec on tape all foreign ma er on pipe shall be removed with the help of wire brush
and suitable primer shall be applied over the pipe therea er. The primer shall be allowed to dry
un l the solvent evaporates and the surface becomes tacky. Both primer and tape shall be
furnished by the same manufacturer. Corrosion protec on tape shall then be wound around the
pipe in spiral fashion and bounded completely to the pipe. There shall be no air pocket or bubble
beneath the tape. The overlaps shall be 15 mm and 250 mm shall be le uncoated on either end of
pipe to permit installa on and welding. This area shall be coated insitu a er the pipe line is
installed. The tape shall be wrapped in accordance with the manufacturer’s recommenda ons. If
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 177

applica on is done in cold weather, the surface of the pipe shall be pre-heated un l it is warm to
touch and traces of moisture are removed and then primer shall be applied and allowed to dry.

8.6 PIPE MEASUREMENT

Measurements of plumbing work shall be on following basis:-

a) Piping shall be measured along the centre line of installed pipes including all pipe fi ngs and
accessories but excluding valves and other items for which quan es are specifically indicated in
the schedule of work. No separate payment shall be made for fi ngs and accessories.

b) The rate for piping work shall include all wastage allowances, flanges pipe supports, hangers,
excava on, refilling, tes ng, nuts, vibra on isolators, and suspension where specified or required,
and any other item required to complete the piping installa on. None of these items will be
separately measured and paid.

6.9 VALVES & ACCESSORIES

6.9.1 SLUICE VALVES


Sluice valve conforming to IS: 14846 shall be provided. Valves shall be suitable to with-stand the
pressure in the system and ra ng shall be PN 1.6. Valves shall be right handed (i.e. handle or key
shall be rotated clock wise to close the valve), the direc on of opening and closing shall be marked
and an open/shunt indicator fi ed.
i) The material of valves shall be as under:
Body : Cast iron
Disc: Cast Bronze or Stainless steel
Seat: Either intergral or Nitrile rubber
O-ring: Nitrile / Silicon

6.9.2 BUTTERFLY VALVES


Bu erfly valve conforming to IS: 13095 shall be provided. Bu erfly valve shall be suitable to with-
stand the pressure in the system and ra ng shall be PN 1.6. Valves shall be right handed (i.e. handle
or key shall be rotated clock wise to close the valve), the direc on of opening and closing shall be
marked and an open/shunt indicator fi ed.
i) The material of valves shall be as under:
Body : Cast iron
Disc: Cast Bronze or Stainless steel
Seat: Either intergral or Nitrile rubber
O-ring: Nitrile / Silicon

6.9.3 NON-RETURN VALVE


Non-return valves shall be swing check type in horizontal run and li check type in ver cal run of
pipes. They shall conform to IS 5312. They shall be suitable to with-stand the pressure in the system
and ra ng shall be PN 1.6.
i) The material of valves shall be as under:
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 178

Body : Cast iron


Disc: Cast Bronze or Stainless steel
Seat: Either intergral or Nitrile rubber
O-ring: Nitrile / Silicon

6.9.4 AIR RELEASE VALVE


Air release valves shall be provided at all high points in the piping system for ven ng. Valves shall be
of the double float type, with G.M. body, vulcanite balls, rubber sealing, etc. Air valves shall be of
the sizes specified and shall be associated with an equal size forged ball valve.

6.9.5 FULL WAY BALL VALVE


9.5.1 The Ball Valve shall be made from forged brass. The valve shall be internally threaded to
receive pipe connec ons.
9.5.2 The Ball shall be made from brass and machined to perfect round shape and subsequently
chrome plated. The seat of the valve body bonnet gasket and gland packing shall be of
Teflon.
9.5.3 The handle shall be of chrome plated steel with PVC jacket. The handle shall also indicate
the direc on of ‘open’ and ‘closed’ situa ons. The gap between the ball and the teflon
packing shall be sealed to prevent water seeping.
9.5.4 The handle shall also be provided with a lug to keep the movement of the ball valve within
90 degree.

6.9.6 STRAINER
Strainers shall be preferably of the approved type with fabricated steel bodies. Strainers shall be
fabricated by minimum 1 mm thick stainless steel sheet with 3 mm dia. perfora on holes. Strainers
shall be provided with flanges or threaded sockets as required. They shall be designed so as to
enable blowing out accumulated dirt and facilitate removal and replacement of screen without
disconnec on of the main pipe.

6.9.7 PRESSURE GAUGES


Pressure gauges shall be of 150mm dia. dial and of appropriate range and be complete with shut off
gauge valve etc. duly calibrated before installa on. Care shall be taken to protect pressure gauges
during pressure tes ng.

6.9.8 FLEXIBLE CONNECTION FOR PUMPS


All suc on and delivery lines shall be provided with double flanged reinforced neoprene flexible
pipe connectors. Connectors should be suitable for a working pressure of each pump. Length of the
connector shall be as per manufacturer’s details.

6.9.9 EXTERNAL YARD HYDRANTS


For figh ng fire from out side the building, yard hydrants are provided around the building. For
connec ng yard hydrants a ring of pipe shall be laid under ground around the building at a
minimum distance of 2 m. from the face of the building. All internal hydrants risers shall be
connected with this ring.
Yard hydrants shall be located at a minimum distance of 2 m but not more than 15 m from the
building face. The yard hydrants shall be accessible and should normally be provided near boundary
wall/along road. While loca ng yard hydrants it should be ensured that same don’t become
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 179

hindrance in vehicular movement or entrance to the building. Yard hydrants, should be located
around the building in such a way that it should be possible to fight fire on any face of the building
from the nearest hydrant. A distance of 45 m from hydrant to hydrant will be adequate.
Yard hydrant will include the following accessories .
(i) connec on from ring main with 80 mm dia MS Pipe
(ii) 63 mm dia single head landing valve -- 1 No.
(iii) Bu erfly / Sluice valve 80 mm dia. -- 1 No.
(iv) Hose pipe 63 mm dia 15 m long with male and female
coupling at both ends. -- 2 Nos.
(v) Branch pipe 63 mm dia with 20 mm (nominal internal diameter) nozzle
and suitable for instantaneous connec on. -- 1 No.
All above components shall be housed in a 900x600x500 mm size MS Cabinet made from 2 mm
thick MS sheet with glass door of thickness 6 mm. The cabinet shall be painted with red color shade
no. 536 as per IS: 5.
A brick pedestal with brick wall with plaster shall also be constructed for suppor ng the FHC box. All
surfaces shall be plastered with 1:4 ra o (1 cement: 4 fine sand) mortar.
Sample of one installa on to be approved before proceeding the execu on.

6.10 INTERNAL HYDRANTS (LANDING VALVE)


Landing valves are provided in the system for connec on of hose pipes for discharging water for fire
figh ng by fire brigade or trained personnel.
a) The Landing valve shall be as per IS: 5290
b) The Landing valve are of single head outlet types
c) Material of construction
i) Body, outlet and cap etc. -- Stainless steel
ii) Spindle -- Brass
iii) Hand wheel -- M.S. / C.I.
d) The water discharge shall be not less then 900 LPM for single head valves at 7 Kg/cm2 pressure.
e) Installation
f) The landing valve shall be fitted to a T connection of the riser at the landing in such a way that the valve is in
the centre of the internal hydrant opening and at a height of 1 m. from floor level.
g) The valve base shall be vertical and the valve facing outside. There should be no hindrance in the operation of
the handle.
h) All above components shall be housed in a 2100x900x750 mm size 14 Gauge SS Cabinet made from 2 mm thick
sheet with glass door of thickness 6 mm.

6.11 FIRST-AID HOSE REEL EQUIPMENT


a. First Aid hose reel is meant for delivering small quan ty of water in early stage of fire and cane be
operated even by untrained personnel, and thus provides a most effec ve fire figh ng facility. It
consists of length of 20 mm (nominal internal) diameter hose tubing warped around a reel with water
inlet pipe, stop valve and shut off nozzle. The en re assembly is mounted on a wall bracket and can
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 180

swing 180 degrees. The water inlet is connected to the riser pipe by means of 40 mm socket and
valve. The hose tube can be pulled out easily for the purpose of discharge of water on fire. First aid
hose reel shall be as per IS-884. The coupling, branch pipe and nozzle shall be as per IS: 8090
b. Material of construc on: -
(i) Hub and sides -- Mild steel
(ii) Wall Bracket -- Mild steel.
(iii) Hose tube (20 mm) -- Thermoplas c (Tex le reinforced) type -2 as per IS: 12585
(Nominal internal dia)
(iv) Nozzle with branch pipe -- Brass
(v) Stop valve (Ball valve) -- Gun metal
Normally MS construc on is used. Other material may be used in areas having corrosive
atmosphere.
The water flow rate shall be not less than 24 lpm and the range of jet shall be not less the 6 m.
c. Installa on
I. First aid hose reels are installed with internal hydrant. First aid hose reel shall be installed in SS cabinet
made from 14 mm thick sheet with glass door of size 2100x900x715 mm. The size of the cabinet shall
be such that there is no obstruc on in swinging the hose reel. The loca on of cabinet shall be such
that there is no obstruc on in swinging the hose reel and does not form obstruc on to passage /
escape route.
II. The length of hose tube shall be such that the nozzle of the hose can be taken in to every room and
within a range of 6 m from any part of the room.
III. There shall be no obstruc on in swinging the hose reel and should be installed above landing valve
where provided.
IV. The inlet valve shall be at 900 mm above floor level.
V. Hose reel bracket should be firmly grouted on the wall with the help of rawl bolts.

6.12 FIRE HOSE DELIVERY COUPLING, BRANCH PIPE AND NOZZLES: -


a. These are important accessories used for fire fighting operations.
b. Material of construction: Stainless steel
c. 1Delivery hose coupling’s
d. The 63 mm dia. delivery house couplings consist of male half coupling and female half coupling. Groves are
provided on outer side on both coupling for binding hose pipes with wires. In female couplings spring loaded
cam tooth is provided for holding male half coupling in position. Male half coupling and female half coupling
are provided on both the sides (i.e. on one side male and on the other side female) of hose pipes. Two or more
pipes can be joined together with the help of these couplings instantaneously.
Branch pipe and Nozzle
a. Branch pipes with nozzle are mounted and the end of hose pipe. Branch pipe is properly finished and free from
sharp edges. During operation a fire man has to hold the branch pipe. One end of branch pipe is fixed with hose
coupling and the other end is threaded to fit the nozzle.
b. Nozzle is tapered pipe with one and threaded internally which is fixed on branch pipe. The size of other end i.e.
Nozzle shall be 20 mm (nominal internal diameter)

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 181

6.13 FIRE SERVICE INLET AND FIRE SERVICE CONNECTION


a) These are provided for connec on of fire service hose pipes for either directly pressurizing the
system with their pumps or filling water in the tank from a distance. In the first case non return
valve with bu erfly valve shall be provided for holding water pressure. Fire service inlet shall be
provided with each wet riser / down comer and the ring main. The arrangement has been shown
in Fig. 5. These are fixed to 150 mm dia pipe and located in MS Box made of 2 mm thick mild steel
sheet with open able glass cover.
b) These shall be as per IS: 904.
c) Material of construc on : Gunmetal

6.14 HOSE PIPES


a) Hose pipes shall be rubber lined woven jacketed and 63 mm in diameter. They shall conform to
Type A (Re-inforced rubber lined) of IS: 636. They shall be flexible and capable of being rolled.
Length of hose pipe will be 15 m.
b) The hose pipe shall be complete with male and female coupling at the ends as per detailed given
in 13.3.
c) Besides keeping hose pipe with internal hydrant and yard hydrant, spare hose pipes along with
branch pipe shall be kept in fire control room / pump room.

6.15 PORTABLE FIRE EXTINGUISHER


Portable fire ex nguishers shall be provided as per Bill of Quan es and shall: -
ABC TYPE DRY POWDER EXTINGUISHER

 The Ex nguisher shall be filled with ABC Grade 40, Mono Ammonium Phosphate (MAP base) from
approved manufacturer.
 The Capacity of the ex nguisher when filled with Dry Chemical Powder (First filling) as per IS
15683, part II 8/ IS 2171, shall be 4.0 kg +/-2 % or 10 kg +/-3 %.

 It shall be operated upright, with a squeeze grip valve to control discharge. The plunger neck shall
have a safety city, fi ed with a pin, to prevent accidental discharge. It shall be pressurized with Dry
Nitrogen, as expelling. The Nitrogen to be charged at a pressure of 15 kg / cm².

 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 of 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.

 The Neck ring shall be externally threaded the threading por on being 1.6 cm. The filler opening
in the neck ring shall not less then 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 upto a throw of 4 meters, con nuously, 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 fi ed to the valve assembly or the cylinder to
indicate pressure available inside. The ex nguisher shall be treated with an corrosive paint, and
it shall be labeled with words ABC 2.5 cm long, within a triangle of 5 cm on each face. The
ex nguisher body and valve assembly shall withstand internal pressure of 30 kg / cm² for a
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 182

minimum period of 2 minutes. The pressure Gauge shall be imported and suited for the purpose.
WATER TYPE EXTINGUISHER (GAS PRESSURE TYPE)

 The Ex nguisher medium shall be primarily water stored under normal pressure, the discharge
being affected by release of Carbon Dioxide Gas from a 120 gms cylinder.
 The capacity of Ex nguisher, when filled upto the indicated level, shall be 9 liters.

 The skin thickness of the cylinder shall be fabricated from Mild Steel sheet, welded as required,
with dish and dome, being of same thickness, and of size not exceeding the diameter of body. The
diameter of body to be not less than 150 mm and not exceeding 200 mm. The neck shall be
externally threaded up to minimum depth of 16 mm, and leaded n bronze.

 The cap shall be of leaded n bronze, and screwed on the body up to a minimum of 1.6 cm depth,
with parallel screw thread to match the neck ring. The siphon tube to be of brass or G.I and the
strainer of brass. The cartridge holder, knob, discharge fi ngs and plunger to be of Brass/Leaded
n bronze, and plunger of stainless steel, spring of stainless steel. It shall have a sni er valve to
act as breather. The cap shall have handle fixed to it. The discharge hose shall be braided nylon, of
10 mm dia and 600 mm long, with a nozzle of brass fi ed at end.

 The ex nguisher shall be treated for an corrosion internally and externally, and externally painted
with Fire Red paint. The paint shall be stove enameled / powder coated. The cartridge shall be as
per IS, and have 60 gm. net carbon dioxide gas for expelling. The ex nguisher, body and cap shall
be treated to an internal hydraulic pressure of 25 kg/cm². It shall have external marking with le er
A, of 2.5 cm height, in block le ers within a triangle of 5 cm each side. The ex nguisher shall be
upright in opera on, with the body placed on ground, and discharge tube with nozzle held in one
hand to give a throw of not less than 6 meter, and con nue so for at least 60 sec. The ex nguisher
body shall be clearly marked with ISI stamp (IS 15683).
CARBON DIOXIDE EXTINGUISHER
 The Carbon Dioxide Ex nguisher shall be as per IS: 15683.

 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 overlay height shall not exceed 720 mm.

 The discharge mechanism shall be through a control valve conforming to IS: 3224. The internal
siphon tube shall be of copper or aluminum conforming to relevant specifica ons.
 Hose pipe shall be high pressure braided Rubber hose with a minimum burst pressure of 140
kg/cm², and shall be approximately 1.0 meters in length having internal dia of 10 mm. The
discharge horn shall be of high quality unbreakable plas c with gradually expanding shape, to
convert liquid carbon dioxide into gas form. The handgrip 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 ra o
between stored liquid carbon dioxide to expanded gas shall be 1:9 mes and total discharge me
shall be minimum 10 sec. and Maximum 25 sec.
 The ex nguisher shall fulfill the following test pressures:
a) Cylinder: 236 kg/cm²
b) Control Valve: 125 kg/cm²
c) Burst pressure of Hose: 140 kg/cm² minimum.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 183

 It shall be an upright type. The cylinder, including the control valve and high pressure Discharge
Hose must comply with relevant Statutory Regula ons, and be approved by chief Controller of
Explosives, Nagpur and also bear IS marking.

 The Ex nguisher including components shall be ISI Mark.


PRESSURE SWITCHES

Pressure switches shall be differen al type for opera on of all pumps and for the various du es and
se ngs required. Pressure switches shall be for heavy duty opera on and of approved make.
All pressure switches shall be factory calibrated.

INSPECTION BY LOCAL FIRE OFFICER

A er comple on of the work and tes ng to the en re sa sfac on of Engineer-in Charge, the
installa on shall be offered for inspec on by Chief Fire Officer or his representa ve. Tes ng as
desired by the Fire Officer shall be carried out. The contractor will extend all help including
manpower during tes ng. The observa on of Chief Fire Officer which are a part of agreement shall
by a ended by the contractor. Nothing extra is to be paid for tes ng as above.

6.16 COMMISSIONING
a) Flushing the System:- Before commissioning, the en re system shall be flushed to ensure that any
earth/ foreign ma ers which might have entered during installa on are taken out. For this, pump
may be operated and valves opened at different loca ons.

b) As soon as the work is complete, the system shall be commissioned and made available for use.
Requirement of fire figh ng installa ons is equally important during occupa on of the building. If
the building is to be occupied in part, fire figh ng system of building completed shall be
commissioned by isola ng the system of under construc on por on of the building.

c) The fire figh ng system shall be maintained and manned from the very first day of its
commissioning.

d) Any defects no ced during the warranty period shall be promptly a ended by the contractor and
availability of the system at all me is to be ensured.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 184

7 HVAC WORKS
SCOPE

The scope of this Sec on comprises the supply, erec on tes ng and commissioning of the air-condi oning
system confirming to these specifica ons and in accordance with the requirements given in Schedule of
Equipment’s.

7.1 VARIABLE REFRIGERANT FLOW SYSTEM

General

 The scope of this sec on comprises the design, supply erec on, tes ng and commissioning of Inverter
Scroll technology / Digital Vapor Injec on based VRF type system of air condi oning conforming to
these specifica on/ Explanatory Note and in accordance with the requirements of Drawing and
Schedule of Quan es. The prices quoted shall include all the equipment ancillary material as specified
and all such items whatsoever and which may be required to fulfill the intent and purpose as laid down
in the specifica on and the approved drawings. The contractor shall calculate equipment capacity
based upon design parameters specified for the system design & verify all the quan es and sizes of
refrigerant pipe, fi ng, cables, control cable, pipes, insula on, indoor units, and outdoor units etc.
before installa on to avoid any shor all or surplus. The tenderer shall also include all necessary civil
work MS frame work for installa on of outdoor and indoor units in VRF based air condi on system. The
cost quoted by tendered shall also include the refrigerant gas R-410A & its charging for proper &
specified func oning of air condi oning system and discharge cowl.

 The scope in the tender schedule also covers detailed designing of complete air-condi oning system
Inverter Scroll technology / Digital Vapor Injec on based VRF air condi oner with air cooled outdoor
units’ system capable of cooling and hea ng (reverse cycle) as per individual or season requirement
suitable for opera on on 415 V, 3 Phase, 50 Hz AC electric supply.

 The outdoor units shall have both cooling & heat pump mode, consis ng of one (Up to 14HP) / mul ple
(Above 14HP) compressors. It should have single circuit of refrigerant piping and mul ple in door units
of various types. Each indoor unit should have capability to cool or heat as per seasonal weather
changes and as per Bill of Quan ty.

 The tendered shall quote only makes for which he has sa sfactorily executed the job and shall also
furnish cer ficate to the effect that the such equipment has performed sa sfactorily under Indian
weather condi ons at least for a period of one year from its commissioning. The performance
cer ficate from the end user shall also be enclosed with the tender documents.

 The firm should comply with the parameters as specified in the terms & condi ons.

 The project of air-condi oning is required to be executed in me bound and professional manner. The
equipment’s involved in air-condi oning are complex in nature comprising of instrumenta on, control
and central management system. The job, therefore calls for highest order of technical exper se and
also requirement of experience of air-condi oning installa on with proven performance. This consent

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 185

shall also covers aspects of desired assistance in the field of design, development, tes ng, execu on,
comple on & maintenance/ maintenance spares of the air-condi oning system.

 Notwithstanding the technical details as specified in the tender, the manufacturers may offer/ indicate
systems and necessary design & features applicable for the offered products at the tendering stage.

 Complete Set (Indoor and Outdoor) of equipment tes ng shall be done in the presence of consultant
& client representa ve at AHRI Condi ons without any extra cost before delivery of equipment.

7.1.1 Outdoor Unit

i. The outdoor unit shall be factory assembled, weather proof casing (Material of construc on of
casing shall be vendor’s standard design), constructed from heavy gauge GI sheets steel panels
and coated with baked enamel finish. The outdoor unit shall be completely factory wired, tested
with all necessary controls, acous c jackets for compressors, hydrophilic & an corrosive coa ng
on condenser fins & filled with first charge of refrigerant before delivering at site The Unit should
have a minimum of 3.8 COP at AHRI Condi on with 100% load (The same shall be a er
accoun ng inverter loss, switching loss and oil return loss). All the vendors shall provide an
O.E.M le er from the manufacturer for the C.O.P men oning the COP is a er the losses
men oned above. The Outdoor unit shall be capable of opera ng at an ambient temperature of
48 Deg C & each bidder should provide a copy of the ra ng chart as appearing in the technical
data book of the OEM, clearly showing the opera ng performance at 43 Deg C ambient
temperatures.
Cowl arrangement for direc ng the air in case of top discharge unit shall be a part of outdoor
unit.

ii. The VRF equipment should be capable so that refrigerant piping between indoor units and
outdoor unit shall be capable of proving 1000 m total piping length and longest equivalent piping
length as 150m.

iii. The outdoor unit shall be factory tested and filled with first charge of refrigerant R-410A before
delivering at site.

iv. It should also be provided with duty cycling for variable compressors delivering the capacity /
power consump on from 10-100% to follow varia on in cooling & hea ng loads & switching
star ng sequence for be er stability and prolonging equipment life.

v. The unit shall be provided with its own microprocessor control panel with provision for
integra on with the building management system for Air-condi oning system.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 186

vi. The machine must have a sub cool feature to use coil surface more effec vely through proper
circuit/ bridge so that it prevents the flushing of refrigerant from long piping due to this effect
thereby achieving energy savings.

vii. The outdoor unit should be fi ed with low noise level and should not be more than 60db (A) at
normal opera on when measured horizontally 1m away and 1.5m above ground.

viii. The outdoor unit should be fi ed with low noise aero spiral design fan with aero fi ng grill
for spiral discharge airflow to reduce pressure loss and should be fixed with DC fan motor for
be er efficiency.

ix. In case of trouble occurs in an indoor unit (s), the con nuous opera on of system should be
possible.

x. The unit shall be designed in such as way that cleaning of drain Pan should be easy & inspec on/
replacement of compressor should be easy.

xi. The condensing unit shall be designed to operate safely whey connected to mul ple fan coil
units.

Specifica on- Home Automa on Interface with Air-Condi oning Unit

 All OEM/Vendor/SI should provide all API to interface with smart home controller. This
could means providing detailed message formats over the physical link (RS-485/Serial
RS232/Ethernet) in terms of bits. Also, the various messages and commands with full
parameters, syntax and documents needs to be provided.

 All available control and monitoring parameters should be shared with client to interface
with Smart Home Automa on system.

 In case of any issue regarding the interface with smart home automa on system then OEM
should take responsibility to support in term of customiza on of the APIs to integrate with
smart home automa on system.

 Vendor also supports in case of any revision of the product or so ware driver for interfacing
without any cost escala on within product warranty period.

 Vendor should supply the product compa ble with industry standard open communica on
protocol.
 Scope of the controls/home control or open protocol (herein a er referred the work in this
specifica on) means design, procurement, execu on and the comple on of smart home
control for Air Condi oning.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 187

 The product should have output RS-485/Serial RS-232/Ethernet

 The system should be complete in all respect in term of supply, installa on, tes ng and
commissioning of the all-necessary hardware and associated so ware.
7.1.2 Compressor

i. The highly efficient herme c Inverter Scroll technology / Digital Vapor Injec on based
compressor shall be highly efficient. The system should response efficiently in accordance
to the varia on in cooling or hea ng load requirement.

II. All outdoor units shall have mul ple steps of capacity control to meet load fluctua on and
indoor unit individual control. All parts of compressor shall be sufficiently lubricated stock.
Forced lubrica on may also be employed.

7.1.3 Oil Recovery system


Unit shall be equipped with an oil recovery system to ensure stable opera on with long refrigera on piping
lengths. The system must be provided with oil balancing circuit to avoid poor lubrica on.

7.1.4 Refrigerant Circuit


The refrigerant circuit shall include liquid and gas shut-off valves and a solenoid valve at condenser end. The
equipment must have inbuilt refrigerant stabiliza on control for proper refrigerant distribu on. All
necessary safety devices shall be provided to ensure the safe opera on of the system.

7.1.5 Heat Exchange

The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminum fins to form
a cross fin coil. The aluminum fins shall be covered by an -corrosion resin / hydrophilic film. The System
must have sub-cooling heat exchanger further to Condenser to increase refrigera ng effect in Indoor units.
The Condenser fins must be coated with An - corrosive treatment.

The condensing unit fan motors to have at least two speed opera ons to maintain constant
head pressure control at all ambient temperatures and modes of opera on.

The unit shall be provided with necessary number of direct driven low noise level propeller type fans
arranged for ver cal discharge. Each fan shall have a safety guard.

7.1.6 Safety Devices


All necessary safety devices shall be provided to ensure safe opera on of the system.

Following safety devices shall be part of outdoor unit: - high pressure switch, fuse, fan drive overload
protector, fusible plug, crankcase heater, over load relay, overload protec on for inverter.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 188

7.1.7 INDOOR UNITS


All indoor units as specified shall have; in general, noise levels should be low. For cri cal
applica ons noise levels below these limits may, however, be specified during design stage.

 Each unit shall have electronic control valve to control refrigerant flow rate respond to load varia on
of the room.
 The address of the indoor unit shall be set automa cally in case of individual and group control.
 In case of centralized control system, it shall be possible to set the address of individual indoor unit
through a liquid crystal remote controller.
 The fan shall be dual suc on, aerodynamically designed, Turbo, mul blade type, sta cally &
dynamically balanced to ensure low noise and vibra on free opera on of the system. The fan shall
be direct driven type, mounted directly on motor sha having support from housing.
 Indoor unit shall have cleanable type filter fixed to an integrally moulded/ moulded plas c frame. The
filter shall be slide in and neatly insertable type. It shall be possible to clean the filters either with
compressed air or water. Resin net (Washable) MERV Ra ng 6 / 80% down to 20% Micron.
 Each unit shall have electronic control expansion valve for variable refrigerant Flow Effect.
 Each indoor high wall unit shall be with cordless remote controller as standard features. The remote
controller shall memorize the latest malfunc on code for easy maintenance. The controller shall have
self-diagnos c features for each and quick maintenance and service. The controller shall be able to
change fan speed and angle of swing flap (for high wall) individually as per requirement.
 The address of the indoor unit shall be set automa cally in case of individual and group control. In
case of centralized control, liquid crystal remote controller shall set it.
 Cooling Coil Shall is direct expansion, constructed from copper tubes expanded into aluminium fins
to form a rigid mechanical bond.

High Wall Indoor Type Unit

The unit shall be high wall mounted type. The unit shall include pre-filters, fan sec on and DX-coil
sec on. The housing of the unit shall be powder coated/ heat treated galvanized steel. The body
shall be light in weight and shall be able to suspend from four corners. The fan shall be
aerodynamically designed diffuser turbo fan type. Unit shall have an external a rac ve panel for
supply and return air.

Ceiling Mounted Duct Type Unit

Ceiling Mounted Duct Type Unit Shall is direct driven of the DIDW mul -blade type, sta cally and
dynamically balanced to ensure low noise and vibra on free opera on. The noise level shall not
exceed 35 db for non ductable type unit & shall not exceed 45 db for ductable type unit. Each unit
shall have an individual corded remote controller for local control of the indor unit.

Electronic Expansion Valve

Each indoor unit shall be fi ed with an electronic expansion valve to control the refrigerant flow in
response to the load varia ons in the room. The electronic expansion valve is to be controlled via a
computerized control sensing the return air temperature, refrigerant inlet and outlet temperatures.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 189

During the cooling opera on the electronic expansion valve shall control the refrigerant superheat
degree at the evaporator.

Y-Joint/Ref net sépara on

Supply & installa on of the Y-Joint/ Ref-net separa on refrigera on pipe joints and headers in the
appropriate orienta on to enable correct distribu on of refrigerant. The Distribu on Joints should be
factory insulated with pre-formed sec ons of Expanded Polystyrene/Equivalent.

Centralized system touch screen remote controller (As applicable)

 A mul func onal compact Touch Screen centralized controller shall be provided with the system.
 The System Controller shall act as an advanced air condi oning management system to give complete
control of VRV / VRF air condi oning equipment. It shall have ease of use for the user
 The controller shall be able to control upto minimum 64 nos. of indoor units with zoning
op on and / or in case of larger installa on should provide bigger controller with the
following func ons.
a. Star ng/stopping of Air condi oners as a zone or group or individual unit.
b. Temperature se ng for each indoor unit or zone.
c. Switching between temperature control modes, switching of fan speed and direc on of Airflow,
enabling/disabling of individual remote controller opera on.
 Monitoring of opera on status such as opera on mode & temperature se ng of individual indoor
units, maintenance informa on, trouble-shoo ng informa on.
 The controller shall have wide screen user friendly color LCD Touch screen display and can be wired
by a non-polar 2 wire transmission cable to a distance of 1 km away from indoor unit.

 Scheduling of both indoor and outdoor units as per requirements.


 The controller shall have wide screen liquid crystal display and shall be wired by a non- polar 2 / 3
wire transmission cable to 1000m away from the indoor unit.
 The controller shall be integrated to BMS system thru so ware for monitoring & controlling of all
above parameters including start/ stop of each indoor / outdoor unit. All necessary interface cards /
units should be supplied as a part of the system to integrate to the BMS So ware.

7.1.8 Cabling between indoor and outdoor units

 The cable between indoor and outdoor units shall run in suitable containments or cable tray.

7.1.9 REFRIGERANT COPPER PIPING:


Refrigerant Piping

 Scope of Refrigerant Piping work shall include Supply, installa on, tes ng and commissioning of all
interconnec ng pipe-work between the condensing unit & indoor units. Refrigerant quality seamless
copper tubes with brazed connec ons and the appropriate Distribu on joints and headers shall be
used.
 The piping should be routed at site in such a manner, that brazed joints in the Refrigera on Piping are
kept to a minimum.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 190

 All interconnec ng piping, joints and U bends within the condensing unit shall be painted with two
coats of clear transparent coa ng of suitable material for protec on against corrosion from ambient
air pollu on.
 Each coat shall have dry film thickness of 35 micron or more. The coa ng shall be strong, flexible and
durable. It shall have good adhesive and abrasion resistance.
 It shall be resistant to moisture, UV, acid alkali and other chemicals and capable of func oning
between -250º C upto 1500º C
 The polymer shall be obtained by the mixing of base / monomer with a hardener / polymerisor. It
may be brush applied or with the use of a suitable gun.
 Refrigerant piping for the air-condi oning system shall be upto 19.1 mm dia of so seamless copper
tubes & for above 19.1 mm dia the pipe material shall be of hard seamless copper tubes with pipes
material being hard drawn copper pipe.
 Forged copper fi ngs shall be used for the refrigerant piping.
 The refrigerant piping arrangements shall be in accordance with good engineering prac ces as
applicable to the air-condi oning industry, and shall include charging connec ons, suc on line
insula on and all other items normally forming part of proper refrigerant circuits except Y
joint/separa on tubes.

Joint Orienta on

 Proprietary Distribu on refrigera on pipe joints and headers shall be installed in an appropriate
orienta on to enable correct distribu on of refrigerant. The Distribu on joints shall be factory
insulated with pre-formed sec ons of expanded Polystyrene/ equivalent.
Cleanliness of Piping

 All pipe-work must be kept clean and free from contamina on to prevent breakdown of the system.
All pipe ends shall be kept sealed un l immediately prior to make a joint.
 Before join ng any copper pipe or fi ngs, its internals shall be thoroughly cleaned by passing a clean
cloth via wire or cable through its en re length. The piping shall be con nuously kept clean of dirt
etc. while construc ng the joints. Subsequently it shall be thoroughly blown out using nitrogen gas.
Pressure Tes ng

 A er complete installa on of refrigerant piping, it shall be pre-pressure tested and repaired if


necessary and further pressure tested to 3,800 Pa, to hold for a minimum 48 hours with dry nitrogen
prior to insula ng the joints. A er sa sfactory tes ng, the refrigerant pipe shall be evacuated and
dehydrated to (- 755 MM HG) and held for 12 hours.
Refrigerant Charge

 Refrigerant charge must be calculated based on the actual length of the refrigerant pipe work. The
refrigerant charging process must be carried out with an appropriate charging sta on and under
supervision of Consultancy.
Piping Insula on

 All suc on & liquid lines of the Refrigerant pipe work shall be insulated with closed cell expanded
polythene tubular insula on pipe sec ons as specified to avoid condensa on. Moulded Tee joints of
thermal insula ng material shall be used at bends.
 Closed cell expanded polythene tubular fire retardant pipe insula on having a wall thickness of not
less than 13 mm for so pipe / 19mm for hard pipe.
 The thermal conduc vity of the insula on material shall not exceed 0.032 W/m K at 0 deg C. mean
temperature. The density of the insula on material shall not be less than 33+/- Kg/ cum.
 All joints of the insula on shall be sealed with 100 mm width x 3 mm thick self-adhesive tapes of the
same material as insula on and shall be of the same make as the basis insula on material

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 191

 To protect nitrile rubber insula on of exposed copper piping from degrading due to ultra violet rays
& atmospheric condi on, it shall be covered polished coa ng with at least two coats of resin and
hardener above nitrile rubber insula on. Fiber glass tape shall be helically wound & coated with
painted two coats of resin with hardener to give smooth & plain finish.

Fixing Pipe Work& Electrical Conduit:

 The insulated refrigerant piping and electrical conduit shall run on GI tray properly supported by GI
rods. The exposed tray on terrace shall be covered by open able GI covers.
 Refrigerant copper piping shall be as per ASTM : B280. OD & wall thickness of copper refrigerant
piping shall be as follows:
Size Thickness Specifica on

6.35mm (1/4 in) 0.8 mm C12200T-O (ANNEALED)

9.52mm (3/8 in) 0.8 mm C12200T-O (ANNEALED)

12.70mm (1/2 in) 0.8 mm C12200T-O (ANNEALED)

15.88mm (5/8 in) 0.99 mm C12200T-O (ANNEALED)

19.05mm (3/4 in) 0.8 mm C12200T-1/2 H (HALF-HARD)

22.23mm (7/8 in) .8 mm C12200T-1/2 H (HALF-HARD)

28.58mm (1 1/8 in) .99 mm C12200T-1/2 H (HALF-HARD)

31.75mm (1 1/4 in) 1.1mm C12200T-1/2 H (HALF-HARD)

34.9mm (1 3/8 in) 1.21 mm C12200T-1/2 H (HALF-HARD)

41.3mm (1 5/8 in) 1.43 mm C12200T-1/2 H (HALF-HARD)

7.1.10 DRAIN PIPING:

 The indoor units shall be connected to drain of UPVC pipe.


 The pipes shall be laid in proper slope for efficient drainage of condensate water. U trap shall be
provided in the drain piping (wherever required)
 Drain Pipe Insula on
a) Drain pipes carrying condensate water shall be insulated with 6 mm Nitrile rubber having a
‗Value of 0.037 W/mk at a mean temperature of 20oC and a minimum density of 55 Kg/ Sqm.
b) The joints shall be properly sealed with synthe c glue to ensure proper bonding of the ends.
Installa on

The VRV type air condi oning units shall be mounted on vibra on isolators and installed in accordance with
the manufacturer ‘s recommenda on such that no disturbing vibra on or noise is being transmi ed to the
nearby structure.

Refrigerant pipes that exposed to outdoor shall be covered with UV coa ng to protect insula on from direct
UV exposure.

All galvanized support beams, galvanized legs, galvanized hangers, anchor bolts, vibra on isolators,
ductworks shall be provided for the installa on of the units.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 192

Tes ng

The units shall be tested for capacity and COP as per ARI-1230 condi ons at manufactures premises as well
as at site before delivery by the consultant in presence of the Owners / their representa ve; they reserve
the right to witness the tests.

7.1.11 TECHNICAL DATA SHEET OF VARIABLE REFRIGERANT VOLUME AIR COOLED UNITS

It is mandatory to fill given below data sheet at the me of tender quo ng and at the me of
proposal.

Outdoor Unit
a) Outdoor Units Make and Model
b) Type (Cooling or heat pump)
c) Dimension of unit (Overall)
d) Actual capacity (TR) at specified condi ons
e) Permissible length of refrigerant piping
f) Type of compressor
g) No. of compressor (each unit)
h) No. of digital compressor Electrical characteris cs
i) Power consump on at ARI
condi ons for each capacity 100%

75%

50%

25%

Indoor Unit

a) Manufacturer Type
b) Nominal capacity (TR)
c) Airflow Min/Max (CFM) Sound level (Hi/Lo)
d) Overall dimensions (L x W x H)
e) Unit weight (Kg)
f) Remote controller for each indoor unit (Yes/No)
Centralized Controller

a) No. of controllers
b) Features
c) Power consump on
d) Technical brochures to be a ached.

END OF VRV SPECIFICATION

7.2 SPLIT TYPE AIR CONDITIONERS UNITS:

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 193

The contractor shall supply and install split system air condi oner with Inverter based compressor and 5-
star rated. The system shall be complete in all respects and comply with the specifica ons as given. All split
units shall be ecofriendly refrigerant type.

Air cooled split unit shall be provided with High energy efficient (EER) herme cally sealed Invertor scroll
compressor complete with vibra on isolators & factory installed controls like single phase prevent or HP, LP
& overload cutouts, inter locking of fan & compressor, thermostat with selector switch, wiring etc. Efficient
cooling coil shall be selected for low velocity with maximum 3/8" OD copper tubing having extended
aluminum fins with rigid bonding between tubes & fins for high heat transfer. Tubes shall be arranged in a
staggered design for best air contact thus giving low bypass. The cooling coil circuits shall be fed with liquid
refrigerant through the expansion valve and a distributor. Blower of an evapora ng unit shall be sta cally
and dynamically balanced and shall be selected to give required airflow as iden fied in the drawings. Filters
shall be synthe c type of Nylon mesh with plas c/metal frame. Drain pan shall be of SS/powder coated MS
duly insulated. Casing shall be heavy gauge factory painted to provide be er protec on against rus ng.

7.2.1 Condensing Units


Remote air-cooled condensing unit shall be provided with efficient condenser coils made out of copper
tubing with extended aluminum fins. Tubes shall be arranged in a staggered design for be er efficiency.
Condenser fans shall be selected to operate quietly for required CFM to keep condensing temperature low.
The compressor shall be in the outdoor unit capable of opera ng con nuously even at high ambient of 48
deg C (115 deg F). The condensing unit shall be installed with M.S. base frame, along with cushy foot
moun ng vibra on isola on pads, bolted and clamped to terrace or wall. The compressor for 1.5 & 2 TR
units shall be herme cally sealed Rotary/Reciproca ng type.

Interconnected refrigerant piping between outdoor unit & indoor unit shall be of heavy gauge copper
complete with expansion valve, liquid line strainer, drier, shut off valves, including insulated suc on line.
Expansion valve or termina on of capillary tube shall be provided within indoor unit. 25mm thick neoprene
rubber pads shall be supplied for each indoor/outdoor unit. The units shall be tested in accordance with
IS:1391. The power supply shall be provided at outdoor/indoor unit as per manufacturer’s requirement.

7.2.2 REFRIGERANT PIPING:

i. All refrigerant pipes and fittings shall be type `L' hard drawn copper tubes for large units & soft copper tubes
for low-capacity units with wrought copper fitting suitable for connection with silver brazing or as per Manufac-
turers recommendations.
ii. All joints in copper piping shall be sweat joints using low temperature brazing. Before joining any copper pipe
or fittings, its interior shall be thoroughly cleaned be passing a clean cloth via wire or cable through its entire
length. The piping shall be continuously kept clean of dirt etc. while construction the joints. Subsequently, it
shall be thoroughly blown out using carbon dioxide/nitrogen.
iii. Refrigerant lines shall be sized to limit pressure drop between evaporator and condensing unit to less than 0.2
kg per Sqcm.
iv. Removable type combination drier and filter shall be installed in liquid line of the refrigeration system incorpo-
rating a three-way valve bypass. After ninety days of commissioning, liquid line drier and filter cartridges must
be replaced by contractor at actual cost to be borne by owner.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 194

v. After the refrigerant piping installation has been completed the refrigerant piping system shall be pressure
tested using, Freon mixed with nitrogen at a pressure of 20 Kg per Sq. cm. (High side) and 10 Kg per Sq. cm
(Low side) pressure shall be maintained on the system for a minimum of 12 hours. The system shall then be
evacuated to a minimum vacuum of 70 cm. of mercury and held for 24 hours, during which time, change in
vacuum shall not exceed 12 cm of mercury. Vacuum shall be checked with vacuum gage.
vi. All refrigerant piping shall be installed strictly as per the instructions and recommendations of air conditioning
equipment manufacturers. Oil traps shall be provided where required.
vii. All the refrigerant tube shall be thoroughly tested and checked for leaks, washed with carbon tetra chloride
once, followed by two flushing with nitrogen and one flushing with refrigerant. All safety controls shall be
suitably set and a record of all setting shall be furnished to the Engineer in charge.
viii. All copper tubes shall be coated with transparent anti corrosive primer before insulation.
ix. The suction and liquid line shall be insulated with 13 mm thick expanded polyethylene/ Nitrile rubber insulation
and the discharge/gas line shall be insulated with 19mm thick insulation.
x. Necessary chases and holes in walls and floor etc for laying the piping work shall be done by contractor, after
completion of work necessary repair work shall be done by contractor and brought to its original finish

7.2.3 PAINTING:
Shop coats of paint that have become marred during transporta on or erec on shall be cleaned off
with mineral spirits, wire brushed and spot primed over the affected areas, then coated with two
coats of enamel paint to match the finish over the adjoining shop- painted surfaces.

7.2.4 MISCELLANEOUS:
 The unit shall have control panel, housing the star ng switches, contactor, relays etc. Isola on pads
shall be provided under the units.
 Suitable M.S. channel suppor ng frame shall be provided for the condensing unit and suppor ng
arrangement for the indoor units.
 Interconnec ng power and control cabling shall be provided between condensing unit and
evaporator unit.
 PVC flexible sleeves shall be provided to cover the insulated refrigerant piping and electrical cabling
from indoor to outdoor units.
 Compressor current should not flow through indoor unit.
 Inbuilt protec on in indoor unit against electric fault to be provided.

7.2.5 INSTALLATION:
The Indoor Units shall be Ceiling/Wall/Floor Mounted on suitable vibra on isolators & frame work. The
indoor units shall be mounted on ribbed rubber pads for vibra on isola on. The outdoor unit shall be
installed with a steel base frame along with cushy foot moun ng vibra on isola on pads. The refrigerant
pipes & interconnec ng cables & wires shall be neatly & firmly installed on 25 mm wide brackets fixed to
masonry. Care shall be taken to avoid possibility of damage to cable/wires insula on due to hot refrigerant
pipes. The contractor shall supply the required charge of refrigerant, lubricant and other consumables, for
commissioning and tes ng of the equipment.

7.2.6 TESTING & COMMISSIONING:


A er installa ons are completed, all air-condi oning system shall undergo test run.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 195

Unit capacity in tons refrigera on shall be computed from the temperature readings and air-flow
measurements. Flow measurements shall be preferably by a hot-wire anemometer or a velometer.
Computed results shall conform to the specified capaci es and the power consump on shall conform to the
figures furnished by the manufacturer.

Any adjustments that are needed shall be made to assure that all air-condi oning system will operate either
the required performance. Report forms to contain following minimum data lis ngs shall include design
and actual condi ons for each Item men oned below:

a) Date and me of test.


b) Air-condi oning unit make, type, name and serial number.
c) Fan rpm.
d) Fan motor amperage
e) Rated motor amperage, starter number and ampere ra ng.
f) Fan CFM
g) Fresh air CFM in case of ductable units
h) Outside condi ons (DB and WB)
i) Entering coil condi ons (mixing) (DB and WB)
j) Leaving coil condi ons (DB and WB)

END OF SPLIT UNIT SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 196

7.3 PRECISION AIR CONDITIONING UNIT

7.3.1 Type

The precision Air Condi oning Unit shall be DX Air Cooled single coil units

The Precision air-condi oning Unit shall be complete with microprocessor controller and shall consist of
herme cally sealed Scroll compressors, evaporator fan, motor, strip heaters, humidifier, integral refrigerant
piping and control panel duly wired to compressor and air/water cooled condenser all mounted on a steel
frame. Micro-processor panel shallbe BMS Compa ble with open protocol for so ware integra on. The Air-
cooled condenser with fan duly mounted on a common frame shall be installed on the wall openings /
terracewith suitable angle iron / channel frame to be provided by contractor. The suitable starters,switches,
power control cabling between Indoor unit and outdoor unit shall be included

7.3.2 Capacity

The refrigera on capacity and air quan ty for the unit shall be as shown in Approved Drawings
Manufacturer shall select unit capacity so ware selec on at tender design condi ons.

7.3.3 Casing

The indoor & outdoor units shall be sec onalized / cabinet construc on. Indoor units shallbe consis ng of
compressor and motor, fan sec on, coil sec on, heater and humidifica onsec on, filter sec on, and drain
pan. Each sec on shall be constructed of thick sheet steelall welded / bolted construc on, adequately
reinforced with structural members andprovided with enough access panels for proper lubrica on and
maintenance. Base panel shall be constructed of fabricated steel structure provided with an under frame
suitably braced. Drain pan shall extend under coil and fan sec ons with drain connec ons.

The indoor unit cabinet shall be of double skin sandwich panel construc on (all four side) with 25± 2 mm
thick panel made of galvanized steel, The panels should be insulated withAO class insula on with Mineral
wool of 32 Kg/CUM density, suitably treated for weather protec on, corrosion resistant and shall be
powder coated.

Units shall have hinged, quick opening access door in the fan & coil sec on and in filter sec on where filters
are not accessible from outside. Access doors shall be double skin type.

Outdoor unit shall consist of condenser coil and propeller type fan for air cooled unit and shell & tube
condenser for water cooled units.

Lugs shall be provided for li ing / easy handling of machines.

7.3.4 Compressor & Motor

The compressor shall be herme c sealed type and suitable for opera on on Eco-friendly refrigerant R-
410a.

The compressor shall have dual pressure stat and an opera ng oil charge. The motor shallbe suc on gas
cooled and shall be sealed against dirt and moisture.

The motor shall be suitable for 415± 10% V, 50 Hz, 3 Phases AC supply. The compressorshall be in separate
compartment isolated from air stream to permit servicing without shu ng down the system.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 197

Compressor shall be installed on spring mounted floa ng pla orm / rubber pads or manufacturers
recommended approved moun ng. Suitable overload protec on shall be provided in compressor. Isola ng
valves shall be provided at suc on & discharge. Compressor shall be fi ed with electrically operated oil
heaters with built-in thermostats and the heaters shall be automa cally actuated when the compressor is
stopped. In built me delay shall be provided for restart of compressor

7.3.5 Variable Capacity Compressor

The compressor shall be capable of opera on of variable capacity by using brushless AC/DC inverter /digital
scroll compressor. The compressor should necessarily provision of oil return on part load opera ons

7.3.6 Evaporator Sec on

Evaporator coil shall be of fin and tube type having hydrophilic coated aluminum fins firmlybonded to copper
tubes assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated capacity
from each unit and air velocity across each coil shall not exceed 500 FPM. The coil shall be minimum 3 row
deep for DX coil.

A condensate drip tray of stainless-steel construc on of minimum 18 SWG thick, duly insulated shall be
provided.

Dehumidifica on shall be achieved by reducing the air flow of the EC fans which thereby would reduce the
ADP of the cooling coil to achieve dehumidifica on.

The Microprocessor panel should be able to perform auto changeover from Chilled water to DX mode and
vice versa as and when required due to start and stop of the chilled water.The controller should also be able
to start unit on DX mode, in case the chilled water temperature rises and is unable to maintain inside
condi ons. Manual change overprovision shall also be provided.

7.3.7 Blower Sec on


The unit shall be under floor / top discharge type and should be able to deliver between 550-600 CFM per
ton. Total external sta c pressure shall be minimum 2.5 mm of WG for floor / top discharged units. Units
with top discharge shall be designed for required sta c pressure as per actual duc ng arrangement.

The units should be equipped with direct driven backward curved plug fans with electronically
commutated brushless motors suitable for 415 ± 10% V, 3 Phase, 50 Hz AC supply. The motor’s high
efficiently should make for less energy absorp on, especially at par al loads and during star ng. The motor
shall be of IP 54 or IP 55 grade. The fan shallbe directly coupled having a maximum speed of 1400 p.m. The
fan speed shall be controlled through microprocessor panel based on temperature & humidity set points.
Fanmotor assembly shall be sta cally and hydraulically balanced and designed for quite opera on.

7.3.8 Humidifier & Heaters

The humidifier and heaters shall be a built-in feature in each machine individually. Humidifica on shall be
provided by boiling water in steam generator/infrared humidifiers. The steam shall be evenly distributed
into the supply air stream of the Air Condi oning Unit.The humidifier shall be self-cleaning and capable of
delivering variable capacity steam from30 % to 100% of its total capacity with help of microprocessor. The
humidifier shall be fullyserviceable with replaceable electrodes. Wastewater shall be flushed from the
humidifier by ini a on of water supply valve via U-trap. The microprocessor should be able to displaythe
current drawn and actual steam output in the microprocessor.

Heater should be of minimum two stages & hea ng circuit shall include dual safety protec on through loss
of air and manual reset high temperature controls.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 198

Electric strip heaters shall be of the low temperature totally enclosed strip type fi ed with radia on fins
and suitable for opera ng at black heat. If overhea ng occurs, a safety thermostat should cut off the
voltage supply to the heaters and triggers an alarm. Microprocessor should be able to control the
humidifica on and hea ng through suitable sensors.

7.3.9 Filters

Each unit shall be provided with a factory assembled filter sec on containing washable synthetic type air
filters having anodized GI/aluminum frame. The media shall be supportedwith HDPE mesh on one side and
aluminum mesh on other side. Filter banks shall be easily accessible and designed for easy withdrawal and
renewal of filter cells. Filter framework shall be fully sealed and constructed either from aluminum alloy or
GI powder coated. Filter banks face veloci es shall not exceed 150 Mt. / minute. The filter shall be suitable
for high efficiency dust filtra on of minimum MERV 8 / EU4.

7.3.10 Refrigerant Piping & Controls

Refrigerant piping and fi ngs within the unit shall be of copper and valves shall be of brass/ gunmetal
construc on. Piping thickness shall be designed based on type of refrigerant and superheated gas pressure
at full load, corresponding to ambient dry bulb temperatureof 52ºC.

The refrigera on system shall be of the Single/Mul ple circuit direct expansion type and incorporate
herme c scroll compressors. The system shall include a manual reset high pressure control; auto reset low
pressure switch, safety valve, and charging/access ports in each circuit.

Each refrigerant circuit shall include the following items:

a) Electronic Expansion Valve with transducers to enable display of Discharge, Suc on Pressures
along with Superheat on the microprocessor.
b) Liquid line drier / filter.
c) Liquid Line Sight Glass with Moisture indicator.
d) Hand shut off valves / Shredder valves.
e) Liquid line receiver.
f) Liquid Line Solenoid Valve for intercep on of Liquid Refrigerant

The serviceable / removable components shall have union connec on for easily removal / assembly.

All external pipe work shall be carried out with 18G refrigerant quality copper tube andwhere bends are
required; the same shall be completed using either a proprietary bending tool or radius fi ngs.

7.3.11 Air Cooled Condenser

Each condenser unit shall consist of a heat rejec ng coil block constructed from copper tubes expanded
on to straight aluminum fins. The coil shall be factory epoxy coated for protec on against corrosive
environment.

The fan shall be selected for low-speed quiet opera on. The fan shall be directly driven bya motor of speed
not exceeding 1000 RPM and constructed from sheet and cast aluminum. When compressor stops
condenser fan shall also stop a er a suitable me delay.

The fan should be complete with an automa c stepless fan speed controller to maintain constant head
under varying ambient condi ons. The housing for fan speed controller & isolator shall be of IP 65 grade.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 199

The condenser shall be flexible for moun ng in both horizontal and ver cal posi ons. The en re assembly

shall be supported by a corrosion treated frame having four legs.

7.3.12 Electrical System

The electrical power system shall confirm to relevant IS standard. A main isolator (MCB) shall be provided
by the side of each unit, sized to meet the system total power requirement.

Within the panel individual power loads shall be distributed equally across the three phases.

All individual wires shall be of cross-linked polythene insulated, armoured Copper cabling, with a low
smoke and flame sheath (XLPE/SWA/LSF) and color coded or shall be numbered at their point of
termina on to facilitate servicing. Low voltage control wiring andpower wiring shall be segregated from
each other.

The following shall be incorporated:

 Contactors for automa c Micro Processor Control


 Single phase preventers
 Separate overload preventer for all individual components.

7.3.13 Safety Controls

Following minimum safety controls shall be provided for each unit:

 High pressure trip - Manual reset (for each compressor)

 Low pressure trip - Manual reset (for each compressor)

7.3.14 Safety Interlocks

Opera on of heaters & humidifier shall be possible only when blower fan is in opera on.Condenser fan

shall stop a er a suitable me delay on Compressor’s stopping.

7.3.15 Microprocessor Controls

Following informa on shall be available on the display on the units.

a) Room temperature and humidity.


b) Supply fan working status
c) Compressor working status
d) Condenser fans working status.
e) Electric heaters working status
f) Humidifier working status.
g) Manual / Auto unit status.
h) Clogged Filter status
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 200

i) Temperature set point.


j) Humidity set point.
k) Working hours of main component i.e. compressors, fans, humidifier etc.
l) Unit working hours.
m) Current date and me.
n) Type of alarm (with automa c reset or block)
o) The last 100 intervened alarms.
The microprocessor shall be able to perform following func ons:

a) Tes ng of the working of display system.


b) Password for unit calibra on values modifica on.
c) Automa c re-start of program.
d) Cooling capacity control.
e) Compressor star ng mer.
f) Humidifier capacity limita on.
g) Date and me of last 100 intervened alarm.
h) Start / Stop status storage.
i) Random star ng of the unit.
j) Outlet for the connec on to remote system.
k) Temperature and humidity set point calibra on.
l) Delay of General Alarm ac va on.
m) Alarm calibra on.

7.3.16 Pain ng

Units shall be factory finished with durable alkyd spray enamel. Shop coats of paint that have become
marred during shipment or erec on shall be cleaned off with mineral spirits,then coated with enamel paint
to match the finish over the adjoining shop-painted surface.

7.3.17 Performance Ra ng

The unit shall be selected for the lowest opera ng noise level (65 dBA at 3m). Capacity ra ng and power
consump on with opera ng points clearly indicated shall be submi ed with the tenders and verified at
the me of tes ng and commissioning of the installa on. For site verifica on of working of humidifica on
/ dehumidifica on systems, set point RH shall be changed below / above (respec vely) actual RH. Similar
procedure shall be adopted for temperature control system. Test report shall indicate selected set point for
RHand temperature and achieved values of these process variables a er humidifica on / dehumidifica on
cycles are ac vated.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 201

7.4 VENTILATION FANS

7.4.1 Scope of Work

The specifica on for supplies & exhaust air blowers for mechanical ven la on covers the design requirement,
construc onal feature, supply, installa on, tes ng & commissioning.

 This Sec on specifies the manufacture and installa on of all ven la on fans as shown on Drawings.
 The fan external total pressure resistance figures specified on the Equipment Schedules and/or
Drawings is for guidance and informa on only and are calculated based on assumed resistance figures
of equipment. The exact fan total pressure based on the duct run and the offered equipment shall be
carefully checked and re-calculated for each fan before ordering the equipment. Calcula on shall be
submi ed for Approval. No modifica on to the ductwork system shall be allowed without prior
Approval. Any addi onal cost for the modifica on of the system (fans, motors, switchgears, cables,
panel boards, switchboards, etc.) necessary to meet the specified du es, spa al condi ons and the
offered equipment shall be provided at no extra cost to the Employer.
 Allowance shall be made for the effects on fan performance of all installa on condi ons including
coils, eliminators, sound a enuator, plenums, enclosures, inlet and discharge arrangements so that
actual installed fan performance equals that specified.
 Proprietary bell mouth and wire guard shall be provided for fans without ductwork connec on. Bell
mouth is not required for propeller fans.

7.4.2 QUALITY CONTROL


a. Reference Codes and Standards
i. AMCA Standard 210: Laboratory Methods of Tes ng Fans for Ra ng
ii. BS 848: Fans for General Purposes
iii. IS / IS / IEC 60034 for design, performance and efficiency of motors
iv. ISO 5801: Industrial Fans – Performance Tes ng using Standardized Airways
b. Codes and regula ons of the jurisdic onal authori es.
c. All fans, drives and accessories shall be designed, constructed, rated and tested in accordance
with the recommenda ons and standards of AMCA / ISO.
d. Fan tests shall conform to the requirements of AMCA Standard 210 or ISO 5801 or to an
Approved equal standard.
e. Sound ra ngs shall conform to AMCA standard test code for sound ra ng of air moving
devices or BS 848: Part 2.

7.4.3 Type
The blower shall be of Tube Axial Flow fans / Centrifugal Fans / Inline fans / Propeller Fans with or without
duc ng system & shall be of floor mounted / ceiling hung type.

7.4.4 Capacity
The capacity of Tube Axial Flow fans / Centrifugal Fans / Inline fans / Propeller Fans, diameter, maximum
motor H.P & sta c pressure etc. shall be according to schedule of quan es.

7.4.5 Technical and installa on requirements

a) Fans shall have non-overloading characteris c, except for forward curved centrifugal, over their en re
opera ng range. The characteris c curves shall be such that the fan opera ng point falls between the
no flow sta c pressure and the maximum mechanical efficiency. The fan characteris c shall also be
such that for a 15 % increase in total pressure over the specified value, the fan shall deliver not less
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 202

than 85 % of the specified air volume flow rate. The stability of fan opera on shall not be affected
under such situa on.
b) All axial flow fans with nominal ra ng above 7.5 kW shall have a minimum efficiency of 70%. The
manufacturer ‘s best efficient fans shall be selected through manufacturer ‘so ware by engineer in
charge during approval.
c) Each fan unit including motor and drive shall be supplied from the manufacturer as a completely
factory-assembled package and all guarantees and test cer ficates shall be deemed to apply to the
en re assembly.
d) All fans shall be capable of withstanding the pressures and stresses developed during con nuous
opera on at the selected duty. Addi onally, all belt driven fans shall be capable of running
con nuously at 15% in excess of the selected fan Capacity.
e) Li ing eye/Flanges shall be provided on all centrifugal and axial fans.
f) All fans shall be sta cally and dynamically balanced.
g) All centrifugal fan sha s shall have the ends drilled to receive a tachometer.
h) Motor speed shall not exceed 1495 rpm unless otherwise specified.
i) Nominal motor nameplate ra ng shall be higher than the peak opera ng power of the selected fan
curve for non-overloading characteris c. The motor ra ng shall be a minimum of 15% higher than
the motor opera ng point at design condi ons unless otherwise specified.
j) All fans and motors offered shall be of minimum vibra on and noise level during opera on. Should
the vibra on and noise level be excessive and not within acceptable standards, addi onal vibra on
isola on and sound a enua on shall be provided at no extra cost to the Employer to the sa sfac on
of the Engineer.
k) All fans are required to be hot dip galvanized.

7.4.6 Axial Flow (Vane/Tube Axial) Fans

The Exhaust/Supply air blower shall be Direct Driven Areo-foil shaped Vane/Tube Axial Flow fans connected
to the duct & shall be of floor / ceiling / wall mounted type as specified in the Bill of Quan es. The capacity
of Vane/tube axial flow fans, diameter, maximum motor H.P & sta c pressure etc. shall be according to
schedule of equipment & Bill of Quan es. The noise level of axial fan shall be less than 78 dba at a distance
of 3.0 meter from the fan. The Maximum fan outlet velocity is 10.0 m/s & 12.5 m/s for Normal & fire condi on
respec vely.

The cylindrical casing should be made from welded carbon steel sheet. The inlet & outlet of the casing shall
be fi ed with matching flanges for ductwork connec on & other accessories as required. The surface finish
shall be epoxy coated.

 Inspec on doors or sight ports to enable direc on of rota on to be established and shall be provided
on the cones.
 Terminal boxes welded to the casing shall be provided for electrical connec on using metallic flexible
conduits to fan motor complying with BS 4999: Part 20 for dust and weatherproof condi ons.
 Grease nipples if required, shall be brought to the outside of the casing in the most accessible posi on
and fi ed with lubrica on tube made of copper or other Approved material.
 Gasketed access doors shall be provided in each fan housing or connec ng ductwork, suitable for
access to adjust or replace blades. For smoke extrac on fans, the gaskets shall be suitable for
con nuous opera on in an air stream temperature of 250 °C for not less than two hours.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 203

Fan shall be complete with motor, motor mount, belt driven (or direct driven) and vibra onisola on
type, suspension arrangement as per approved for construc on shop drawings.

a. Casing: shall be constructed of heavy gauge sheet steel. Fan casing, motor mount and
straightening vane shall be of welded steel construc on. Motor moun ng plateshall be of
structural steel thickness as per OEM standards capable to handle theweight of the motor
and properly machined to receive the flange.
An inspec on door with handle and neoprene gasket shall be provided. Casing shall have
flanged connec on on both ends for ducted applica ons. Fan casing are with internal
punched inlet and outlet flanges to prevent air leakage, for size upto 1600 mm dia and shall
be constructed of rolled steel with a con nuous seamwelded. Support brackets for ceiling
suspension shall be welded/bolted to the casing for connec on to hanger bolts.
Straightening vanes shall be aerodynamically designed for maximum efficiency by conver ng
velocity pressureto sta c pressure poten al and minimizing turbulence. Casing shall be hot
dip galvanized with minimum 220 GSM zinc coa ng.

b. Rotor: hub and blades shall be cast aluminum /aluminum alloy construc on. Blades shall be
die-formed aero foil shaped for maximum efficiency and shall varyin twist and width from
hub to p to effect equal air distribu on along the blade length. Rotor shall be sta cally and
dynamically balanced. Extended grease leadsfor external lubrica on shall be provided. Taper
lock bushing shall be used to mount the propeller to the motor sha . The impeller and fan
casing shall be carefully matched and shall have precise running tolerances for maximum
performance and opera ng efficiency.

c. Motor: shall be energy efficient IE 3 ( as per IS 12615) squirrel-cage, totally- enclosed, fan
cooled, standard frame, constant speed, con nuous duty, single winding, suitable for 415±10%
volts, 50 cycles, 3 phase AC power supply, provided with class `F’ insula on. Motor shall be
specially designed for quiet opera on. For lowest sound level, fan shall be selected for
maximum efficiency or minimum horsepower. Fan total efficiency should not be less than 70
%. Sound level for fresh air fans should not be more than 70 Dba @ 3mtr distance and for
pressuriza on fans should not be more than 85 Dba@ 3mtr under hemispherical reverberant
room condi ons. Motor conduit box shall be mounted on exterior of fan casing, and lead
wires from the motor to the conduit box shall be protected from the air stream by enclosing
in a flexible metal conduit.

d. Drive: to fan shall be direct.

e. Vibra on Isola on: The assembly of fan and motor shall be suspended from the slab by
vibra on isola on suspension of heavy-duty spring isolators type.

f. Accessories: The following accessories shall be provided with all fans:


i. Outlet cone for sta c pressure regain.
ii. Inlet cone.

Fans shall be factory assembled and shipped with all accessories.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 204

Axial Flow Fan shall be AMCA cer fied for Air and Sound performance in accordance to AMCA 210
and AMCA 300. Fan shall be suitable for both indoor and outdoor applica on with all accessories.
Base fan performance shall be at standard conditions. (Density 1.2 Kg/Cu.mt.)/ actual al tude
condi ons. AMCA sealshall appear in the technical submi al of fan.

7.4.7 Axial Flow Fan (For fire, Smoke and heat exhaust)

Fan shall be suitable for moun ng in duct or wall / floor / slab as required. Fan shall be complete with
motor, motor mount, (or direct driven) and vibra on isola on type, suspension arrangement as per
approved for approved shop drawings.

a. Casing: shall be constructed of heavy gage sheet steel and shall withstand minimum of 250 deg.C
for minimum 2 hrs. Fan casing, motor mount and straightening vane shall be of welded steel
construc on. Motor moun ng plate shall be of structural steel thickness as per OEM standards
and suitable to handle the weight of the motor and propeller, machined to receive motor flange.

An inspec on door with handle and neoprene gasket shall be provided. Casing shall have flanged
connec on on both ends for ducted applica ons. Fan casing are with internal punched inlet and
outlet flanges to prevent air leakage, for size upto 1600 mmdia and shall be constructed of rolled
steel with a con nuous seam welded confirmingto UL standards. Support brackets for ceiling
suspension shall be welded to the casingfor connec on to hanger bolts. Straightening vanes shall
be aerodynamically designed for maximum efficiency by conver ng velocity pressure to sta c
pressure poten al andminimizing turbulence. Casing shall be hot dip galvanized with minimum
220 GSM zinccoa ng.

b. Rotor: hub and blades shall be cast aluminum /aluminum alloy construc on and shallwithstand
minimum temperature of 250 deg for a minimum of 2 hrs. Blades shall be die-formed aero foil
shaped for maximum efficiency and shall vary in twist and width from hub to p to effect equal
air distribu on along the blade length. Rotor shall be sta cally and dynamically balanced.
Extended grease leads for external lubrica on shall be provided for sizes above 180. Taper lock
bushing shall be used to mount the propeller to the motor sha . The impeller and fan casing
shall be carefully matched and shall have precise running tolerances for maximum performance
and opera ng efficiency.

c. Motor: shall be energy efficient IE3 (as per IS 12615) squirrel-cage, totally- enclosed, fan cooled,
standard frame, constant speed, con nuous duty, single winding,suitable for 415±10% volts, 50
cycles, 3 phase AC power supply, provided with class

`H’ smoke spill insula on. Motor shall be specially designed for quiet opera on. Fan total
efficiency should not be less than 70%. Sound level for normal exhaust air fans should not be
more than 75 dBA @ 3mtr and for smoke spill exhaust fans should not be more than 85 Dba @ 3
mtr under hemi spherical reverberant room condi ons. All high temperature fans should be
either EN 12101 -3 or UL listed for high temperature(UL power and smoke ven la on listed) for
minimum of 250 deg. For minimum 2 hrs. and should be UL or CE labelled. Motor conduit box
shall be mounted on exterior of the fan casing and lead wires from motor to the conduit box shall
be protected from theair stream by enclosing in the flexible metal conduit/vane. Motor shall have
minimum efficiency of IE 2
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 205

d. Drive: Fan shall be provided through direct.

e. Vibra on Isola on: The assembly of fan and motor shall be suspended from the slab by vibra on
isola on suspension of heavy-duty spring isolators type.

f. Accessories: The following accessories shall be provided with all fans:

i. Outlet cone for sta c pressure regain.


ii. Inlet cone.

Fans shall be factory assembled and shipped with all accessories confirming to UL standards.

All high temperature fan assembly (fan, impeller, fan casing, motor base frame along withmotor) to
be used for fire applications shall bear the certification/listing of UL/CE (in addi on of being AMCA
cer fied for sound and air performance) confirming to UL standard for “Power Ven la on for smoke
control system” or EN 12101-3-2002 smoke and heat control system specifica on for power and
smoke ven la on.

Axial Flow Fan shall be AMCA cer fied for Air and Sound performance in accordanceto AMCA
210 & AMCA 300 for both indoor and outdoor applica on with all accessories. Base fan performance
shall be at standard condi ons (density 1.2 Kg/Cu.mt.)/actual al tude condi ons.

7.4.8 MISCELLANEOUS:

 Smoke Extrac on fans have driven motors shall be of class H insula on. Except smoke extrac on fans
and unless otherwise specified, drive motors shall be of class F insula on (BS 4999 and BS 2757)
totally enclosed type and rated for con nuous opera on in ambient temperature of 50 °C.
Performance and ra ng shall comply with BS 5000 and IEC 34- 1 with protec on to IP55. All motors
shall be of efficiency class IE-3.
 Factory bell mouth shall be provided where no duct connec on is required. Fans shall be fi ed with
bell mouth inlets. Flow cores and bell mouth inlets shall be fabricated in steel and provided with
flanges drilled and rigidly bolted to the fans.
 Provide wire guards on fan outlet/inlet not connected to ductwork and shall be made freely
accessible for maintenance.
 Fans shall be provided with moun ng feet and spring isolators.
 The bearing life of the fan motor assembly shall be of 40,000 hours (L-10 life).
 Sta onary, curved guide vanes shall be located on the outlet side of the fan to straighten the mo on
of the air leaving the blades to improve opera ng efficiency if required.
 For smoke extrac on fan, adequate clearance shall be provided between blade ps and housing at
all points to allow for expansion and contrac on over a con nuous opera on in an air stream
temperature range from 0°C to 250 °C without developing interference to the specified flow capacity.
The fabrica on/shop drawings shall show the clearance at over a con nuous opera on in an air
stream temperature range from 0 °C to 250 °C as well as any point of minimum clearance in between.
The motors in case of smoke extrac on fans shall be fire rated for 250°C, 2 hours.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 206

7.4.9 Centrifugal Fans

The Centrifugal blowers shall be forward/backward curved double / single inlet, double / single width, as
given in the BOQ & of non-overloading type of suitable construc on. The blower performance must be rated
in accordance with approved test codes and procedures. The centrifugal fans should confirm to IS – 4894 –
1987 (Revised as on date).

FAN CASING:

Fan casing shall be of sheet steel construc on adequately s ffened and braced and shall be en rely free from
vibra on or drumming during normal opera on. The steel required to be galvanized / hot dip galvanized.

The blower housing comprising of scroll & side plates shall be accurately cut of heavy gauge all welded
sec onal construc on and reinforced with angle bracings. Outlets shall be flanged to assure proper duct
connec on. Inlet cones shall be spun venturi type, to ensure smooth air entry. The base frame shall be angle
iron in bolted / welded construc on.

All fans with an inlet eye diameter exceeding 300mm shall have a bolted access door on the scroll for access
purposes. The size of access panels shall be such as to facilitate cleaning and maintenance of the impeller.

Drain sockets or holes with drain pipe brought out to an accessible point, valved and plugged, shall be
provided.

Fan casings shall be fi ed with flanges on the outlet connec on suitable for connec on of discharge ductwork
and flexible connec ons as shown on the Drawings.

Where the inlet side of the fan is connected to ductwork, matching flanges for connec on of flexible
connec ons shall be provided

Inspec on doors or sight ports to enable direc on of rota on to be established shall be provided

IMPELLER:

Impeller shall be fabricated from sheet steel with backward / forward curved, properly designed blades, with
heavy C.I. Hub and shall be both dynamically and sta cally balanced, to a close tolerance for quiet and
vibra on free performance. Sha shall be hot rolled steel or forged steel, sized adequately, but in no case or
less than 40 mm diameter and shall be accurately ground and polished to a close tolerance. Bearings shall be
self-aligned, heavy-duty ball or tapered roller type with integral dust and grease seals. A er assembly, the
complete fan shall be painted with rust proof and two coats of synthe c enamel paint. Fan having wheel
diameter of 1220 mm or more, shall be supplied with split, bolted housing for convenience of handling and
installa on.

 Impellers shall be double inlet, double width or single inlet, single width as shown on the
Equipment Schedule and/or Drawings and shall be mounted on substan al hubs.
 Fan impellers shall be backward/forward sloping blades as specified on the Equipment
Schedule and/or Drawings.
 Impellers shall be rigidly fixed to solid bright steel sha s adequately sized and propor oned
to ensure that the maximum opera ng speed is not more than 60% of the first cri cal speed.
The sha shall be protected by reliable an -rust coa ng.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 207

 Impellers shall be of steel, electro-galvanized a er fabrica on (or aluminum where


indicated), of riveted or welded construc on, with spiders or hubs, of robust design and shall
be capable of running con nuously at 15% in excess of normal speed.
 All forward curved fans shall be selected for use with speed not exceeding 1200rpm and
backward curved fans shall be selected not to exceed 2000rpm, unless otherwise specified.

MOTOR:

Drive assembly for each blower shall consist of blower pulley, motor pulley, and a set of ‘V’ belts, belt guards,
and belt tension adjus ng devices. Pulleys shall be selected to provide the required speed. They shall be
mul -groove type, with sec on and grooves selected to transmit 33% more load than the required power
and shall be sta cally balanced. The belt guards shall be of M.S. sheet with angle iron reinforcements and
expanded metal screen. The fan motors shall be 415±10% volts 50HZ ± 5%, 3 phase TEFC SQ. Cage induc on
motor. The motor shall be specially designed for quiet opera on & motor RPM shall be as given in Bill of
Quan es.

Centrifugal fans consuming more than 7.5kW at the fan sha shall be of the backward bladed type having a
fan total efficiency not less than 80%. Centrifugal fans with sha power exceeding 15kW shall be of the aero
foil backward curve type.

MISCELLANEOUS:

 Unless otherwise specified, drive motors to Class F insula on shall be totally enclosed and rated for
con nuous opera on in an ambient temperature of 50°C. Performance and ra ng shall comply with
IEC 60034. All motors shall be of efficiency class IE-3.
 The fan and motor shall be mounted on rigid galvanized steel channel base. Provide slide rails for
adjustable moun ng of motors.
 The driven V-belt shall be rated at 150% of the opera ng motor power input. Provide adjustable
sheaves on the motor, capable of 20% adjustment in fan speed, with the design fan capacity se ling
at approximately the midpoint of the adjustment. Belt speed shall not exceed 25m/s.
 Type of V-belt shall be in accordance with the "Standards for Light-duty or Frac onal-Horsepower V-
Belts" of Rubber Manufacturers Associa on.
 Belt guards shall be of heavy gauge steel framing with expended mesh screen.
 All belt guards shall have access openings at the sha ends to enable tachometer readings to be
taken.
 Vibra on isolators shall be provided in accordance with "Acous c Treatment and Vibra on Control"
sec onof this M&W Specifica on.
 The sha s shall be carried in ring lubricated self-aligning sleeve bearings for sha s of 150mm
diameter and larger. Each bearing shall have large oil storage capacity to ensure efficient lubrica on.
On sha s of sizes smaller than 150mm diameter, grease lubricated self-aligning ball bearings
resiliently mounted to reduce noise transmission shall be used.
 The sha s shall be extended beyond the drive-side bearing and keyed for overhung pulley in all cases.
 The bearing life of the fan motor assembly shall be of 40,000 hours (L-10 life).

7.4.10 Propeller Fan


The Propeller Fan blades shall be pressed steel of aero foil design for high fan efficiency and sta c
pressure. The blades shall be riveted to a central steel hub. The motor and blades assembly shall be
mounted in a cast iron / sheet steel frame with steel brackets. Rubber mounts shall be provided
between the moun ng frames and brackets. The fan motor shall be totally enclosed type.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 208

 The impeller shall be designed to give maximum volume with minimum noise level and minimum
power consump on and shall be made of steel or aluminum alloy. The hub shall be steel with grey
stove epoxy finish or aluminum alloy. The fan shall be complete with an -vibra on mount.
 The motor shall be dust and moisture protected to IP54 and of a totally enclosed construc on with
permanently lubricated ball bearings suitable for running in ambient temperatures of up to 50°C and
rela ve humidity of up to 100%.
 Wire guards made of heavy gauge steel wire or rod with all joints and crossings welded and shall be
fi ed to impeller side or motor side or both where appropriate.
 Propeller fans shall be diaphragm mounted on not less than 3mm thick steel moun ng plate with
stove epoxy grey finishes.
 Provided with seal permanently lubricated bearings.
 With p speed not exceeding 10.0m/s

7.4.11 In-Line Fans


Inline fans shall be complete with centrifugal impeller, casing, direct driven motor, vibra on
isolators, direc on of discharge and rota on posi on shall be as per the job requirement and shall
be marked on the fan assembly. Housing shall be constructed of hot rolled GSS sheet metal
construc on. Housing metal parts shall be either spot-welded or screwed or mounted together with
rivets. Indica on showing rota on arrow and make, model number and duty condi ons of the fan
shall be available on the housing. Fan wheel shall be forward curved type, sta cally and dynamically
balanced. The fan shall be provided with ball bearings can be used in any moun ng posi on at
maximum indicated temperature.

7.4.12 Installa on

 All belts, pulleys, chains, gears, couplings, projec ng set screws, keys and other rota ng parts shall
be adequately guarded so that any person can safely come in close proximity thereto.
 Fit fans and appurtenances to the space provided and make readily serviceable.
 Provide support beams, support legs, pla orms, hangers and anchor bolts required for the proper
installa on of equipment as shown on the Drawings or as recommended by the manufacturer and
Approved by the Engineer.
 Provide permanently a ached li ing eyes of sufficient number for on Site installa on and future
dismoun ng of fan units.
 Provide factory inlet bells and other accessories for fan units as shown on the Drawings or otherwise
required for a complete and efficient installa on.
 Where corrosion can occur, appropriate corrosion resistance materials and installa on methods shall
be used including isola on of dissimilar metals against galvanic interac on.
 Thoroughly clean the en re system before installing filters or opera ng the fans.
 For systems containing filters, install filters and permanently seal the filter frame air- ght before
opera ng the fans. Replace all dirty filters and filter media before handing over the system to the
Employer.
 Means of protec on against overcurrent in the motor shall be incorporated in the control equipment
when the motor ra ng exceeds 0.37 kW.
 A hole in the blanking off plate shall be provided for the cables leading to the fans. The hole shall be
sealed around the cables with material suitable for sealing the hole effec vely and con nuously
exposed to an air stream temperature of 250 °C for not less than 2 hours ra ng if the fans are used
for smoke extrac on.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 209

END OF FAN SPECIFICATION

DATA SHEET FOR AXIAL FLOW FANS


Type Vane/Tube Axial (Long Casing Type)
Reference Code / Standard AMCA 210, ISO5801, BS848
Capacity As per BOQ
Flow Unidirec onal
Noise 78 dBA at 3.0 meter
Total Pressure As per BOQ
FAN
Blade Aerofoil Construc on, Dynamically Balanced
Material Aluminum alloy
Bearings Totally sealed type Ball Bearing
Hub Cast Aluminium Alloy
Casing Rolled Steel Sheet, Heavy Gauge
Sha Solid Steel
Moun ng Sha Key And Posi ve Locking Device
Drive Arrangement Direct Drive
Motor
Type TEFC, IE-2, Induc on Motor, Con nuous Duty
Design As Per IEC 60034
Three Phase, 415 V, 50 Hz, AC Power Supply IP 55
Power Supply
Protected
Moun ng Arrangement Suitable Bracket For Ceiling Suspension
Li ing Eye At Suitable Loca on And Number or as per
Li ing Arrangement
manufacturer standard.
Synthe c Paint (Not required in case of 275 GSM or
Paint
above, as per standard)
1. Li ing eyes / Flanges shall be provided for the li ing of fans.
2. Should be provided for spring isolators & to install fans as per manufacturer
standard.
3. Flanges on the fans have sufficient strength to li the fans.
4. Fans shall be provided with Flexible connec ons(Fire Rated in case of Fire Rated)
with spring washers on both the side.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 210

7.5 SENSORS

7.5.1 CO SENSOR
Scope of Work

The scope of this sec on comprises the supply, installa on, tes ng & commissioning of CO Sensor for
basement Car Park Ven la on in auto mode conforming to these specifica ons and in accordance with Bill of
Quan es.

Carbon monoxide

CO sensors shall be installed to monitor air quality in the Car parking area during opera onal hours. CO
sensors shall be connected with various Fans through in built PLC controller and Fire alarm Panel/BMS, which
synchronies the air flow as per the requirement guided by CO sensors.

 On the basis of the CO level detected. Each zone shall be provided with various independent CO
sensors, the numbers of CO sensors depends upon area of zone.
 The sensor, PLC controller and all components shall be mounted in one neat and compact case,
suitable for wall moun ng. The indica on light shall be mounted on the cover of the case, if surface
mounted. All components shall be factory mounted.
 The sensors shall be mounted on walls or columns at 1600 to 1800 mm above FFL. The sensors shall
be evenly spaced throughout the zones so that the minimum numbers of sensors per zone are
u lized.
 Sensors shall not be installed directly in front of air inlets. Each sensor shall be wired directly to the
control panel housing the PLC controller
 The controller shall provide 4 to 20 mA or 0 to 10 volts DC output signal.
 The controller shall be capable of interfacing with BMS/Fire alarm panel as available.
 Sensor should not be cross-sensi ve or respond to other ambient gases, including gases like SO2,
acetone, ammonia, Nitrogen dioxide, Hydrogen Sulphide.
 Sensor must have reverse polarity and short circuit protec on along with over-flooding protec on.
 It should have auto recovery to zero point with replaceable sensor cell.

CONTROL PHILOSOPHY AND LOGIC

To monitor Carbon Monoxide (CO) levels and control ven la on inside the basement area.

The basement is divided in various zones and each zone is having various ven la on fans. Each zone will have
5 nos. CO sensors to monitor the CO levels. In normal CO levels, below the defined threshold, normal
Ven la on fans will remain in stop condi on. As soon as the CO levels monitored by any of these CO sensors
in a zone exceed the defined threshold, PLC will give the Start command to the both normal ven la on fans
of that zone. Fan Run status will be monitored by electrical panel output to ensure the correct condi on and
proper opera on of ven la on fans.

SPECIFICATIONS

The CO sensors shall be suitable for wall moun ng include the following features:

 Sensor Range 0 to 300 ppm


 Analog output 4 to 20 mA / 0-1OVDC
 Low Voltage opera on 24 VAC / VDC
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 211

 Sensor Type Electro-chemical with no cross sensi vity


 Sensor life Min. 5 years (with replaceable sensor cell)
 Stability & resolu on ± 5 ppm
 Sensor Coverage Minimum 500 sqm (field condi ons)
 Working temperature -10°C to + 50°C
 Sensor should have enclosure flammability in accordance to UL746C 5V & should have minimum IP54
protected housing with provision of dust and moisture protec on.

SCHEDULE OF TECHNICAL DATA

A. CO Sensor

i. Make and Model


ii. Type
iii. Range
iv. Accuracy:
v. Output signal:
vi. Power supply:
vii. Sensor life expectancy
viii. Coverage area:
ix. Response me:
x. Warm-up me
xi. Protec on class:
xii. Opera ng temperature
xiii. Opera ng Humidity.
xiv. Storage temperature
xv. Storage Humidity

7.5.2 H2 Sensors
Scope of Work

The scope of this sec on comprises the supply, installa on, tes ng & commissioning of H2 Sensor for Ba ery
Room in auto mode conforming to these specifica ons and in accordance with Bill of Quan es.

Lead-acid ba eries will emit minute quan es of hydrogen as a by-product of their charging cycle, it is crucial
to monitor the area employing a hydrogen gas detector. Hydrogen is explosive at 4% by volume in air and
ba ery storage areas are usually in confined areas.

Hydrogen is produced during ba ery charging, which is a constant phenomenon unless there is a power
outage. The Uniform Fire Code and the Interna onal Fire Code and others permit Hydrogen levels as high as
1% by volume or 25% of the lower explosion limit.

CONTROL PHILOSOPHY

When this sensor is exposed to a hydrogen-containing atmosphere, the hydrogen atoms diffused to the
interface between metal and insulator can form a dipole layer and thus change the gate voltage, which finally
results in the varia on of measured voltage signal corresponding to the hydrogen concentra on.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 212

Hydrogen gas being lighter than air, generally tends to accumulate at the top areas. Hence, Hydrogen gas
detectors are fi ed at the highest, dra -free loca on in the ba ery compartment i.e. 3 feet from ceiling.

The H2 sensors shall be suitable for wall moun ng include the following features:

 Reverse polarity protected, overload and short circuit proof


 Sensor element-cataly c bead sensor.
 Sensor Range-0-100 % Lower Explosive limit (LEL)
 Analog output 4 to 20 mA / 2-1OVDC
 Low Voltage opera on 24 VAC / VDC
 Sensor life Min. 5 years (with replaceable sensor cell)
 Flammability 94:V2
 Working temperature -30°C to + 60°C
 Humidity Range-0-95%
 Pressure range-90-110pa
 Oxygen concentra on-21% standard-18.5% minimum level.
 Sensor should have enclosure flammability in accordance to NFPA 855 & should have minimum IP65
protected housing with provision of dust and moisture protec on.

SCHEDULE OF TECHNICAL DATA

B. Sensor

xvi. Make and Model


xvii. Type
xviii. Range
xix. Accuracy:
xx. Output signal:
xxi. Power supply:
xxii. Sensor life expectancy
xxiii. Coverage area:
xxiv. Response me:
xxv. Warm-up me
xxvi. Protec on class:
xxvii. Opera ng temperature
xxviii. Opera ng Humidity.
xxix. Storage temperature
xxx. Storage Humidity

END OF SENSORS SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 213

7.6 AIR DISTRIBUTION

Scope of Works

The scope of this sec on comprises supply, fabrica on, installa on & tes ng of all sheet metal GI ducts as
well as supply, installa on, tes ng & balancing of all grills, diffusers & other accessories in accordance with
these specifica on & Schedule of Quan es.

All ductwork and distribu on accessories delivered to Site shall be new and indelibly stamped to
iden fy different grades, materials and manufacturers.
 Provide all ductwork, diffusers, registers, dampers and grilles generally in accordance with the
Drawings to be performed during final design stage.
 Diffusers, registers and grilles shall be selected to meet the requirements of noise control as described
elsewhere in this Specifica on.
Quality control

 Relevant Codes and Standards


 HVCA, DW/144: Specifica on for Sheet Metal Ductwork, Low, Medium and High Pressure/Velocity Air
Systems
 IS 277 : Galvanized steel sheets (plain and corrugated) - Specifica on
 BS 476: Fire Tests on Building Materials and Structures
 BS 729: Hot Dip Galvanized Coa ngs on Iron and Steel Ar cles
 UL 555: Fire Dampers
 UL 555S: Leakage Rated Dampers for Use in Smoke Control Systems
 SMACNA: HVAC Duct Construc on Standards, metal and Flexible and Rectangular Industrial Dust
Construc on Standards (Note: SMACNA standards shall be applied only if any part of the duct
installa on standards is not covered by DW/144).

7.6.1 SHEET MATEL DUCT (FACTORY FABRICATED DUCT)

RAW Materials

The duct shall be fabricated from Lock Forming Quality (LFO) grade galvanized steel sheets with 275 gms /
sq.m galvanizing (total coa ng on both sides) on the sheets.

All ducts wherever specified, shall be factory fabricated in box sec ons from G.I. con nuous coils with all
suitable joints, supports, sealing arrangements etc.

In addi on, if deemed necessary, samples of raw material, selected at random by owner’s site representa ve
shall be subject to approval and tested for thickness and zinc coa ng at contractor’s expense.

The G.I. raw material should be used in coil-form (instead of sheets) so as to limit the longitudinal joints at
the edges only irrespec ve of cross-sec on dimensions.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 214

Duct Connectors and Accessories

All transverse duct connectors (flanges/cleats) and accessories/related hardware are such as support systems
shall be zinc-coated (galvanized). The bolts for fixing of slip-on flange corners should be of SS.

Fabrica on Standards

All ductwork including straight sec ons, tapers, elbows, branches, show pieces, collars, terminal boxes and
other transforma on pieces must be factory-fabricated or by equivalent technology. Equivalency will require
fabrica on by u lizing the following machines and processes to provide the requisite quality of ducts and
speed of supply:

Coil lines to ensure loca on of longitudinal seams at corners/folded edges only to obtain the required duct
rigidity and low leakage characteris cs. No longitudinal seams permi ed along any face side of the duct.

All ducts, transforma on pieces and fi ngs to be made on CNC profile cu ers for required accuracy of
dimensions, loca on and dimensions of notches at the folding lines.

All edges to be machine treated using lock formers, flangers and roller for turning up edge.

Sealant dispensing equipment for applying built-in sealant in Pi sburgh lock where sealing of longitudinal
joints are specified.

Selec on Of G.I. Gauge and Transverse Connectors

Duct Construc on shall be in compliance with 2” (500 Pa) w.g. sta c norms as per DW144/SMACNA.

All transverse connectors shall be the 4-bolt slip – on flanges system or equivalent imported makes of similar
4-bolt systems with built-in sealant.

Non-toxic, AC-applica ons grade P.E. or PVC Gaske ng is required between all ma ng flanged joints. Gasket
sizes should conform to flange manufacturer’s specifica on. The sealant used at corner of the slip-on flanges
& that sealant should withstand 100 0C & same should be nontoxic.

DUCT CONSTRUCTION

The fabricated duct dimensions should be as per approved drawings and all connec ng sec ons are
dimensionally matched to avoid any gaps.

Dimensional Tolerances: All fabricated dimensions will be within +/- 1.0mm of specified dimension. To obtain
required perpendicularity, permissible diagonal tolerances shall be +/-mm per metre.

Each and every duct pieces should be iden fied by color coded s cker which shows specific part numbers,
job name, drawing number, duct sizes and gauge

Ducts shall be straight and smooth on the inside. Longitudinal seams shall be air ght and at corners only,
which shall be either Pi sburgh or Snap Bu on Punch as per DW144/SMACNA prac ce, to ensure air
ghtness

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 215

Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7). Turning vanes or air
spli ers shall be installed in all bends and duct collars designed to permit the air to make the turn without
appreciable turbulence

Plenums shall be shop/factory fabricated panel type and assembled at site.

The deflec on of transverse joints should be within specified limit for rectangular duct deflec on as per
DW144/SMACNA Standards.

Reinforcement of ducts shall be achieved by either cross breaking or straight beading depending on length of
ducts.

SUPPORT SYSTEM

A completely galvanized system consis ng of fully threaded rods, slo ed angles or double-L bo om brackets
(made out of 3.0 mm M.S. sheet) nuts, washers and anchor bolts as supplied by supplier or generally
conforming to SMACNA standards should be used. GI angle support system of adequate sizes shall also be
provided at the bends, joints in ver cal laying and wherever required as per site condi ons or as directed by
Engineer-in-charge.

NORMAL DUCT SUPPORT SYSTEM

Sr. Maximum Duct Hanger Interval (mm)


No. Size(mm) Rod Diameter
1 Up to-700 6mm 2400
2 701-1200 8mm 2400
3 1201-2000 10mm 2400
4 Above 2000 12mm 2400
As an alterna ve, slo ed galvanized brackets a ached to the top two bolts of the support system may also
be used as appropriate for the site condi on.

To provide the required thermal brake effect, Neoprene or equivalent material of suitable thickness shall be
used between duct supports and duct profiles in all supply air ducts not enclosed by return air plenums.

Fire rated duct works shall be fabricated with 18 G and suppor ng distance shall not exceed 1.2 Mtr with
6mm thick fire retardant gasket suitable for 250 deg C 2 hr shall be used in duct joints along with fire sealants.

All fire rated ducts shall be supported from the ceiling / slab/Wall by means of fully threaded GI rods with
M.S. slo ed double – C channel at the bo om. The rods shall be anchored to R.C. slab using metallic
expansion fasteners.

Fire rated duct support system shall be as per the fire rated manufacture recommenda on suitable to with
stand 250 Deg C for 2 Hours.

Support details shall be approved by Engineer In charge before installa on.

Installa on

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 216

The duct installa on shall conform to DW144/SMACNA norms. For duct assembly and installa on the use of
suitable tools and tackles should be used to give the required duct quality and speed of installa on including
(but not restricted to)

 Electric Pi sburgh Seamer –used for closing Pi sburgh joints


 Electric Sli ng shear – to make cut-outs
 Drilling machine with drill bits – for drilling holes in sheet metal work
 Hammer drill machine with drill bits – for drilling holes in building structures for anchors
 Hois ng system – for li ing the duct assembly upto moun ng heights

During the construc on, the contractor shall temporarily close duct openings with sheet metal covers to
prevent debris entering ducts and to maintain opening straight and square, as per direc on of engineer – In
– Charge.

Great care should be taken to ensure that the duc ng work does not extend outside and beyond height limits
as noted on the drawings.

All duct work shall be of high quality approved galvanized sheet steel guaranteed not to crack or peel on
bending or fabrica on of ducts. All joints shall be air ght and shall be made in the direc on of air flow.

The ducts shall be reinforced with structured members where necessary, and must be secured in place so as
to avoid vibra on of the duct on its support.

All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit the air
to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely fastened to
prevent noise of vibra on.

The duc ng work shall be varied in shape and posi on to fit actual condi ons at building site. All changes
shall be subjected to the approval of the engineer – In – Charge. The contractor shall verify all measurements
at site and shall no fy the engineer – In – Charge. The contractor shall verify all measurements at site and
shall no fy the engineer – In – Charge of any difficulty in carrying out his work before fabrica on.

Self adhesive sponge rubber / PVC gaskets of 6 mm maximum thickness shall be installed between duct
flanges as well as between all connec on of sheet metal ducts to walls, floor column, heater casing and filter
casings. Sheet metal connec ons shall be made to walls and floor by means of wooden member anchored to
the building structure with anchor bolts and with the sheet screwed to them.

Flanges, bracing and supports shall be galvanized steel. The connec on shall be 4 bolts slip on type flange
system with sealant injected within the flanges. Accessories such as damper blades and access panels are to
be of materials of appropriate thickness and the finish similar to the adjacent duc ng, as specified.

Joints, seams, sleeves, spli er, branches, takeoffs and supports are to be as per duct details as specified, or
as decided by Engineers –in –Charge.

Hexagon nuts and bolts, stove bolts or buck bolts, rivets, or closed center top rivets, or spot welding may fix
joints requiring bol ng or rive ng. Self-tapping screws must not be used .All join ng materials must have a
finish such as cadmium pla ng or galvanized as appropriate.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 217

Fires retarding non- porous, vermin proof flexible joints are to be fi ed to the suc on and delivery of fans.
The material is to be normally double heavy canvas or as directed by Engineer-in-Charge .On all circular
spigots the flexible materials are to be screws or clip band with adjacent screws or toggle fi ng. For
rectangular ducts the material is to flanged and bolted with a backing flat or bolted to ma ng flange with
backing flat.

The flexible joints are to not less than 75 MM and not more than 250 MM between faces.

The duct work should be carried out in a manner and at such mes as not to hinder or delay the work of the
other agencies especially the boxing or false ceiling contractors.

Duct passing through brick or masonary, wooden frames work shall be provided within the opening. Crossing
duct shall have heavy flanges, collars on each side of wooden frame to make the duct leak proof. with the
Engineer in Charge to suit actual site condi ons in the building.

MISCELLANEOUS

 All sheet metal and stainless steel duc ng shall be constructed to the recommenda ons of DW144/
SMACNA. The pressure class ra ng shall also be in accordance with DW144 /SMACNA.
 Ductwork shall be constructed of galvanized steel sheets complying to DW144/SMACNA for sheet
thickness and IS277 for galvaniza on requirements. The galvaniza on requirements as per IS277 are as
follows:

Thickness of sheet (mm) Galvaniza on (GSM)


0.63 to 1.2 (both inclusive) 275

 Provide volume control dampers, complete with adjus ng handle or similar device to all branches of the
supply air ducts to regulate air flows along the main duct and the branch ducts. Provide opposed blade
type volume control dampers to all branch.
 Provide flexible connectors of not less than 100 mm long between primary air handling units/air handling
units/fans and related ductwork to prevent transmission of vibra on to adjacent elements. Flexible
connectors shall also be provided at building expansion and movement joints.
 The material used for the flexible connec ons shall withstand the specified condi ons of temperature
and air pressure, and shall comply with the standards of air- ghtness. The material shall be fire resistant.
 Provide flanged joints to plant and elsewhere as necessary to facilitate maintenance.
 All flanged joints in ductworks shall be made up with rubber gaskets or suitable mas c material. These
joints should also be connected with suitable material for earthing. Proper sized electrical con nuity
jumpers (min. 2 per joint) are required to be provided for making the duct work con nuous. The gaskets
provided should be fire retardent and should not emit toxic gases in case of fire.
 Apply sealant, adhesives, tapes to joints for sealing. All such material shall comply with the requirements
of DW144 /SMACNA.
 Balancing dampers of appropriate types shall be provided for air balancing.
 Short radius rectangular and square elbows in air ducts shall be equipped with double thickness turning
vanes. Long radius elbows shall be used wherever possible.
 The transi on ductwork between silencers and fans shall be constructed of not less than 1.2mm thick
galvanised steel sheet. The transi on shall be aligned with the fans and shall be connected with angle
flanges.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 218

 The ducts and supports in the building must be adequate for minimum 100mm wg sta c pressure or the
system pressure whichever is higher.
 Duct crossing for duct strength at 450mm or as per DW144/SMACNA.

DOCUMENTATION & MEASUREMENT FOR DUCTING

All ducts fabricated and installed should be accompanied and supported by following documenta on:

 For each drawing, all supply of ductwork must be accompanied by computer- generated
detailed bill of materials indica ng all relevant duct sizes, dimensions and quan es. In
addi on, summary sheets are also to be provided showing duct area by gauge and duct size
range as applicable.
 Measurement sheet covering each fabricated duct piece showing dimensions and external
surface area along with summary of external surface area of duct gauge-wise.
 All duct pieces to have a part number, which should correspond to the serial number,
assigned to it in the measurement sheet. The above system will ensure speedy and proper
site measurement, verifica on and approvals.

TESTING

 A er Duct installa on a part of duct sec on (5% of total duct) may be selected at
random and tested for leakage of class12 as per SMACNA standards. The procedure
for leak tes ng should be followed as per SMACNA – “HVAC Air Duct Leakage Test
Manual “ (First Edi on)
 All Duc ng must be fabricated at factory with DW144/SMACNA standard only, no site
fabrica on of ducts allowed except termina on/connec ng pieces.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 219

DATA SHEET FOR NON FIRE RATED DUCT MATERIAL AND DUCT WORK
Duct Material Galvanized Quality Sheet Steel Of Lock Forming

Zinc Coa ng As per IS277


Reference codes Duct Construc on DW 144 / SMACNA(only for parts
/Standards not covered in DW144), IS277
Duct All Duct Sec ons Will Be Cross Broken
Guide Vanes At All the Bends To Be Made From The Same Material
As The Duct
Thickness Of Sheet and Type As per DW144/SMACNA
Of Joint for
Rectangular Duct
Traverse Joint
Large side upto 1000mm TDF type Flange
Large side 1000mm and above Slip On Flange

Bracing/Support Indica ve support arrangement is given in


tender drawing, final drawing shall be approved by
engineer in charge
Duct Accessories
For Joints Hexagonal Nuts – Bolts / Washers Zinc Coated
Rivets Galvanized Iron / Magnesium Aluminum Alloy
Gaskets Fire retardant– size as per flange requirement
Screws Self Tapping Screws Will Not Be Used
Support Arrangement As Per SMACNA/DW144
Support From Wall / Ceiling Anchor Fastener Of Required Ra ng Not Less Than 2.5
Times the Load of the Duct
Paint Flanges And Supports Treated For Corrosion And
Painted With Zinc Rich Paint Of Approved
Quality
Flexible Connection circular Fire Proof Material To Be Screwed Or Clip Band With
Spigots Adjustable Screw Or Toggle Fi ng
Flexible Connection Fire Proof Material To Be Flanged And Bolted
Rectangular Ducts With Backing Flat Or Bolted To Ma ng Flange With
Backing Flat
Flexible Connec on 150 mm Length Between Two Faces (Minimum)

7.6.2 Flexible Ducts

 Flexible ducts shall be neatly fixed and adequately supported.


 Flexible duc ng used to connect the air distribu on accessories and main ductworks shall
comply with Part 7 of DW144/SMACNA.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 220

 Flexible duct length shall not exceed 3.7m in length. Sheet metal duct branch off shall be
provided in case the maximum length of flexible duct permi ed is not long enough to reach
the air terminal.
 Bending radius shall be sufficient to prevent undue tensioning of the outside of the bend and
restric on of the throat likely to cause deforma on and/or leakage. The ra o between the
bending radius and the duct diameter shall be less than 2. In no case shall flexible ductwork
be used to connect misaligned ducts.
 Flexible duct shall consist of flexible corrugated metal tubing of stainless steel, aluminium,
n plated or aluminium coated steel and suitable for an opera ng temperature range of –5
to 9°C.
 The fric onal resistance to air flow per unit length of flexible duct shall not exceed 150% of
the fric onal resistance per unit length of galvanised steel duct of similar diameter.
 Flexible duct shall be insulated and wrapped with a minimum 25mm thick 24kg/m3 density
fibre glass blanket.
 Flexible duct shall not be used for any system which is designed for handling smoke or being
part of a smoke control system.

7.6.3 Paint/Covering for Fire Rated Ductwork (As applicable)

 Where shown on the Drawings, fire rated ductwork or equipment enclosure shall be
fabricated from fire rated material to the requirements of BS 476 Part 24 or ISO 6944.
 The construc on of the ductwork or enclosure shall take into account the structural strength,
noise isola on as required and the requirements of Class C duct in accordance with
DW144/SMACNA.
 All necessary supports, and other accessories required for the complete installa on of fire
rated ductwork, Sealant, Gasket, including addi onal material for fire stopping at wall/ceiling
penetra on, shall be supplied by the same manufacturer as the fire rated duct material and
shall be assembled in accordance with all the manufacturer‘s recommenda on regarding all
aspects of construc on and installa on shall be cer fied by the manufacturer.
 The applicable smoke temperature shall be 250 deg C. The ductwork system shall be fire-
rated for two hours and shall maintain mechanical stability, fire resistant integrity, and
thermal insula on criteria to BS 476: Part 24 as per the ISO Cellulosic Fire Curve at
temperature of 10290C, for both ver cal and horizontal duct arrangements, for both inside
and outside fire exposures. Restric on of the duct due to twis ng or buckling a er the fire
test shall not cause 25 % or more reduc on in cross-sec onal duct area.
 The performance shall not be affected by moisture absorp on. Mechanical strength shall be
maintained and the fire resistance material shall not de-laminate or the fire resis ng
proper es shall not deteriorate even under water satura on. The material shall also be
"Class-One" surface spread of flame as defined in BS 476: Part 7. Addi onal insula on, if
required, shall be used as per the manufacturer‘s recommenda on.
 The fire resistant material shall not a ract pests and shall not rot or support the growth of
mould.
 All fire resistant ductwork or enclosure, apart from its fire resis ng quality, shall be capable
of resis ng accidental damage and shall require to pass the hard body impact test sec on of
BS 5669: Part 1 / BS EN 1128 with the weight being dropped through not less than 1m.
 Smoke extrac on system ductwork shall be made from suitable material with adequate
thickness. Rivets or self sealing screws used shall not be of aluminium. Where ductwork
(including sealant, flexible connec on, gasket and accessories) for smoke extrac on / purge
systems penetrate the fire compartment walls or floors of the room which they serve, the
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 221

por on of the ductwork that traverses outside of the compartment wall or floor shall have a
fire ra ng equal to the fire ra ng of the compartment wall or floor which it traverses through
or of not less than two hours whichever is the higher.
 Fire resistant and acous cally sealed access panels shall be provided in the above-men oned
enclosures for the access and maintenance of equipment and fire dampers.

DATA SHEET FOR FIRE RATED DUCT MATERIAL AND DUCT WORK
Duct Material Galvanized Sheet Steel Of Lock Forming Quality
Fire Ra ng Two Hour @ 2500 C
Zinc Coa ng As per IS277
Duct All Duct Sec ons Will Be Cross Broken
Guide Vanes At All the Bends To Be Made From The Same Material As The Duct
Thickness Of Sheet And As per DW144/SMACNA
Type Of Joint for
Rectangular Duct
Traverse Joint
Large Side upto TDF Type
1000 mm
Large Side 1001 – 2250 Slip on flange
mm
Bracing Indica ve support arrangement is given in tender drawing, final drawing
shall be approved by engineer in charge
Duct Accessories
For Joints Hexagonal Nuts – Bolts / Washers Zinc Coated
Gask ets Material- Fire Rated For 2500 C 2 hours
Thickness- As per flange requirements
Screws Self Tapping Screws Will Not Be Used
Joint Strength Should With Stand 1.5 Times the Opera ng Pressure With Out Deforma on
Or Failure
Support As Per SMACNA/DW144
Arrangement
Joint Strength Should With Stand 1.5 Times the Opera ng Pressure With Out Deforma on
Or Failure
Support From Wall Anchor Fastener Of Required Ra ng Not Less Than 2.5 Times the Load of
/ Ceiling the Duct
Paint Flanges And Supports Treated For Corrosion And Painted With Zinc Rich
Paint Of Approved Quality
Flexible Fire Proof Material To Be Screwed Or Clip Band With Adjustable Screw Or
Connec on Toggle Fi ng
circular Spigots
Flexible Fire Proof Material To Be Flanged And Bolted With
Connec on Rectangular Backing Flat Or Bolted To Ma ng Flange With Backing Flat
Ducts
Flexible 150 mm Length Between Two Faces (Minimum)
Connec on
Duct Material Fire Rated To Comply With BS – 476 Part 24 And ISO – 6944
Reference BS 476 Part 24, ISO – 6944
Standard
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 222

Flame And Fire Class O (BS 476 Part 6 & 7)


Spread
Fire Duct Work Manufactured to HVCA Standard DW-144/ SMACNA
Func on Smoke Extrac on
Duct Material Resistant to Water Impingement From Any Sprinkler System
Impact Resistance BS EN 1128
Stability And Must Retain at least 75% of its overall Cross Sec onal Area
Integrity (BS – 476 Part 24 (1987)
Leak Test HVCA Specifica on DW – 143
Sealant Flame Retardant
Duct Accessories
Supports And Should Have 8000 C Mel ng Point And Tensile Stress is 15 N / mm2 For
Angle min 2Hour
Hangers And
S ffeners
Flanges
Gasket And Nut / Bolts
Duct Work Seals As Per BS – 476 Part 24, ISO – 6944

7.6.4 Guide Vanes

 Guide vanes shall be provided as required to maintain an acceptable system pressure loss.
 All blanking plates and sealing plates shall be provided for a complete installa on.
 Vanes, supports, s ffeners, flanges, washers, bolts and welding filler shall be of galvanised
steel (275 GSM) and constructed to the recommenda ons of DW/144.
 Vanes shall be of con nuous seam welded construc on, except for s ffening ribs, which may
be s tch welded. Welding shall be in accordance with relevant Bri sh Standards.
 Curved sec ons shall be rolled or alterna vely formed by a series of creases in a break press
as long as the creases are closely spaced, not obstruc ve and form a smooth profile of air
flow. If a break press is to be used, a sample of a sec on of vane shall be submi ed for
Approval.

7.6.5 Ductwork Installa on

 Provide complete ductwork systems and ensure that the installa on can be adjusted to the
designed flow rates to the sa sfac on of the Engineer.
 Check all the Drawings provided in regard to structural requirements and other finishes
before detailing the duc ng system. Allowance shall be made for the detailed development
and on Site co-ordina on.
 Submit all drawings to indicate the fabrica on and installa on of ductwork for Approval
before fabrica on commences.
 Replace damaged ductwork and other appurtenances at no addi onal cost to the Employer.
 Provide hangers and supports (Slo ed rail), fabricated of hot-dipped galvanised steel, for the
proper installa on of ducts in accordance with DW/144. Hanger rods shall be 10 mm or 13
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 223

mm in diameter, depending on size of duct. All such hangers shall be provided with screwed
lengths on lower end for adjustment of duc ng runs to level. All nuts shall be provided with
washers and with lock-nuts, and projec ng ends of bolts shall be cut off.
 Supports shall not be riveted or bolted to the air ducts.
 Install dampers and spli ers in a manner so that they can be adjusted at any me a er
comple on of the work.
 Install dampers without strain or distor on of any part of the dampers.
 Adjust moving parts to move freely without binding.
 Caulk dampers air ght around frames.
 Adjust dampers and spli er adjus ng rods to operate freely, between the open and closed
posi on.
 Install flexible connec ons in accordance with Part 7 of DW/144.
 All ductwork shall be manufactured according to the dimensions taken on Site. Provision shall
be allowed to accommodate any discrepancies between the Drawings and the Site
dimensions.
 All branches and openings in ducts shall be purpose made prior to erec on of the ductwork.
 Cross-breaking will be permi ed on low velocity ductwork only and in no case where rigid
external insula on shall be applied.
 Internal roughness, sharp edges or obstruc ons to air flow shall not be allowed.
 External edges and corners formed from cleated joints shall be neatly dressed down with air
ght joints.
 Provide at least 75 mm clearance from ductwork to walls, ceiling and obstruc ons where a
high standard of cleanliness shall be maintained.
Diffusers, Registers and Grilles Installa on

 Install diffusers, registers and grilles so that they can be key adjusted from the face directly
without special tools.
 Unless otherwise specified, install vanes, volume control dampers and mul ple- blade
extractors so that they can be removed through the diffusers and registers for access to the
duct.
 Install diffusers, grilles, registers and louvres with frame connected to the ductwork and
provide so gaskets inserted under the frame or otherwise so arranged so as to avoid air
leakage around the diffusers and grilles.

7.6.6 Air Duct Cleaning points

 The Contractor shall supply and install air duct cleaning points access doors at suitable
loca ons to the duct work system. The cleaning points shall be installed at fully accessiable
loca ons. The contractor shall also supply proprietary type compressed air lance, disinfec on
applica on lance and ambling probe which shall be suitable for use with the cleaning points.
All joints must be air/water ght to prevent leakage.

7.6.7 GRILLS AND DIFFUSERS

 All grills and diffusers shall be designed and rated in accordance with ASHRAE 32-7/ASHRAE
70.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 224

All grills and diffusers shall be of pure polyester finish aluminum unless otherwise specified.
Color of grills and diffusers shall be selected by the Engineer. Samples of finishes shall be
submi ed for approval.
 All supply, return and exhaust diffusers shall be complete with opposed blade dampers,
suitable for moun ng with appropriate diffuser and shall be fi ed with concealed adjustment
devices. Straightener grids are required before diffusers except for the last diffuser on the
route. Each supply air grille shall be complete with an opposed blade mul -leaf damper. One
set of tool for every 10 grilles or diffuser shall be provide for volume adjustment.
 The inside of all components and surfaces of all diffusers and grilles shall be painted ma
black. The drawings show provisional loca ons of diffusers and grilles but in each instance
outlets shall be installed in accordance with the final detail drawings and reflected ceiling
plans.
 Veloci es, net airways and distribu on pa erns shall give sa sfactory air distribu on and
temperature equaliza on, be free of draughts stra fica on or noise nuisance. The contractor
shall make final adjustments to air pa erns when balancing.
 The sizes of the grilles (including linear grille) indicate on drawings imply the neck sizes of the
fi ngs. Whereas the sizes of ceiling diffusers on drawings imply overall external dimensions.
Diffusers

 Diffusers constructed of extruded aluminum shall be power coated polyester finish to a color
approved by the Engineer.
 Diffusers with removable cores shall have square necks or alterna vely round necks. Diffuser
sizes are shown on the drawings.
 Provide aluminum or steel opposed blades volume control dampers of black color with
concealed adjustment lever. In general, dampers will not be required for fan coil unit system
having supply diffuser.
 Provide galvanized steel sheet painted black at the front view to seal off dummy parts of
diffuser.
 Diffusers ring or frames shall be compa ble with the ceiling construc on in which they are
installed. A transi on piece shall be provided to connect the diffuser to the duct. All edges
exposed to view shall be rolled or otherwise s ffened and rounded. Internal parts shall be
removable to permit cleaning of the diffuser and provide access to the duct.
 Baffles, turning vanes or other devices shall be provided for the required air distribu on
pa ern. Equalizing grids shall be provided for ceiling diffusers.
 Volume control dampers shall be equipped and factory fabricated by the diffuser
manufacturer. The adjustment posi on shall be easily accessed.
 Square and rectangular diffusers shall comply with the following performance requirements
at design flow :
o Maximum pressure drop : 30 Pa
o Throw : 4m
o Noise criteria : NC 30
o Maximum air velocity at diffuser neck : 4 m/s
o Maximum terminal velocity : 0.5 m/s

7.6.8 Supply and Transfer Air Grilles and Register for general use.
 Double deflec on supply air grilles/register shall be tapped from top or bo om of ducts with
provision for tamper proof adjustment of air pa ern spread along its width. Adjus ng tool
shell be provided by the manufacturer. Grilles/register shall have a minimum of 80% free
area.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 225

 Provide grilles/registers to meet the size and capaci es as shown in the drawings required to
connect ducts to grilles and registers.
 Grilles and register shall be factory assembled with opposed blade volume control dampers
operable through the grilles face. The adjustment shall be by a key through the face of the
register and the volume control damper shall be group operated or opposed blade type. The
opera ng mechanism shall not project through any part at the register face.
 Diffusers constructed of the extruded aluminium shall be pure polyester finish o a colour
approved by the Engineer.
 All grille cores shall be capable of being removed easily from the duct work of access to
dampers.
 All edges exposed to view shall be rolled or otherwise s ffned and rounded. All edges shall
be equipped with air ght, non- combisible neoprene or sealing s ps to prevent leakage. The
register ring of frames shall be compitable with ceiling construc on in which they are
installed.
 Mul -blade volume extractors shall be of the air deflec ng and air straightening type with
blades spaced a maximum of 50mm apart.
 Supply air registers shall comply with the following performance requirements at design flow
as :
o Maximum presuure drop : 30 Pa
o Throw : 4m
o Noise criteria : NC 30

7.6.9 Return/Exhaust Grilles and Registers for General use


 Grilles shall have single set of fins which shall be vision proof to effec vely mask the return
opening. Grilles shall have 450 inclined fins spaced approximately 19 mm apart.
 Free area of grille core shall be at least 80%.
 Grilles and registers will be fixed type.
 Return air diffusers shall match the supply diffusers in appearance and shall be constructed
of the same material and iden cal in surface finish as approved by the Engineer.
 Register rings or frames shall be compa ble with the ceiling construc on in which they are
installed.

7.6.10 Linear Air Diffusers


 Each diffuser shall be of single/mul -slo ed ver cal/horizontal discharge, ceiling mounted
type fi ed into a field-insulated boot with spigot for receiving supply air duct as detailed on
the drawings.
 Diffusers of extruded aluminum shall be power coated polyester finish to a color as approved
by the Engineer.
 Number of slots and lengths of diffusers and capacity shall be as indicated on the drawings.

 Provide air boot to the diffusers as shown on the drawings. Air boot casing shall be
constructed of 0.6 mm thick galvanized steel with interior surfaces insulted to prevent
erosion. Insula on and air boot shall be extended to cover the collar of diffuser. Volume
control dampers shall be provided in the air boot spigot.
 Subject to the ceiling panel design, the flanges of the diffusers shall be designed to support
―drop in ― ceiling pane.
 Provide suitable support points independent of suspended ceiling for the air boots and the
associated diffusers.
 Air boot spigot loca on and dimensions shall generally be as indicated on the drawings.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 226

 Provide galvanized steel sheet painted black at the front view to seal off the dummy part of
the diffusers.
 Linear air diffuser shall comply with the following performance requirements at design flow
as :

o Maximum pressure drop : 30 Pa


o Throw : 6m
o Noise criteria : NC 35
o Minimum terminal velocity : 0.5 m/s

7.6.11 Nozzle/Jet Diffusers


 Nozzle/Jet diffuser assembly shall consist of round diffuser element which shall be fi ed to
square or rectangular back plate, opposed blade volume damper and duct collar.
 Each nozzle/Jet diffuser assembly shall consist of the diffuser element and shall be
compa ble with the architectural design in which they are installed.
 Individual diffuser element shall be capable of adjus ng the air deflec on up to 300 from any
plane perpendicular to the face. Adjustment shall be accomplished from front or back of the
diffuser without tools.
 Volume control dampers shall be provided for the diffusers.
 The Nozzle/Jet diffuser shall comply with the following performance requirements as design
flow :

o Maximum pressure drop : 60 Pa


o Throw : 15m
o Noise criteria : NC 35

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 227

DATA SHEET FOR GRILLS AND DIFFUSER


Func on Air Distribu on
Standard Air Diffusion Council
Requirement For Supply Air, Return Air And Air Extrac on
Grills Linear Flow / Double Deflec on Registers
Diffuser Four Way Rectangular / Square / Round
Construc on Material Aluminium
As per manufacturer standard Suitable For Con nuous
Flange Joint With Alignment Strips
Design Extruded sec on
Blade / Louvers Adjustable Front and Rear
Bars
Front Aluminum
Rear Aluminum
Damper
Type Adjustable Lever Operated
Fire Ra ng Non Fire Rated
Finish Black Anodized
Material Duly Treated for corrosion And An Corrosive
Paint
Paint
Noise Genera on Should Have Very Low Air Noise Genera on

7.6.12 Access Door- (As applicable)

 Gasketed air ght access doors shall be provided at the duct for access, inspec on and
maintenance of fans, equipment, dampers, filters, smoke probes and controls.
 Doors shall be hinged type complete with minimal of two sash locks and shall be made of
same metal thickness as ducts. Doors shall have suitable size to access.
 Access doors for insulated ductwork shall be of double skin construc on with insula on in
between. The insula on for the access doors shall be of the same type and thickness as the
adjacent ductwork.
 The door panels shall be made of suitable material and they shall have not less than 12 mm
wide neoprene rubber gasket around the en re perimeter to ensure air ghtness. It shall
have the same fire ra ng as the adjacent duct construc on.
 The access doors shall be hung on approved heavy duty hinges and provided with suitable
quan ty with locks. The locks shall be able to operate both from inside and outside. Where
it is imprac cable to use hinge doors, the access doors may be fixed in posi on with wedge
type locks on opposite sides with suitable quan ty per door. The sec on of the duct where
the access door is located shall be reinforced with suitable material.
 Where the duct is of smaller dimensions than the access door specified, the door shall be of
the full width of the duct Sealant and gasket used shall be in accordance with the
recommenda ons of HVCA, DW/144 Specifica on.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 228

7.6.13 DAMPERS

The respec ve func ons, types and general construc onal requirements of dampers shall be in accordance
with the HVAC ductwork specifica on unless otherwise indicated, sufficient dampers shall he provided to
regulate and balance the system. Dampers on grilles or diffusers shall he used for line control only.

All dampers shall he of flanged type for connec on to ductwork and shall he sufficiently rigid to prevent
flu ering. Air leakage rate for dampers shall be tested according to EN 1751 Sec on 3 when the damper is
in the closed posi on. For dampers installed for shut- off purpose, the maximum air leakage rate shall be
tested according to EM 1751 Sec on 4.

LOW LEAKAGE DUCT DAMPER

Air volume control dampers shall be of the aerofoil, double skin, opposed blade type with low pressure drop
and noise regenera on characteris cs. Damper blades in rectangular ductwork shall not exceed 225 mm in
width and 1500 mm in length. Blades shall be of hollow sec on constructed from the same material of the
ductwork or of stainless steel encapsula ng an internal double contoured stud longitudinal reinforcing bar,
mounted on square sec on steel spindles. Bearings shall be of nylon material and the units shall be of low-
leakage design by incorpora on of synthe c trailing edge seals and a peripheral gasket which shall be tested
according to BS 476. All manually and automa cally operated dampers shall include a means for indica ng
externally the posi on of the blades. Manual dampers shall include a device for posi oning and locking the
damper blades. The posi ons of all dampers 'as-set' a er final regula on shall be indelibly marked at the
adjus ng device.

Each air volume control damper in the ductwork shall be fi ed with a non-corrodible label sta ng the actual
air flow in m3/s when in the fully open posi on, its overall cross sec onal area, and the degree to which the
damper has been closed in order to achieve the design or actual air flow.

Unless otherwise indicated, quadrants and opera ng handles shall be of die-east aluminum or other
material approved by the Architect with the words 'OPEN' and 'SHUT’ marked on the quadrant. Quadrants
shall be securely fixed and the damper spindles shall be closely fi ed in the quadrant hubs to prevent any
damper movement when the damper levers are locked.

Access openings with readily removable air sealed covers shall be provided adjacent to all dampers. Subject
to limita ons of ductwork size the dimensions of access openings shall not be less than 300 mm x 300 mm
and shall be located so as to afford easy access for inspec on and maintenance.

BUTTERFLY & BIFURCATING DAMPERS

Bu erfly dampers shall each consist of two plates, edge seamed, of at least the same thickness as the
material from which the associated ductwork is made, and rigidly fixed to each side of a mild steel opera ng
spindle, the ends of which shall be turned and housed In non-ferrous bearings.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 229

Bifurca ng dampers shall be of 2 mm thick sheet for sizes up to 450 mm square, for larger sizes the thickness
shall be as specified. The damper blades shall be rigidly fixed to square sec on mild steel spindles, the ends
of which shall be turned and housed in non-ferrous bearings,

Each leaf of a mul leaf damper shall consist of two plates of material of the same thickness as the associated
ductwork and rigidly fixed to each side of an opera on spindle, the ends of which shall he housed in brass,
nylon, oil impregnated sintered metal, PTEE impregnated or ball bearings. The ends of the spindles shall be
linked so that one movement of the opera ng handle shall move each leaf for an equal amount. The
mechanism shall be located outside the air stream.

For system sta c pressure below 1000 Pa or ductwork velocity below 12 m/s, blade of at least 50 mm wide
shall be used. For sta c pressure at or above 1000 Pah at least 100 mm wide blade shall be used. Central
blade reinforcement bar shall be provided for damper span longer than 1500 mm. Single module of a
damper shall not exceed 2000 mm width and 1000 mm height.

TERMINAL DAMPERS

Grilles and air diffusers with rectangular neck connec ons shall be provided with an opposed blade dumper,
screwed or riveted lo the neck connec on and designed specially lo facilitate final balancing of the system.

Damper frames, blades and opera ng mechanism shall be constructed from an aluminum alloy or,
alterna vely, formed mild steel suitably finished to give protec on to the material during the design working
life.

Blades shall be made of solid sec on material and shall be firmly held in posi on by a spring steel retaining
mechanism. The blade se ng mechanism shall be accessible through (he grille or diffuser blades and shall
be suitable for opera on with an ''Alien" key. Where dampers are visible through the grille or diffuser they
shall be finished with a mall black paint.

MOD Installa on - (As applicable)

 Each damper shall be installed so as to provide smooth opera on, opening and closing
without shock in accordance with the manufacturer‘s recommenda ons.
 Undue flexing or bending of connec ng rods and linkage will not be acceptable. Such
connec ng rod or linkage shall be replaced with either a corrected design, higher strength
material or increased size of such a component at no extra cost to the Employer.
 Dampers shall be supported independently of the ductwork.
 Wall and floor mounted dampers: All slight, unavoidable spaces and purpose- provided
spaces between the damper frames and the structure shall be sealed as required or as
Approved. Blanking-off plates for such purpose shall be considered as part of the damper
assembly and shall be provided at no addi onal cost to the Employer.
 Damper module installa ons shall be fully sealed by gaskets between the module frame and
the moun ng frame. The gasket material for MSFD/MFD shall meet the con nuous opera on
in an air stream temperature of 250°C for not less than one hour criteria. Iden fica on of
damper posi on is required on easy visible and accessible posi on, and the damper se ng
posi on a er balancing shall be marked in a permanent manner.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 230

Manual Damper & Volume Control Damper

DATASHEET FOR MANUAL DAMPER & VOLUME CONTROL DAMPER


Type Manual Damper
Lever Arrangement, For Adjustment And
Opera on
Locking At Any Posi on
Service Con nuous Duty
Moun ng Horizontal Or Ver cal
Construc on Spli er, Bu erfly Type
Damper Free Area 80 % Of Damper Face Area
Damper Opera ng Moun ng
Galvanized Steel
Bracket
Less than 0.1m3/s/sqm of net damper face
Leakage
area
Frame Construc on Galvanized Steel
Blade
38 Pascal @ 10 Mtr. / sec. Air Velocity or as per
Pressure Drop
manufacturer standard
Construc on Aerofoil design/3V design, Galvanized Steel
For Manual Damper - Parallel/OpposedBlade
Type
For VCD – Opposed Blade
Material Galvanized Steel
Thickness 2.0 mm Thick
Linkages Stainless Steel – 316
Sha Stainless Steel – 316,
Bearing
Type Bush Bearing
Material Brass
Suitably Supported For Ease of Movement,
Handle sufficient strength and shall be made of similar
material and shall be easy to operate.
1. Damper shall be factory tested for fully closed posi on and holding against a different
pressure of 1000 Pa and air leakage through the damper shall not exceed

a) 0.1m3/s/sqm of net damper face area as per specifica on.

MOTORISED FIRE & SMOKE DAMPERS

WORK INCLUDED

Combina on fire smoke dampers with steel 3-V blades mee ng requirements of UL Standard 555 7th
Edi on and UL Standard 555S 4th Edi on.

RELATED WORK
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 231

Sec on 15810 – Ducts.

Sec on 15900 – HVAC Instrumenta on and Controls: Connec ons to actuators.

REFERENCES

AMCA 500-D – Laboratory Methods for Tes ng Dampers for Ra ngs.

AMCA 511 – Cer fied Ra ngs Program for Air Control Devices.

CSFM – California State Fire Marshall Lis ng for Fire Damper and Smoke Damper (leakage).

New York City MEA – New York City, Department of Buildings, Material and Equipment Acceptance Division.

IBC – Interna onal Building Code

NFPA 80 - Fire Doors & Other Opening Protec ves

NFPA 90A – Installa on of Air Condi oning and Ven la ng Systems.

NFPA 92 – Smoke Control Systems

NFPA 101 – Life Safety Code.

UL 555 (Seventh Edi on)– Standard for Safety: Fire Dampers

UL 555S (Fourth Edi on) – Standard for safety: Leakage Rated Dampers for Use in Smoke Control Systems.

SUBMITTALS

Comply with requirements of Sec on 01330 – Submi al Procedures.

Product Data: Submit manufacturer’s product data.

Include UL ra ngs for fire resistance, leakage, ww

QUALITY ASSURANCE

Dampers shall meet requirements for combina on fire smoke dampers in accordance with:

NFPA 80, 90A, 92A, 92B, and 101.

CSFM Fire Damper Lis ng.

CSFM Leakage (Smoke) Damper Lis ng.

New York City MEA Lis ng 260-91-M Vol. III.

Applicable Building Codes.

Dampers shall be tested, rated, and labeled in accordance with:

UL 555 (Seventh Edi on), Lis ng R13317

UL 555S (Fourth Edi on), Lis ng R13317

Dampers shall bear the AMCA Cer fied Ra ngs Seal for Air Performance in accordance with AMCA 511.

DELIVERY,STORAGE, AND HANDLING

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 232

 Delivery: Deliver Materials to site in manufacturer’s original, unopened containers and packaging,
with labels clearly indica ng manufacturer, material, and loca on of installa on.
 Storage: Store materials in a dry area indoor, protected from damage, and in accordance with
manufacturer’s instruc ons.
 Handling: Handle and li dampers in accordance with manufacturer’s instruc ons. Protect materials
and finishes during handling and installa on to prevent damage.

7.6.14 PRODUCTS
COMBINATION FIRE SMOKE DAMPERS

Ra ngs:

 Fire Resistance: Dampers shall have a UL 555 fire resistance ra ng of 1½ hours.


 Fire Closure Temperature: Each combina on fire smoke damper shall be equipped with a factory
installed heat responsive device rated to close the damper when the temperature at the damper
reaches:165oF
 Elevated Opera onal Temperature: Dampers shall have a UL 555S elevated temperature ra ng of
350oF.
 Leakage: Dampers shall have a UL555S leakage ra ng of Leakage Class I
 Differen al Pressure: Dampers shall have a minimum UL 555S differen al pressure ra ng of 4 in.
wg.
 Velocity: Dampers shall have a minimum UL 555S velocity ra ng of 2000 fpm.

Construc on:

I. Frame:

Damper frame shall be 16 ga. galvanized steel formed into a 5” x 1” structural hat channel. Top and bo om
frame members on dampers less than 17” high shall be low profile design to maximize the free area of
these smaller dampers. Frame shall be 4- piece construc on with 1 ½” (minimum) integral overlapping
gusset reinforcements in each corner to assure square corners and provide maximum resistance to
racking.

II. Blades:

Damper blades shall be 16 ga. galvanized steel strengthened by three longitudinal 1” deep Vee grooves
running the en re length of each blade. Each blade shall be symmetrical rela ve to its axle pivot point,
presen ng iden cal performance characteris cs with air flowing in either direc on through the damper.
Provide symmetrical blades of varying size as required to completely fill the damper opening.

III. Blade Stops:

Each blade stop (at top and bo om of damper frame) shall occupy no more than ½” of the damper
opening area to allow for maximum free area and to minimize pressure loss across the damper.

IV. Seals:

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 233

Blade Edge: Blade seals shall be extruded silicone rubber permanently bonded to the appropriate blade
edges.
Jamb: Flexible stainless steel compression type.

V. Linkage: Concealed in jamb.

VI. Axles: Minimum ½ inch dia. plated steel. Frame: Galvanized steel (in gauges required by
manufacturer’s UL lis ng).

VII. Sleeves: Damper shall be supplied as a single assembly with an integral factory sleeve.

VIII. Bearings: Axle bearings shall be sintered bronze sleeve type rota ng in polished extruded holes in
the damper frame.
Actuators:

1. Type: Electric, 230V AC, 2-posi on


2. Moun ng: External

SOURCE QUALITY CONTROL

Factory Tests: Factory cycle damper and actuator assemblies to assure proper opera on.

EXECUTION EXAMINATION

Examine areas to receive dampers. No fy the Engineer of condi ons that would adversely affect installa on
or subsequent u liza on of dampers. Do not proceed with installa on un l unsa sfactory condi ons are
corrected.

INSTALLATION

a) Install dampers in accordance with manufacturer’s UL Installa on Instruc ons, labeling, and
NFPA 90A at loca ons indicated on the drawings. Any damper installa on that is not in
accordance with the manufacturer’s UL Installa on Instruc ons must be approved prior to
installa on.

b) Dampers must be accessible to allow inspec on, adjustment, and replacement of components.
The sheet metal contractor shall furnish any access doors in ductwork or plenums required to
provide this access. The general contractor shall furnish any access doors required in walls,
ceilings, or other general building construc on.

c) Install dampers square and free from racking.

d) The installing contractor shall provide and install bracing for mul ple sec on assemblies to
support assembly weight and to hold against system pressure.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 234

e) Do not compress or stretch the damper frame into the duct or opening.

f) A ach mul ple damper sec on assemblies together in accordance with manufacturer’s
instruc ons. Install support mullions as reinforcement between assemblies as required.
g) Handle dampers using the frame or sleeve. Do not li or move dampers using blades,
actuator or jacksha .
h) Install connec ons to [electric, pneuma c] actuators as specified in sec on 15900.
i)A ach mul ple damper sec on assemblies together in accordance with manufacturer’s
instruc ons. Install support mullions as reinforcement between assemblies as required.
FIRE DAMPERS (MOTORIZED) (Non UL Listed) - If Applicable

• Fire Dampers shall be motorized of atleast 2 hours Fire Ra ng cer fied by CBRI, Roorkee as
per UL 555:1973.

• Fire Damper blades & outer frame shall be formed of 1.6 mm galvanized sheet steel. The
damper blade shall be pivoted on both ends using chrome plated spindles of self-
lubricated bronze bushes. Stop seals will be provided on top and bo om of the
damper housing made of 16 G galvanized sheet steel. For preven ng smoke leakage
side seals will be provided.

• In normal posi on damper blade shall be held in open posi on with the help of a 220V
operated motorized actuators thereby providing maximum air passage without
crea ng any noise or cha er.

• The damper shall be actuated through electric motorized actuator. The actuator shall be
enerzised with the help of a signal from smoke detector. Smoke detector shall be
provided by Fire Figh ng agencies. The Fire Damper shall be provided with micro
switches with bakelite base to stop fan motor in the event of damper closure. The
reopening of damper shall be manual.

• Fire Dampers shall be mounted in Fire Rated Wall with flange connec on.
• Dampers shall be installed in accordance with the installa on method recommended by the
manufacturer.
Fusible Link Fire Dampers (FLFD)

 Provide fire dampers in air ducts where ducts penetrate fire compartments.
 Fire dampers shall fully comply with the requirements of DW/144.
 Fire dampers shall be constructed to the same standards of air ghtness as the rest of the
system.
 Fire damper casings and blades shall be constructed of galvanised sheet (275 GSM) and
provided with a galvanised steel angle frame to each side of wall or floor.
 Fire damper casings shall be flanged to suit the ductwork which they are fi ed and the cross-
sec onal area shall not be less than that of the ductwork.
 Blade and fusible link shall be accessible for servicing through air- ght inspec on doors
placed upstream or downstream of the air path whichever provides the be er access.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 235

 Provide UL Listed fusible link set at 68°C / 74°C or else as approved to all fire dampers unless
otherwise specified. Fusible link shall be arranged in an exposed posi on and at upstream of
the damper.
 Details and posi on of all fire damper and associated access doors shall be submi ed for
Approval prior to installa on on Site.
 Provide all necessary fixing framework for the installa on of fire dampers.
 Provide fire rated material to seal off the clearance between the fire dampers and wall.

END OF AIR DISTRIBUTION SYSTEM SPECIFICATION

DATA SHEET FOR FIRE DAMPER


Type Fusible Link Snap Ac ng (FLFD)
Reference Code UL 555 BS 476 Part 20.,UL Classified
/
Standard
Fire Ra ng Two Hour @ 2500 C
Service Con nuous Duty
Moun ng Horizontal Or Ver cal
Construc on In Single / Two Module
Differen al Pressure 1000 Pascal
Damper Free Area 80 % Of Damper Face Area
Damper Operating As per manufacturer standard complying UL555
Moun ng Bracket
Open / close Manual indica on handle
Indica on
Leakage Max 5% Of The Rated Air Flow Across Damper In Open Posi on

Frame Construc on As per manufacturer standard complying UL-555


Blade
Pressure Drop 38 Pascal @ 10 Mtr. / sec. Air Velocity
Construc on Material As per manufacturer standard complying UL- 555

Design – Aerofoil Design OR 3V-Type Design

Type Opposed/parallel Blade as per requirements


Blade Thickness For Aerofoil Design – Min 1.6mm For

3V-Type Design – Min 1.5mm

Both complying UL-555


Linkages As per manufacturer standard complying UL-555
Sha As per manufacturer standard complying UL-555
Bearing As per manufacturer standard complying UL-555
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 236

7.7 INSULATION / LINING WORK

Scope of Works

The scope of this sec on comprises supply & fixing of thermal / acous c insula on of ducts, pipes etc. as
per the specifica on given below & in accordance with Schedule of Quan es.

Materials

The materials to be used for insula on shall be as follows, unless some other material is specifically
men oned elsewhere. The detailed specifica ons of the materials are listed under respec ve sub heads.

Drain Pipe Insula on Closed Cell Elastomeric Insula on with class ‗O‘
for fire ra ng
Duct Insula on Closed cell Elastomeric insula on with class
‗O‘ for fire ra ng
Acous c Insula on Resin Bonded Fibre glass in roll form

Equipment Insula on ―Closed Cell Elastomeric Insula on with


class ‗O‘ for fire ra ng‖
Floor Insula on Closed Cell Elastomeric insula on with class
‗O‘ for fire ra ng (other than plant room)
Fire Duct Insula on Pre-laminated mineral wool

7.7.1 Drain Pipe Insula on


 The material for insula on of drain pipes shall be pipe sec ons of flexible closed cell elastomeric
insula on having a 'K' valve of 0.037 W/mk at a mean temperature of 20oC and a minimum density of 55
Kg./cubm.
 The thickness of insula on shall be 6 mm thickness.

7.7.2 Duct Insula on


 The materials for duct insula on shall be sheets of closed cell elastomeric insula on. The density of
insula on shall not be less than 55 kg/cubm and The thickness of duct insula on shall be as follows :
 material shall be in the form of sheets of uniform thickness. The K‘value at 20ºC. Shall not be less than
0.037 W/mK.

Duct in condi oned space 15 mm thick


Duct in uncondi oned space 25 mm thick
 The insula on shall have fire performance of class O‘ as per BS476 Part-7

7.7.3 Floor Insula on


 The material of insula on shall be closed cell elastomeric insula on having a K- value less than 0.039 W/
M o K at a temp. of 30 o C. Water vapour permeability (Moisture resistance factor) shall be greater than
400.
 The insula on shall have fire performance of ―class O‖ of BS476 Part – 7.
 The thickness of the insula on shall 15 mm.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 237

7.7.4 Acous c Treatment

 The material for acous c treatment of ducts, rooms, roofs etc. shall be resin bonded fibre glass, as
described earlier, conforming to I.S. 8183 of 1976. The density of fibre glass shall be 32 kg/cub.m and the
material shall be in the form of boards of uniform density. The ‗k‘ value at 10oC shall not be less
than 0.03 W/mK. Facing shall be provided with 0.5 mm perforated aluminium sheet held with G.I. Nuts
bolts or nailed to the ba en work as required.
 The thickness of insula on shall be as follow unless otherwise specified elsewhere

Duct Acous c 25 MM
Room Acous c 50 MM
7.7.5 Fire Rated Duct & Insula on
 The material for fire duct insula on shall be pre-laminated rigid board mineral wool of density 100
kg/cubm. Facing shall be provided with aluminum foil with backing of kra paper.
 The thickness of insula on shall be 100 mm.
 For fire rated duct work, fire resistant board/fire pan is required to be provided over GI duct work. Fire
rated duct work should meet the requirement of BS 476 part 24.
 The duct work system (all supports, hardware, accessories etc.) shall be fire rated for 2 hours and shall
maintain mechanical stability, fire resistant integrity and thermal insula on criteria to BS 476 part 24 and
as per ISO CELLULOSIC fire curved at temperature of 1029 Deg. C for both ver cal and horizontal duct
arrangement and for both inside and outside. All components/ materials used in fire rated duct shall be
fire rated.

7.7.6 Cold Adhesive Compound

 The Cold adhesive compound for closed cell elastomeric insula on with class ‗O‘ fire ra ng (other than
plant room) shall be synthe c glue with glue thinner as per insula on supplier recommenda ons.
 The adhesive compound for floor insula on shall be synthe c adhesive SR 998 of pidilite.
Tar Felt

 The Tar felt used for water proofing shall conform to IS: 1322 Type 3 Grade I.

Installa on

Closed Cell Elastomeric Insula on


 The pipe shall be thoroughly cleaned with a wire brush and rendered free from all rust and grease.
 The pipes shall be given a coat of red oxide primer.
 Two coats of synthe c glue shall be applied on the cleaned pipe surface.
 The preformed sec ons of insula on shall be fixed ghtly to the surface to take care to seal all joints.
 All longitudinal joints and circumferen al joints shall be sealed with synthe c glue.
 Insula on on pipe and valves in the AHU rooms shall be covered with protec ve coa ng as recommended
by the insula on manufacturer.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 238

7.7.7 Floor Insula on


 Clean the roof surface to remove all grease, oil, dirt, etc. prior to carrying out insula on work.
 Material shall be fixed under compression and no stretching of material shall be permi ed.
 A thin layer of synthe c adhesive SR 998 of pidilite make shall be applied on the back of the insula ng
material sheet and then on to the floor surface.
 When the adhesive is tack dry insula ng material sheet shall be placed in posi on and pressed firmly to
achieve good bond.
 The joints shall be finally covered with self-adhesive PVC pipe.

7.7.8 Drain Piping

 The pipe shall be thoroughly cleaned with a wire brush and rendered free from all rust and grease.
 Then preformed sleeves of 6 mm thick insula on shall be slipped on the pipe.
 All joints shall be insulated with sleeves cut in two sec ons and fixed to the pipes with cold adhesive
compound.
 All joints shall be covered with 3 mm x 50 mm PVC self-adhesive.

7.7.9 Duc ng
 Clean the surface with a wire brush and make it free from rust and oil.
 Apply two coats of synthe c glue to the surface.
 Wrap the duct with insula on sheets of the thickness men oned above.
 The joints shall be sealed with synthe c glue to form a seamless bond. The duct joints shall be addi onally
covered with a 150mm strip of insula on material.

7.7.10 Duct Acous c Lining


 The duct surface shall first be cleaned from inside.
 Then frame of 25 mm square sec on made of 18 Ga (1.2 mm) thick G.I. sheet should be fixed on both
ends of the duct piece.
 The insula on slabs should be fixed between these sec ons of ducts using adhesive compound and self-
adhesive s ck pins.
 The insula on shall the be covered with RP ssue, sealing all joint so that no fiber is visible.
 The insula on shall then be covered with 0.5 mm perforated aluminum sheets.
 The sheet of insula on shall be secured to the duct by means of s ck pins as men oned above.

7.7.11 Room Acous c


 Fix 40 mm x 50 mm G.I. channels at 0.5-meter interval longitudinally then fix cross ba ens at 1.0-meter
center using suitable gu es, and brass screws.
 Fill each rectangle with 50 mm glass wool and covered with RP ssue.
 Tie with 24-gauge G.I. Wires at 300 mm intervals.
 Then cover with 22 gauges (0.80 mm) perforated Aluminum sheet having 3 mm perfora ons at 6 mm
centers. Overlap all joints and provide beading of 25 mm by 2 mm flats.
 All corners’ joints shall be covered with 25 x 25 x 2 mm thick aluminum angles.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 239

7.7.12 Fire Duct Insula on


 Clean the surface with wire brush to make it dust and grease free.
 Fix self-adhesive GI s ck pins having base of 25mmx25mm and pin height of 110mm covered with GI
washer of size 30mmx30mm at regular interval of 300mm c/c on ver cal faces of duct, 350mm c/c on top
surface and 200mm c/c on bo om side of duct.
 Apply uniform coat of cold se ng compound MAS-17 on the duct surface.
 Fix 100mm mineral wool in 2 layers of 50mm with joints staggered.
 Seal all joints using 50 mm self-adhesive aluminum tapes.
 Provide 40mmx40mmx50mm GI corners at 300mm longitudinal distance on all corners of the duct and
secure insula on with 25mmx0.60mm aluminum straps over the corners.

END OF INSULATION / LINING SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 240

7.8 NOISE & VIBRATION CONTROL

Scope of Work

This sec on deals with design, supply, installa on, tes ng and commissioning of noise and vibra on control
equipment and accessories.

7.8.1 NOISE CONTROL


Standards

The tes ng of all noise control equipment and the methods used in measuring the noise
ra ng of air condi oning plant and equipment shall be in accordance with the relevant
sec ons of the following Bri sh Standards, unless otherwise stated:

STANDARDS DESCRIPTION
BS 4718 : 1971 Methods of Test of Silencers for Air
Distribu on Systems.
BS 2750 Parts 1-9:1980 Laboratory and Field Measurement of Airborne
Sound Insula on of Various Building Elements.
Recommenda ons for Field Laboratory
Measurement of Airborne and Impact Sound
Transmission in Buildings.

BS 3638 : 1987 Methods of Measurement of Sound


Adsorp on in a Reverbera on Room
BS 4773 Part 2: 1976 Acous c Tes ng.

BS 4856 Part 2: 1976 Acous c performance without addi onal duc ng


of forced fan convec on equipment.
BS 4773 Part 5: 1976 Acous c performance with addi onal duc ng
of forced fan convec on equipment
BS 4857 Part 2:1978 (1983) Acous c Tes ng and Ra ng of High Pressure Terminal
Reheat Units.
BS 4954 Part 2:1978 (1987) Acous c Tes ng and Ra ng of Induc on Units
BS 5643 : 1984 Glossary of Refrigera on, Hea ng, Ven la ng and Air
Condi oning Terms
Note: Bri sh standards shall also be applicable for noise control.

General

Mechanical services shall generally be designed and installed with provisions to contain
noise and the transmission of vibra on, generated by moving plant and equipment at source

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 241

where illustrated on the tender drawings and plant and equipment schedules to achieve
acceptable noise ra ng specified for occupied areas.

In addi on to the provisions specified in the Specifica on, par cular a en on must be given
to the following details at me of ordering plant and equipment and their installa on :-

a) All moving plant, machinery and apparatus shall be sta cally and dynamically
balanced at manufacturers works and cer ficates issued.
b) The isola on of moving plant, machinery and apparatus including lines
equipment from the building structure.
c) Where duct work and pipe work services pass through walls, floors and
ceilings, or where supported shall be surrounded with a resilient acous c
absorbing material to prevent contact with the structure and minimise the
outbreak of noise from plant rooms.
d) The reduc on of noise breakout from plant rooms and the selec on of
externally mounted equipment and plant to meet ambient noise level
requirements of the Specifica ons.
e) Electrical conduits and connec ons to all moving plant and equipment shall
be carried out in flexible conduit and cables to prevent the transmission of
vibra on to the structure and nullify the provisions of an -vibra on
moun ngs.
f) All duct connec ons to fans shall incorporate flexible connec ons, except in
cases where these are fi ed integral within air handling units.
g) Duct work connec ons to the fan inlets / outlets shall be concentricity aligned
so that the flexible connec ons are not subjected to any strain and not used
as a means of correc ng base misalignment.
h) All resilient acous c absorbing materials shall be non flammable, vermin and
rot proof and shall not tend to break up or compress sufficiently to transmit
vibra on or noise from the equipment to the structure.
i) Where prac cable, silencers shall be built into walls and floors to prevent the
flanking of noise the duct work systems and their penetra ons sealed in the
manner previously described.

Where this is not feasible, the exposed surface of the duct work between the silencer and the
wall subjected to noise infiltra on shall be acous cally clad as specified.

7.8.2 VIBRATION CONTROL


General

The air condi oning contractor must take all necessary precau ons to have minimum noise genera on and
its transmission generated by moving plant and equipment to achieve acceptable limits for occupied areas.
In addi on to the noise level criteria par cular a en on must be given to the following details at me of
ordering plant and equipment and their installa on :-

All moving plant / equipment shall be sta cally and dynamically balanced at manufacturers works and
cer ficates issued.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 242

The isola on of moving plant, machinery and apparatus including lines equipment from the building
structure.

Where duct work and pipe work services pass through walls, floors and ceilings, or wherever supported shall
be surrounded with a resilient acous c absorbing material to prevent contact with the structure and minimise
the outbreak of noise from plant rooms.

The reduc on of noise breakout from plant rooms and the selec on of externally mounted equipment and
plant to meet ambient noise level requirements of the Specifica ons.

Electrical conduits and connec ons to all moving plant and equipment shall be carried out in flexible conduit
and cables to prevent the transmission of vibra on to the structure and nullify the provisions of an -vibra on
moun ngs.

All duct connec ons to fans shall incorporate flexible connec ons, except in cases where these are fi ed
integral within air handling units.

All resilient acous c absorbing materials shall be non-flammable, vermin and rot proof and shall not tend to
break up or compress sufficiently to transmit vibra on or noise from the equipment to the structure.

Where prac cable, a enuators shall be built into walls and floors to prevent the flanking of noise the duct
work systems and their penetra ons sealed in the manner previously described. Where this is not feasible,
the exposed surface of the duct work between the a enuators and the wall subjected to noise infiltra on
shall be acous cally clad as specified.

Ambient noise from cooling tower also shall be assessed to determine the suitable a enuators that can
reduce the noise so as not affec ng the adjoining public area.

7.8.3 Sound A enuators

A enuators shall be provided in ducts in accordance with acceptable noise level criteria & if specified in BOQ.
A enuators shall be constructed from high quality pre-galvanised steel sheet casings with lock formed joints
along the casing length. Angle iron cross join ng flanges shall be fi ed to silencer casings, drilled as required
and finished with red oxide primer paint. Acous c spli ers shall be formed by chancel sec on pre-galvanised
sheet steel framework retaining acous c fill of a density to a ain the required performance. Spli ers shall
have round Nos.,e ends to give smooth entry and exit condi ons to minimise air pressure drops. The acous c
fill shall be protected from the air flow by 22 swg minimum perforated galvanized sheet steel. All a enuators
shall be selected against a maximum allowable air pressure drop of 100 Pa.

It will be the responsibility of the AC Contractor at the me of placing orders for fan equipment to obtain
from the manufacturers, cer fied sound power levels to enable the selected duct silencers to be checked
against the original design informa on, prior to orders being placed.

An -vibra on Moun ngs.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 243

All items of rota ng and reciproca ng plant and equipment shall be isolated from the structure by the use of
an -vibra on materials, moun ngs or spring loaded supports fixed to either concrete bases, iner a blocks or
support steels.

Centrifugal fans and motors within air handling units shall be isolated from the frame of the air handling unit
by suitable an -vibra on moun ngs. Fan discharge air connec ons shall be fi ed with approved flexible
connec ons.

Axial flow fans shall be mounted on steel legs as diaphragm plates supported on neoprene in shear an -
vibra on moun ngs, or suspended using spring loaded hangers to suite the applica on.

The construc on of the an -vibra on moun ngs shall generally comply with the following: -

Enclosed Spring Moun ng (Caged or Restrained Springs)

Each moun ng shall consist of cast or fabricated telescopic top and bo om housing enclosing one or more
helical steel springs as the principle isola on elements, and shall incorporate a built- in leveling device.

The springs shall have an outside diameter of not less than 75% of the opera ng height, and be selected to
have at least 50% overload capacity before becoming coil bound.

The bo om plate of each moun ng shall have bonded to it a neoprene pad designed to a enuate any high
frequency energy transmi ed by the springs.

Moun ngs incorpora ng snobbery of restraining devices shall be designed so that the snubbing damping or
restraining mechanism, is capable of being adjusted to have no significant effect during the normal running
of the isolated machine.

The manufacturers shall provide restrained isolator on chillers subject to approval.

Open Spring Moun ngs

Each moun ng shall consist of one or more helical steel springs as the principal isola on elements, and shall
incorporate a built-in leveling device. The spring shall be fixed or otherwise securely located to cast or
fabricated top and bo om plates, and shall have an outside diameter of not less than 75% of the opera ng
height, and shall be selected to have at least 50% overload capacity before becoming coil-bound.

The bo om plate shall have bonded to it a neoprene pad designed to a enuate any high frequency energy
transmi ed by the springs.

Neoprene-in-Shear Moun ngs

Each moun ng shall consist of a steel top plate and base plate completely embedded in oil resistant neoprene.
Each moun ng shall be capable of being fi ed with a leveling device, and bolt holes in the base plate and
tapped holes in the top plate so that they may be bolted to the floor and equipment where required.

END OF NOISE & VIBRATION CONTROL SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 244

7.9 QUALITY ASSURANCE

General

The following quality assurance, inspec on, tes ng and commissioning procedures shall be required to be
carried out upon award of work.

a) Provide quality assurance program (QAP), Manufacturing quality assurance program (MQAP),
field quality assurance program (FQAP) and quality plan.
b) Tests at manufacturer’s works.
c) Perform site tests and commissioning.
Submi als

I. A er award of work following informa on shall be submi ed.

a. Quality Assurance Program (QAP)

b. Manufacturing Quality Assurance program (MQAP)

c. Field Quality Assurance Program (FQAP)

II. For inspec on and tes ng, submit inspec on and tes ng procedures, program, and record
sheets applicable at each hold point.

III. A er comple on of tes ng, submit test records, packaging, transporta on and storage
instruc ons and methods.

IV. For site installa on and commissioning, submit installa on methods or procedures,
no fica on and procedures for pre-commission and commissioning.

V. A er commissioning, submit site test records, as-built drawings, manufacturer’s opera on


maintenance manuals and list of recommended spares and tools.

7.9.1 Quality Assurance Concept and Control

I. Minimum requirements for establishing and implemen ng a quality assurance program


shall be applied to all aspects of the work necessary for carrying out the contract. Quality
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 245

assurance shall extend to material parts, components, systems and services as a means of
obtaining and sustaining the reliability of cri cal items, opera ng performance,
maintenance and safety.

II. Acceptance of the AC Contractor’s quality assurance program does not relieve the
Contractor’s obliga on to comply with the requirement of the contract document. If the
program is found to be ineffec ve, then the Consultant / Client or his authorized
representa ves reserves the right to request for necessary revisions of the program.

III. The AC Contractor is required to produce readily iden fiable documentary evidence
covering the extent and details of both his own and his Subcontractor’s quality assurances
system as follows:

a. Quality Assurance Program (QAP)

b. Manufacturing Quality Assurance program (MQAP)

c. Field Quality Assurance Program (FQAP)

d. Quality Plan.

IV. These documents shall be prepared separately and submi ed to the Consultant / Client or
his authorized representa ves at the me of star ng the work.

V. Quality Plan and Manual shall be prepared by the AC Contractor for all items and services to
be supplied, a er the contract has been placed, but before commencement of fabrica on,
and shall be subject to evalua on and acceptance by the Consultant / Client or his
authorized representa ves before start of work.

7.9.2 Quality Assurance Manual (QAM)

I. The QAM shall be a general comprehensive document outlining the AC Contractor’s basic
organiza on, policies and procedures. The informa on to be given in the QAM shall include
but not limited to:

a. Quality Policy.

b. Quality Assurance Program

c. Organiza on Structure showing inter rela onships.


__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 246

d. Func onal responsibili es and levels of authority.

e. Lines of communica on.

f. Customer rela ons.

g. Laboratory Facili es.

7.9.3 Manufacturing Quality Assurance Programme (MQAP)

I. The MQAP shall iden fy the AC Contractor’s Quality Assurance Program at works
applicable throughout all phases of Contract performance, including design, procurement,
manufacture, inspec on and tes ng. It shall iden fy each of the program elements to be
designed, developed, executed and maintained by the AC Contractor for the purpose of
ensuring that all supplies and services comply with these specifica ons.

II. The informa on to be given under this program shall include but not limited to :

a. Organiza on and Responsibility.

b. Contract Review.

c. Design and Document Control.

d. Procurement Control.

e. Produc on Control.

f. Control on Subcontractors.

g. In-process Quality Control and Traceability.

h. Inspec on and Tes ng.

j. Control of Non-conformances.

k. Correc ve Ac on.

l. Control of Inspec on, Measuring and Test Equipment.

m. Handling, Storage, Packaging and Delivery.

n. Records.

p. Quality Audits.

q. A er - Sales Servicing.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 247

7.9.4 Field Quality Assurance Programme (FQAP)

I. This programme shall iden fy the AC Contractor’s Quality Assurance Program at site
applicable throughout site construc on, erec on and commissioning. It is the underlying
philosophy that the quality built into the product at works shall be maintained throughout
the construc on and commissioning stages.

II. While, in principle, the FQAP shall include the items discussed in MQAP, it shall, however,
be approached differently to take into account site condi ons.

III. The FQAP shall include, but not limited to the following informa on:

a. Organiza on and responsibility.

b. Control of Drawings and Documenta on.

c. Product Checklist.

d. Control and Traceability of Purchased materials and services.

e. Receipt Inspec on of materials at site.

f. Material Storage Control.

g. Inspec on and Examina on Procedures.

h. Control of Pain ng and Insula on Works.

j. Pre-commissioning.

k. Commissioning.

l. Control of Non-conformances.

m. Correc ve Ac on.

n. Control of Inspec on, Measuring and Test Equipment.

p. Records.

q. Comple on Documents.

r. List of recommended spares and tools.

s. Personal Training.

t. Servicing during DEFECTS RECTIFICATION PERIOD.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 248

7.9.5 Quality Plan

I. The AC Contractor shall be required to prepare manufacturing and construc on/erec on


quality plans for all equipment items and services. The quality plan shall also define the
involvement of Consultant / Client or his authorised representa ves in the inspec on and
test programs.

II. The Quality Plan shall incorporate as appropriate:

a. Charts indica ng flow of materials, parts and components through manufacturing


quality control inspec on and test to delivery and erec on.

b. The charts shall indicate the loca on of hold points for quality control, inspec on
and test beyond which manufacture shall not con nue un l the ac on required by
the hold point is met, and the documenta on required is generated.

c. The control documents Assoc.ciated with each hold point, i.e. drawings, material,
specifica on, Works Process Schedule (WPS), Process Quality Records (PQR),
quality control methods and procedures and acceptance standards.

7.9.6 Site Quality Control Sec on

I. The AC Contractor’s Quality Control (Q.C.) sec on shall be headed by an experienced


Quality Control Engineer. He shall be assisted by other supervisors. The sec on shall bean
independent one, repor ng to the AC Contractor’s Site Manager only on administra ve
ma ers, but otherwise under full control by the AC Contractor’s Corporate Quality System
Management.

II. The AC Contractor’s Q.C. Sec on shall liaise closely with the Consultant’s or his authorized
representa ves in charge of Quality Assurance/Quality Control, and to whom it shall give
fullest coopera on. It is the underlying principle of this contract document that while the
AC Contractor’s Q.C. Engineer implements the Consultant’s Quality Program, the adequacy
and effec veness of that implementa on shall be audited by the Consultant / Client or his
authorised representa ves whose recommenda ons on improving or maintaining quality
shall be acted upon promptly by the AC Contractor’s Q.C. Sec on.

7.9.7 Inspec on and Tes ng

I. All equipment and components supplied may be subjected to inspec on and tests by the
Consultant / Client or his authorised representa ves during manufacture,

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 249

erec on/installa on and a er comple on. The inspec on and tests shall include but not be
limited by the requirements of this contract document. Prior to inspec on and tes ng, the
equipment shall undergo pre-service cleaning and protec on.

II. Tenderers shall state and guarantee the technical par culars listed in the Schedule of
Technical Data. These guarantees and par culars shall be binding and shall not be varied
without the wri en permission of the Consultant / Client or his authorised representa ves.

III. No tolerances shall be allowed other than the tolerances specified or permi ed in the
relevant approved Standards, unless otherwise stated.

IV. If the guaranteed performance of any item of equipment is not met and / or if any item
fails to comply with the specifica on requirement in any respect whatsoever at any stage of
manufacture, test or erec on, the Consultant / Client or his authorised representa ves may
reject the item, or defec ve component thereof, whichever he considers necessary; and
a er adjustment or modifica on as directed by the Consultant / Client or his authorised
representa ves, the Consultant shall submit the item for further inspec on and /or test.

V. The acceptance of the Consultant / Client or his authorised representa ves of inspec on
and / or test results shall not prejudice the right of the Consultant or his authorised
representa ves to reject an item of equipment if it does not comply with the contract
document when erected, does not or prove completely sa sfactory in service.

VI. The Consultant / client’s representa ve shall be responsible for the mely transmission of
the relevant and appropriate sec ons of the contract document to manufacturers and AC
Contractors for the proper execu on of all tests at their works as per contract
specifica ons.

7.9.8 Tests at Manufacturer’s Works

I. All tests to be performed during manufacture, fabrica on and inspec on shall be agreed
with the Consultant or his authorised representa ves prior to commencement of the work.
The AC Contractor shall prepare the details of the schedule and submit these to the
Consultant / Client or his authorised representa ves for endorsement. It must be ensured
that adequate relevant informa on on the design code/standard employed, the
manufacture /fabrica on/assembly procedure and the a endant quality control steps
proposed are made available to the Consultant / Client or his authorised representa ves
who will mark in the appropriate spaces his inten on to a end or waive the invited tests, or
inspec ons. AC Contractor shall arrange inspec on and factory witness test for chiller.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 250

II. A minimum of fi een days’ no ce of the readiness of equipment for test or inspec on shall
be provided to the Consultant / Client or his authorised representa ves by the AC
Contractor (whether the tests be held at the Subcontractor of AC Contractor’s works). The
subject items should remain available for Consultant / Client or his authorised
representa ves inspec on and test up to a minimum 10 days beyond the agreed date of
witnessing the test. Every facility in respect of access, drawings, instruments and manpower
shall be provided by the Subcontractor and AC Contractor to enable the Consultant / Client
or his authorized representa ves to carry out the necessary inspec on and tes ng of the
Plant.

III. No plant shall be packed, prepared for shipment, or dismantled for the purpose of packing
for shipment, unless it has been sa sfactorily inspected, all tests called for have been
successfully carried out in the presence of the Consultant / Client or his authorised
representa ves or approved for shipment, or alterna vely inspec on has been waived.

IV. Func onal electrical, mechanical and hydraulic tests shall be carried out on completed
assemblies in the works. The extent of these tests and method of recording the results shall
be submi ed to, and agreed by, the Consultant / Client or his authorised representa ves in
sufficient me to enable the tests to be sa sfactorily witnesses, or if necessary for any
changes required to the proposed program of tests to be agreed.

V. The Consultant / Client or his authorised representa ves reserves the right to visit the
Manufacturer’s works at any reasonable me during fabrica on of equipment and to
familiarize himself with the progress made and the quan ty of the work to date.

VI. Within 30 days of comple on of any tests, triplicate sets of all principal test records, test
cer ficates and correc on and performance curves shall be supplied to the Consultant /
Client or his authorised representa ves.

VII. These test records, cer ficates and performance curves shall be supplied for all tests,
whether or not they have been witnessed by the Consultant / Client or his authorized
representa ves or not. The informa on given on such test cer ficates and curves shall be
sufficient to iden fy the material or equipment to which the cer ficate refers and should
also bear the Contract reference tle.

VIII. When all equipment has been tested, the test cer ficates from all works and site tests shall
be compiled by the AC Contractor into volumes and bound in an approved from complete

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 251

with index and four copies of each volume shall be supplied to Consultant / Client or his
authorized representa ves.

IX. Stage wise inspec on of equipment in factory in waived.

7.9.9 Performance Tests at Manufacturer’s Works

I. All equipment may be subjected to rou ne performance tests at the Manufacturer’s Works
in accordance with the relevant ANSI, ASME, ASTM, BIS standard including opera ng tests
of complete assemblies to ensure correct opera on of apparatus and components.

II. Pumps, fans, compressor, and other rota ng equipment shall be given full load tests, and
run to 15% over speed for 5 minutes to check vibra on. Main and auxiliary gear boxes shall
be subjected to shock load tests and a six-hour endurance run at rated speed and maximum
torque.

III. The AC Contractor shall submit single line diagrams including the layout of the Plant
together with the loca on of test instrumenta on and the principal dimensions of the
layout. All calcula ons to derive performance data shall be made strictly in accordance with
format given in the approved standards. Any altera ons or devia ons from the approved
standard test layout or formulae shall be subjected to the prior endorsement of the
Consultant / Client or his Authorised representa ves.

IV. The performance test shall be conducted over the full opera ng range of the pump to a
closed valve condi on and a minimum of five measurement points covering the full range
shall be taken. Curves indica ng Quality vs. Head, Quan ty vs. Power absorbed, and
Quan ty vs. Pump efficiency shall be provided. In addi on a curve of the NPSH required vs.
Quan ty shall be provided except when the suc on condi ons do not require this test. Any
proposal for the omission of this test shall be to the endorsement of the Consultant / Client
or his authorised representa ves.

V. On comple on of the tests the AC Contractor shall submit a report showing the test results
obtained together with the curves corrected to the site opera ng condi ons.

END OF QUALITY ASSURANCE SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 252

7.10 TESTING, ADJUSTING AND BALANCING


The AC Contractor shall have a dedicated experienced, specialized, approved, tes ng and commissioning
(T&C) team /agency responsible for coordina on with other trades, prepara on of T&C plan method
statement & T&C procedures, organizing & scheduling the T&C ac vi es along with the progress of works,
supervision any re-tes ng, coordina on with third par es for commissioning & cer fica on, organizing &
performing tes ng for sa sfac on of all Statutory Bodies, T&C record documenta on & handover

General

a. Tes ng, adjus ng and balancing of hea ng, ven la ng and air-condi oning systems at site.

b. Tes ng, adjus ng and balancing of HVAC Hydronic system at site.

c. Tes ng, adjus ng and balancing of exhaust system at site.

Comply with current edi ons of all applicable prac ces, codes, methods of standards
prepared by technical socie es and Assoc.cia ons including:

ASHRAE : 2007 HVAC Applica on.

SMACNA : Manual for the Balancing and Adjustment of air distribu on


system.

d. AC Contractor shall submit a Test, adjust, balance procedure/method statements/charts for


approval to Client.

Performance

a. Verify design conformity.

b. Establish fluid flow rates, volumes and opera ng pressures.

c. Take electrical power readings for each motor.

d. Establish opera ng sound and vibra on levels.

e. Adjust and balance to design parameters.

f. Record and report results as per the formats specified.

Defini ons

a. Test : To determine quan ta ve performance of equipment.

b. Adjust : To regulate for specified fluid flow rates and air pa erns at terminal
equipment (e.g. reduce fan speed, thro ling etc.)

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 253

c. Balance : To propor on within distribu on system (submains, Branches and


terminals) in accordance with design quan es.

Tes ng, Adjus ng and Balancing (TAB) Procedures

The following procedures shall be directly followed in TAB of the total system. Before commencement of
each one of the TAB procedure explained hereunder, the AC Contractor shall in mate the Client about his
readiness to conduct the TAB procedures in the format given in these specifica ons.

7.10.1 Air Systems


I. Ductable Unit Performance

The TAB procedure shall establish the right selec on and performance of Ductable Unit with the following
results :

a. Air-IN DB and WB temperature.

b. Air-OUT DB and WB temperature.

c. Dew point air leaving.

d. Sensible heat flow.

e. Latent heat flow.

f. Sensible heat factor.

g. Fan air volume.

h. Fan air outlet velocity.

i. Fan sta c pressure.

j. Fan power consump on.

k. Fan speed.

II. Air distribu on

Both supply and return air distribu on for each AHU and for areas served by the AHU shall be determined
and adjusted as necessary to provide design air quan es. It shall cover balancing of air through main and
branch ducts.

III. The Preparatory Work

To conduct the above test, following preparatory works are required to be carried out including the
availability of approved for construc on shop drawings and submi als:

a. All outside air intake, return air and exhaust air dampers are in proper posi on.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 254

b. All system volume dampers and fire dampers are in full open posi on.

c. All access doors are installed & are air ght.

d. Grilles are installed & dampers are fully open.

e. Provision and accessibility of usage of TAB instruments for traverse measurements are available.

f. All windows, doors are in posi on.

g. Duct system is of proper construc on and is equipped with turning vanes and joints are sealed.

h. Test holes and plugs for duc ng.

7.10.2 Readiness for Commencement of Tab


Before star ng of any of the tests, the readiness to do so should be recorded as per the prescribed check
list.

SYSTEM READY TO BALANCE CHECK LIST (NOT LIMITED TO FOLLOWING)

Descrip on Ready Date

Yes No Corrected

1. HVAC Units

a) Outdoor Units

a) Outdoor Units Make and Model


b) Type (Cooling or heat pump)
c) Dimension of unit (Overall)
d) Actual capacity (TR) at specified condi ons
e) Permissible length of refrigerant piping
f) Type of compressor
g) No. of compressor (each unit)
h) No. of digital compressor Electrical characteris cs
i) Power consump on at ARI
condi ons for each capacity 100%

75%

50%

25%

a) Indoor Unit

g) Manufacturer Type
h) Nominal capacity (TR)
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 255

i) Airflow Min/Max (CFM) Sound level (Hi/Lo)


j) Overall dimensions (L x W x H)
k) Unit weight (Kg)
l) Remote controller for each indoor unit (Yes/No)
c) Centralized Controller

e) No. of controllers
f) Features
g) Power consump on
h) Technical brochures to be a ached.
d) Fans

Rota on

Wheel clearance and balance

Bearing and motor lubrica on

Drive alignment

Belt tension

Drive set screws ght

Belt guard in place

Flexible duct connector alignment

Starters and disconnect switches

Electrical service & connec ons.

Nameplate data

e) Vibra on Isola on

Springs & Compression

Base Level & Free

2. Duct System

a) General

Manual dampers open & locked

Access doors closed and ght

Fire dampers open and accessible

Terminal units open and set

Registers and diffusers open and set

Turning vanes in square elbows


__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 256

Provisions made for TAB measurements.

Systems installed as per plans.

Ductwork sealed as required

b) Architectural

Windows installed and closed.

Doors closed as required.

Ceiling plenums installed and sealed.

Access doors closed and ght

Air sha s and openings as required

INSTRUMENT CALIBRATION REPORT

PROJECT _____________________________________________________

S/N INSTRUMENT/ APPLICATION DATES OF CALIBRATION


SERIAL NO. USE TEST DATE

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 257

14.

15.

16.

REMARKS

TEST DATE _______________ READINGS BY _______________________


AIR HANDLING EQUIPMENT TEST REPORT

PROJECT_____________________________________________________

SYSTEM/UNIT___________________LOCATION_____________________

Descrip on Data

a) UNIT
Make/Model No.
Type/Size
Serial Number
Arr./Class
Discharge
Pully dia/Bore
No. Belts/make/size
No.Filters/type.size (Pre.)
No.Filters/type/size (secondary)

b) MOTOR
Make / Frame
H.P / RPM
Volts/Phase/cycles
F.L amps.
Pully Dia/Bore
Pully /Distance.
Total Cfm
Total S.P
Fan RPM
Motor Volts. T
Outside air Cfm
Return air Cfm
Discharge S.P
Cooling Coil S.P
Filters S.P

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 258

REMARKS

TEST DATE______________ READINGS BY ________________________

FAN TEST REPORT

PROJECT_____________________________________________________

FAN DATA FAN NO. FAN NO. FAN NO.

Loca on
Service
Manufacturer
Model No.
Serial No.
Type / Class
Motor Make / Style
Motor H.P/RPM/ Frame
Volts/Phase/Cycles
F.L Amps.
Motor pully Dia./Bore
Fan pully Dia./Bore
No. Belts/ Make/Size
Pully Distance.
CFM
FAN RPM
S.P IN/OUT
TOTAL S.P
Voltage
Amperage

REMARKS

TEST DATE ______________ READINGS BY _______________________

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 259

RECTANGULAR DUCT TRAVERSE REPORT

PROJECT___________________SYSTEM___________________________

LOCATION / ZONE_______ACTUAL AIR TEMP. _______DUCT S.P______

DUCT REQUIRED ACTUAL


SIZE_____SQ.FT.______ FPM_____CFM______ FPM_____CFM______

POSITION 1 2 3 4 5 6 7 8 9 10 11

10

11

12

13

VEL1OCITY
SUBTOTALS

REMARKS

TEST DATE____________ READINGS BY __________________________

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 260

GRILLES AND DIFFUSERS TEST REPORT

PROJECT_________________ SYSTEM ____________________________

OUTLET___________________MANUFACTURER____________________

TEST APPARATUS_____________________________________________

S/N AREA OUT LET DESIGN PRLIMINARY FINAL


SERVED NO./TYPE/SIZE CFM/VEL VEL/CFM VEL/CFM

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14.

15.

REMARKS

TEST DATE_____________ READINGS BY _________________________

END OF TESTING, ADJUSTING & BALANCING SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 261

7.11 PAINTING WORK


This sec on deals with pain ng of various equipment / material supplied under this contract. It gives basic
guidance for pain ng as specified below:-

Applica on : The original colour of all equipments like water chilling machines, air-handling units etc. which
if get damaged during transporta on or during installa on shall be painted in original shade with the two
coat of paint to give a final finish.

All AC works shall be painted as per standard code and requirement of prac ce and arrows shall be marked
to indicate direc on of flow of water.

7.11.1 Colour Scheme For The Equipments / Materials

Descrip on Standard Colour & Reference Le ering


Colouring

Exposed Duct Work To requirement Contractor


instruc on
(other than plant room)

Air Condi oning BSS 111 Pale Blue Black

Duct Work (Plant Rooms)

Ven la on Duct BSS 111 Pale Blue Black

Duct Work (Plant Rooms)

Condi oner Casings BSS 111 Pale Blue Black

Air Handling Units,

Filter Plenums

Electrical (Conduit Ducts BSS 557 Light Black

and Motors ) Orange

Chilled Water Pipe Jade Green Black

Drains Black White

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 262

Descrip on Standard Colour & Reference Le ering


Colouring

Vents White Black

Fans BSS 111 Pale Blue Black

Valves and Pipe Line Fi ngs White with black handles Black

Beltquards Black and yellow diagonal stripes (45


25 mm wide)

Switchboards- exterior – interior BS 366 Light Beige White

Machine Bases, Iner a Bases and Charcoal Grey


Plinths

Chilling M/C As Per Manufacturer’s Standard

Pump-sets Ba le ship grey

Condenser water pipes Light green Black

Electrical panels/sub-panel/ Light grey powder coated

remote control console RAL 7032 as per DIN

Supports for ducts Silver

END OF PAINTING WORK SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 263

7.12 MODE OF MEASUREMENT


The following measurement code shall apply to the Contract:

7.12.1 Sheet Metal Work

Duc ng

a) The final finished sheet area in sq. mt shall be measured only.

b) Vanes, spli ers, flanges, access doors etc. shall not be separately measured. These shall
be treated as part of duct work.

c) Bends, Elbows, Transforma on, pieces etc. shall be measured along the centre line and
measured as per duct work.

d) Canvas connec ons, Duct Supports, S ffening members, frames etc. shall not be
measured separately and shall form part of duct work / equipment.

Grills / Diffusers / Fire Dampers

All Grills / Diffusers / Fire Damper areas will be measured in terms of effec ve area (Neck Area).
Any Extruded aluminum grill / diffusers having an area less than 0.1 sq.mt shall be accounted as
0.1 sq.mt.

Box Dampers

a) Duct dampers shall be measured in Sq. Mt. in terms of effec ve area.

b) Fresh air dampers shall be measured as effec ve areas only. No separate measurements
for bird screen inlet / outlet louvers shall be done.

7.12.2 Piping Work

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 264

a) The length of piping accessories & fi ngs shall be measured along its centre line in meters
and no measurements for bends, elbows, tees etc. shall be made. All such fi ngs /
accessories shall be treated as part of the piping work.

b) Flanges shall not be measured, as they form part of piping work.

c) All kinds of supports, hangers etc shall be part of piping work & no extra measurements
shall be done.

7.12.3 Insula on

Insula on of Duct

This shall be measured on the basis of bare duct surface area i.e. the area of duct insula on &
area of duct shall be same.

Drain Water Pipes.

i) Insula on of pipes shall be measured in terms of linear length of pipe for each size.

ii) For insula on of bends, elbows, tees etc. it shall be measured along with the center line of
insula on and shall be measured in meters.

Acous c Lining of Duct & Plenum

This shall be measured on the basis of bare duct surface area i.e. the area of duct lining & area of duct shall
be same.

7.12.4 Electrical Cabling Work

a) All power cables / controls cables shall be measured on linear basis in meters.

b) No extra price shall be paid on account of end termina on of cables which includes thimble,
gland etc.

7.12.5 Structural Supports

No extra price shall be paid on account of structural supports required for piping, duc ng & cabling work.

Note:- The items not specified above or not specified in BOQ & Specifica on but technically required shall
be part of that par cular equipment / material.
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 265

7.12.6 Flexible Pipe Connector

Flexible pipe connector wherever required are part of the equipment & are specified in BOQ with the
equipment. No extra price shall be paid on account of this.

END OF MODES OF MEASUREMENT SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 266

7.13 VENDOR APPROVAL & LIST OF MAKES

1. Contractor shall generally use the items/material of the makes as indicated in the below given
list and as approved by the Employer/ Engineer.
2. The contractor shall ensure the correct selec on of the make, mee ng the technical
specifica ons and all contractual, func onal and applica on requirements. The technical
submission made by the contractor should clearly indicate devia on or improvements (if any)
from specifica ons. Before placing order for procurement, the Engineer may ask for the sample
of the item/ material of proposed make to verify its suitability to the technical specifica on and
all contractual, func onal and applica on requirements. However, in case Employer / Engineer
considers that the make / model proposed by the contractor does not meet the requirements,
the contractor will propose an alternate make acceptable to the Employer/ Engineer. The
decision of Employer/ Engineer in this regard shall be final and binding on the both the par es.
3. The alternate makes if contractor so wants, can be used only a er No ce of No Objec on
accorded by the Engineer/Employer, whose decision will be final in the ma er and binding.
4. Vendor selected by the contractor should be capable of providing good a er sales service in
Delhi area during DLP and therea er.

General:

(a) It shall be obligatory for the Contractor to obtain “No ce of No Objec on” from the Engineer
for the vendors of all item/ material required for work, even if the name of the vendor is
specified in the Contractor’s Technical Submission..

(b) The contractor will submit a list ‘A’ of vendors (for all the items/ material required for works)
which they are proposing from the make list.

The list should include the items/ material for which the contractor is proposing the product of the
indicated vendor. The contractor will be advised ‘No Objec on’ with following caveat -

• The model etc. to be supplied, will be the latest or superior one.

• The contractor will be required to submit the technical proposal for the scru ny

For all the items/ material required for works, for which contractor wants to propose new vendor,
the contractor shall submit a List ‘B’ .

The contractor shall submit the undertaking that above lists i.e. List ‘A’ and List ‘B’ includes all the
items required to execute the works in the contract.

Vendor Approval and Selec on Procedure


1. If the contractor wants to use alternate makes other than those s pulated, the contractor can
send a proposal a er ensuring that what they propose meets the technical specifica ons and all
the contractual, func onal and applica on requirements and the quality & safety standard of the
s pulated makes. The alternate proposed product should be a proven one. He shall also stand
full guarantee to his alternate proposal and if at any stage it is found that the material is not
suitable or mee ng the tender requirement, the contractor shall replace the material and provide
the material from the indicated vendor without any addi onal cost to . The alternate makes can
be used only a er a No ce of No Objec on is accorded by the Employer/Engineer, whose decision
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 267

will be final in the ma er.


2. The approval of the vendor & Technical approval of any equipment or product to be used, shall
be done in two stages: -
a. Stage-I

• Assessment of capability of proposed Vendor to supply a par cular equipment or


product, with quality and performance requirements, as required by the technical
specifica on and all contractual, func onal and applica on requirements. The proposed
product/ vendor should be a proven product in service from last 5 years (at least).

• Assessment of the financial and func onal strength of the Vendor to supply the requisite
quan ty of equipment and product as per delivery schedule acceptable to contractor
and engineer to deliver the project in me.

b. Stage-II

This stage is called Technical Submission Stage, selec on of Equipment or product from the
equipment / products manufactured / supplied by the approved vendor will be done. This
stage includes thorough technical assessments about the conformance of the offered
equipment / product to the Specifica ons and other requirements.

c. To obtain Vendor Approval (especially in case of new vendor) the Contractor must apply
with the four sets of the following documents to the Engineer

(i) Company Profile and Experience of the Vendor

(ii) Clause wise compliance of the relevant Clauses of Specifica ons.

(iii) Details of supplies / orders executed in last ten years for the type of equipment /
product offered. Supplies / orders executed for underground metro/ rail sta ons shall
be specifically men oned

(iv) Details of the facili es available at the Works / Manufacturing Unit where the proposed
equipment / product shall be manufactured.

(v) ISO 9000 Cer fica on for the Works / Manufacturing Unit where the proposed
equipment / product shall be manufactured (The Works / Manufacturing Unit where
the proposed equipment / product shall be manufactured must have ISO 9000
Cer fica on)

(vi) Proof regarding compliance to Manufacturer’s Qualifica ons. The offered

products must be proven in service.

(vii) Audited Financial Statements of the Vendor for the last three years.

(viii) Type test cer ficates/ Performance cer ficate from accredited laboratories for the
proposed type of equipment / products to establish the technical capability of the
vendor (In case, specific requirements are men oned in the relevant sec ons of
Specifica ons with regard to type tes ng, same shall also be complied addi onally).

(ix) The vendor shall not have been blacklisted by any Govt. Agency in India.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 268

(x) Any other item as required by Employer / Engineer.

(xi). Contractor must cer fy the check list provided that vendor Proposal is complete and all
the above documents are available in the Vendor Proposal. In addi on, the Contractor
must check / cer fy compliance to the Specifica ons before forwarding the same.

(xii). Incomplete Vendor Proposal will not be treated as a submission and will be returned
and delay thereon will be responsibility of contractor.

(xiii) Engineer will give Approval to the Vendor Proposal (received complete with all the
documents men oned above) expedi ously.

(xiv) Technical submission shall be accompanied with the calcula ons / other technical
documents to jus fy the selec on of any par cular model of equipment / product,
detailed technical features / parameters of the selected product, type test cer ficates
from the accredited laboratories for the offered products, any other document
required by the Engineer.

(xv) Engineer will give Approval to the Technical Proposal (received complete with all the
documents men oned above) expedi ously.

d. It may be noted that Approval of Vendors/ Technical as per Point C above shall only be
done by Employer / Engineer a er the award of the work. Vendor/ Technical submissions
shall not be evaluated during the tender evalua on. Condi onal Tender offers received from
Tenderers with par cular Vendors for supply of equipment/ products will not be evaluated
during evalua on and will be dealt with a er award of the work.

e. It may further be noted that Employer / Engineer shall be under no obliga on to accept
equipment / products manufactured by the successful Tenderer, unless it meets the en re
criterion men oned above. The Employer/ Engineer’s decision on contractor’s proposal
shall be final and binding.

In addi on to above, the following shall also be ensured for approval of System/Product/
Vendor/ Sub-Vendor -

i. Proven Design

The Contractor shall develop the design based on this specifica on and on sound proven
and reliable engineering prac ce. The broad design details shall be submi ed with
technical support data in the technical bid. Detailed calcula ons shall be submi ed to the
engineer during the design process stage for review and approval.

ii. Systems and Sub-Systems

Manufacturer shall have at least 5 years’ experience of design and manufacturing of similar
system. Proposed systems from the proposed manufacturing unit shall have been in use
and have established their sa sfactory performance and reliability for 3 years in minimum.

All sub-systems, equipment and major components etc. (hereina er referred as ‘sub-
systems’) shall be state-of-art and of proven design.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 269

Proposed Systems/ sub-systems shall have been in use and have established their
sa sfactory performance and reliability on at least two mass rapid transit system/ high
speed/ big building projects (including Railway or Airports) in revenue service over a period
of three years or more either outside the country of origin at an average in two different
countries or in underground metro/ rail sta ons. Systems/ sub-systems/ components used
in any other Metro do not get automa cally qualified for use unless specifically approved
by the Engineer for this project. If required by the Engineer, Contractor shall provides
cer ficates of sa sfactory performance for a period of five years or more from the Metro
Operators. Where similar System/ Sub-system of a different ra ng are already proven in
service as per the above criterion then the supply shall be based on such sub-systems.

All ‘Sub- Systems’ shall be procured from the approved vendors and sourced from only
such manufacturing units that have supplied the sub-systems that fulfill the proven design
requirements as above.

In case the contractor proposes to use systems or subsystem(s) that do not fulfill the above
said criterion then the contractor shall furnish sufficient informa on to prove the basic
soundness and reliability of the offered systems and subsystem(s) for review of the
Engineer. The Engineer’s decision on contractor’s proposal shall be final and binding.

For sourcing the equipment from indigenous manufacturing facili es, following condi ons shall be
complied: -

i. In case the vendor uses his own facili es for indigeniza on a er part supply of equipment
from the approved manufacturing unit, no change in design, component type/make, quality
standards, manufacture procedure, etc. shall be made without specific approval of the
Engineer.
ii. In case OEM wants to use manufacturing facili es in India (other than his own) for items
for which the OEM has been approved, it shall enter into an agreement with such selected
Indian equipment manufacturer and obtain prior approval from BIMTECH . No change in
composi on, ra ng, type, model no., manufacturing process, quality standards, design, etc.
and make of the components used in assemblies/sub- assemblies of such equipment as
manufactured by the approved parent vendor shall be made without specific approval of the
Engineer.
iii. In case OEM wishes to change/make/type specifica ons, etc. of any sub-components for
supplies to be sourced from Indian facility, specific prior approval of the Engineer shall be
obtained for changes made, model, specifica on, etc. Responsibility for obtaining such prior
approval shall rest solely with the contractor.

Format for submi ng the vendor approval request shall be given to the contractor during
ini al stages and approved format shall be followed throughout the contract.

For List of Make please refer a ached annexure.

NOTE: All makes shall confirm to standard specifica ons of each items as enclosed with the tender
documents.

END OF SCHEDULE OF MAKES

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 270

7.14 EXCLUDED ITEMS FROM THE SCOPE OF HVAC CONTRACTOR


a) Housing of equipments.

b) Founda ons of all equipments, suppor ng structure for VRV outdoor unit etc.

c) Main incoming stabilised power supply with double earthing in the Main Panel i.e. 415 ±10 % volts,
50 Hz ± 5% AC supply.

d) Any kind of masonry work such as openings in walls/slabs and making good thereof.

e) Any kind of false ceiling work, return air boxing, wooden / aluminium frames for fixing grills /
diffuser.

g) Drain points in near each indoor unit.

h) Power and water for erec on, tes ng and commissioning of the HVAC System.

i) Any kind of masonry sha s & trenches for laying pipes / cables / ducts etc.

END OF EXCLUDED ITEMS WORK

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 271

7.15 IDENTIFICATION OF SERVICES

General

This sec on comprises of iden fica on of services for each piece of equipment

Iden fica on of Services

Pipe work and duct work shall be iden fied by colour bands 150 mm. wide or colour triangles of at least
150 mm. / side. The bands of triangles shall be applied at termina on points, junc ons, entries and exits of
plant rooms, walls, in ceiling spaces, ducts and control points to readily iden fy the service, but spacing
shall not exceed 4.0 metres.

7.15.1 Pipe Work Services


For pipe work services and its insula on the colours of the bands shall comply with BS.1710: 1971.

Basic colours for pipe line iden fica on:

Pipe Line Contents BS. 4800 Colour Reference Colour

Water 12 D 45 Green

Steam 10 A 03 Grey

Oils 06 C 39 Brown

Gas 08 C 35 Yellow / Brown

Pipe Line Contents BS. 4800 Colour Reference Colour

Air 20 E 51 Blue

Drainage 00 E 53 Black

Electrical 06 E 51 Orange

Colour code indicator bands shall be applied as colour bands over the basic iden fica on colour in the
various combina ons as listed below :-

Pipe Line Contents Colour Bands to BS. 4800

Water Services :

Cooling 00 E 55

Fresh / drinking 18 E 53

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 272

Pipe Line Contents Colour Bands to BS. 4800

Boiler feed 04 D 45/00 E 55 / 04 D 45

Condensate 04 D 45/14 E 53 / 04 D 45

Chilled 00 D 55/14 E 53 / 00 D 45

Central Hea ng Services :

Below 100 Deg. C 18 E 55/04 D 45/18 E 53

Above 100 Deg. C 04 D 45/18 E 53 /04 D 45

Cold Water Storage

Tanks: 00 E 55/18 E 53/00 E 55

Hot Water Supply 00 E 55/04 D 45/00 E 55

Hydraulic Power 04 C 33

Sea / River Untreated Basic Colour only

Fire Ex nguishing 04 E 53

Steam Services : Basic Colour only

Air : Compressed Basic Colour only

Vacuum White

Town Gas : Manufactured 14 E 53

Natural 10 E 53

Oils :

Diesel 00 E 55

Lubrica ng 14 E 53

Hydraulic Power 04 C 53

Transformer 04 D 45

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 273

Pipe Line Contents Colour Bands to BS. 4800

Drainage and other fluids : Basic Colour only

Electrical Services : Basic Colour only

In addi on to the colour bands specified above all pipe work shall be legibly marked with black or white
le ers to indicate the type of service and the direc on of flow, iden fied as follows:-

High Temperature Hot Water HTHW

Medium Temperature Hot Water MTHW

Low Temperature Hot Water LTHW

Chilled Water CHW

Condenser Water CONDW

Steam ST

Condensate CN

Pipe shall have the le ers F and R added to indicate flow and return respec vely as well as direc onal
arrows.

7.15.2 Duct Work Services :


For Duct work services and its insula on the colours of the triangles shall comply with BS.1710 : 1971. The
size of the symbol will depend on the size of the duct and the viewing distance but the minimum size should
not be less than 150 mm. length per side. One apex of the triangle shall point in the direc on of airflow.

Services Colour BS.4800 Colour Reference

Condi oned Air Red and Blue 04 E 53 / 18 E 53

Ward Air Yellow 10 E 53

Outdoor air Green 14 E 53

Exhaust / Extract / Recirculated Air Grey AA 0 09

Foul Air Brown 06 C 39

Dual Duct System Hot Supply Air Red 04 E 53

Cold Supply Air Blue 18 E 53

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 274

In addi on to the colour triangles specified above all duct work shall be legibly marked with black or
white le ers to indicate the type of service, iden fied as follows:-

Supply Air S

Return Air R

Outdoor Air O

Exhaust Air E

Smoke Extract Duct M

Spill Air A

The colour banding and triangles shall be manufactured from self adhesive cellulose tape,
laminated with a layer of transparent ethyl cellulose tape.

END OF IDENTIFICATION OF SERVICES SPECIFICATION

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 275

7.16 PERFORMA OF TECHNICAL DATA TO BE FILLED UP BY THE AC CONTRACTOR


Contractor should furnish technical data as men oned below, of the equipment and accessories offered by
him as per scheme, specifica on, bill of quan es given in the tender.

Appendix – A

7.16.1 TECHNICAL DATA TO BE FURNISHED BY THE TENDERER FOR THE VRF/VRV SYSTEM

Tenderers are required to separately fill the Data for each ra ng of the equipment offered.

S. No. System Offered VRF/VRV

1.0 OUTDOOR UNITS (ODU)

1.1 Make and model number of the compressor

1.3 Normal ra ng of the Outdoor unit

1.4 Actual ra ng of the ODU

1.5 Number of compressors in each outdoor unit

1.6 Type of compressor

1.7 No. Of Inverter Compressor

1.8 Capacity of each compressor

1.12 Motor ra ng of each compressor

1.13 AC or DC motor

1.14 Type of starter for the compressor motor

1.16 Type of refrigerant

1.17 Star ng Current

2.0 INDOOR UNITS (IDU)

2.1 Make and model number of the IDU

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 276

2.2 Material of construc on

2.3 Type of indoor unit

2.4 Type of moun ng of the indoor unit

2.5 Power consump on of each indoor unit at full load

2.6 Air flow through the indoor unit

2.7 Type of fan for the indoor units

2.8 Make and model number of the fan

2.9 Number of indoor units connected to one circuit

2.10 Type of expansion valve

2.11 Make and model number of the expansion valve

3.0 REFRIGERANT PIPING

3.1 Dia and thickness of cold refrigerant pipe

3.2 Dia and thickness of hot refrigerant pipe

3.3 Field test pressure for the refrigerant piping

3.4 Type of insula on material for the refrigerant piping

Duct Insula on

a) Manufactures Name :

b) Material :

c) Density Kg. Per Cmt :

d) Thermal Conduc vity Kcal / Hr. Deg. C. :

e) Facing / finish of Insula on :

Duct Lining

a) Manufactures Name :
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 277

b) Material :

c) Density Kg. Per Cmt :

d) Thermal Conduc vity Kcal / Hr. Deg. C. :

Pipe Insula on

a) Manufactures Name :

b) Material :

c) Density Kg. Per Cmt :

d) Thermal Conduc vity Kcal / Hr. Deg. C. :

Axial Flow Fan

a) Manufactures Name :

b) Capacity CMH :

c) Sta c Pressure :

d) Motor BHP & HP :

e) Fan Diameter mm :

f) Efficiency of Fan :

g) dB level at 2.5 Meter :

h) RPM of Fan :

Centrifugal Fan

a) Manufactures Name :

b) Capacity CMH :

c) Sta c Pressure :

d) Motor BHP & HP :

e) Fan Diameter mm :

f) Efficiency of Fan :

g) dB level at 2.5 Meter :

h) RPM of Fan :

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 278

Fan & Fan Motor

a) Make of Fan & Motor :

b) Type of fan :

c) No. of fans :

d) Width and dia of fans (MM) :

e) Type of blade :

f) Air quan ty CMH :

g) Sta c pressure in wg :

h) Type of balancing :

i) Brake horse power in HP :

j) Horse power of motor in HP :

k) Motor RPM :

l) Fan speed :

m) Type of Drive (Belt Driven / Direct Driven) :

Inline Fans

a) Manufactures Name :

b) Capacity CMH :

c) Sta c Pressure :

d) Motor BHP & HP :

e) Fan Diameter mm

Grills / Diffusers / Dampers

Please indicate make / material / gauge of the following:

Make Material

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 279

a) Duct Dampers :

b) Grills / Diffusers :

c) Fire Dampers :

d) Smoke & Temperature Sensor :

e) Volume Control Dampers :

Ductable Unit

a) Air quan ty CFM :

b) Fan Sta c pressure (External) in mm :

c) Face area of Cooling Coil :

d) Minim. no. of fins / cm :

e) No. of rows deep :

f) Motor HP :

g) Sandwiched tray :

h) Type of pain ng :

i) Noise Level in db at a distance of 1.0 m :

k) Make :

END OF TECHNICAL DATA TO BE FILLED BY AC CONTRACTOR

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 280

LIST OF APPROVED MAKES FOR FIRE FIGHTING SERVICES:

The attached list schedule indicates the acceptable manufacturer for mechanical and electrical
equipment.
SR. DESCRIPTION OF MATERIAL PROPOSED BRANDS/ MAKES/ MANUFACTURERS
NO.

1. M.S/ G.I PIPE TATA/ JINDAL HISAR/ APL APOLLO

DUCTILE IRON THREADED FITTINGS


2. JANSON / NVR
(UL/FM APPROVED)
3. SLUICE/ GATE VALVES SKS /ZOLOTO /ADVANCE

4. BUTTERFLY VALVES SKS /ZOLOTO /ADVANCE

5. NON RETURN VALVES SKS /ZOLOTO /ADVANCE

6. BALL VALVES CIM/ ZOLOTO/ TIEMME

7. PRESSURE GAUGE FEIBIG/ H.GURU/ WAAREE

8. HYDRANT/ LANDING VALVE SUPEREX /NEWAGE MUMBAI / MINIMAX

9. FIRE BRIGADE INLET & SUCTION SUPEREX /NEWAGE MUMBAI / MINIMAX

10. HOSE PIPE (C. P) SUPEREX /NEWAGE MUMBAI / MITRAS

11. HOSE PIPE (R.R.L.) SUPEREX /NEWAGE MUMBAI / MITRAS

12. HOSE REEL SUPEREX /NEWAGE MUMBAI / MITRAS

HOSE COUPLING BRANCH PIPE AND SUPEREX /NEWAGE MUMBAI / MINIMAX


13.
NOZZLE
FIRE EXTINGUISHERS (ISI BRANDED
14. SUPEREX /NEWAGE MUMBAI / MINIMAX
ONLY)
PENDANT / UPRIGHT SPRINKLER
15. TYCO/ VIKING/ HD FIRE
HEADS
ANTI-CORROSIVE PIPE TREATMENT PYPKOTE (IWL) / COATEK/ POLYCHEM / TYCO
16.
(AS PER IS:10221 – 1982) ADHESIVES
17. PAINT ASIAN/ NEROLAC / BERGER (FIRST QUALITY)

18. FIRE FIGHTING PUMPS MATHER & PLATT/ KSB / KIRLOSKER

19. ELECTRICAL MOTORS CROMPTON/ SIEMENS/ ABB

20. DIESEL ENGINE CUMMINS/ GREAVES/ ASHOK LEYLAND


VIBRATION ISOLATOR/ FLEXIBLE
21. DONLOP/ KPC/ RESISTOFLEX
COUPLING
22. STRAINER SKS /ZOLOTO /ADVANCE

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 281

SR. DESCRIPTION OF MATERIAL PROPOSED BRANDS/ MAKES/ MANUFACTURERS


NO.
23. WELDING ROD ADVANI/ VICTOR/ ESAB INDIA /ADOR

24. PRESSURE SWITCH INDFOS/ DANFOS/ WAAREE

25. AIR VENTS/ SAFETY RELIEF VALVES GIACOMINI /CIM/ ADVANCE

26. FIRE HOSE CABINET FABRICATED AS PER DRAWING

27. G.I. PUDDLE FLANGE FACTORY ASSEMBLED, EPOXY COATED

28. MECHANICAL SEAL SEALOL/ BURGMAN/ DUNLOP

Note: - Contractor must get approved all Technical submi al/ GTP/ test reports as per specifica ons from
PMC/ Consultant before manufacture/ Supply to site for all the items listed above. For any non-listed item
which is not in the list of makes, contractor shall choose the make fully complying to the specifica ons and
get sample pre-approved in addi on to the GTP’s from PMC/ consultant before manufacture/ supply to site.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 282

8 TECHNICAL SPECIFICATION FOR ELEVATOR


SCOPE:

This Specifica on covers supply, erec on, tes ng & commissioning of Fire li , Goods li , Stretcher
li & Passenger li with necessary arrangements for every block/building.

GENERAL

The following Indian Standard Specifica ons and Codes of Prac ce, currently applicable and
updated as of date irrespec ve of dates given below, shall apply to the equipment’s and the work
covered by this contract. In addi on, the relevant clauses of the Indian Electricity Act 1910 and
Indian Electricity Rules 1956 as amended up to date shall also apply. Wherever appropriate Indian
Standards are not available, relevant Bri sh and / or IEC Standards shall be applicable

APPLICABLE STANDARDS:

Sl. No. Applicable Standards Descrip on

Code of Prac ce for installa on, opera on


1 IS-14665 (Part 2) Sec-1: 2000 and maintenance of electric passenger &goods
li s.
Code of prac ce for installa on, opera onand
2 IS-14665 (Part 2) Sec-2: 2000
maintenance of electric service li .

3 IS-15785: -2007 MRL Code of Prac ce

Safety Rules Sec on-1 Passenger andGood li s


4 IS-14665 (Part 3) Sec-1: 2000

5 IS-14665 (Part 3) Sec-2: 2000 Safety Rules Sec on-2 – Service Li s

6 IS-14665 (Part-1): 2000 Outline dimension for electric li s

7 IS-14665 (Part 5): 1999 Inspec on Manual for Electric Li s

IS-14665 (Part 4) Sec-1 to 9:


8 Electric Trac on Li s – Components
2001

Installa on And Maintenance of Li s forHandicapped


9 IS 15330 :2003
Persons (Code of Prac ce)
IS-4289 (Par-1): 1984
10 Specifica on for li s cables.
Reaffirmed 1991

IS-1173-1978 Reaffirmed Specifica on for hot rolled and slit steeltee bars.
11
1987

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 283

Sl. No. Applicable Standards Descrip on

IS-7443-1974 Reaffirmed
12 Method of loading ra ng of worm gear.
1991

IS-7403-1974 Reaffirmed Code of prac ce for selec on of standardworm


13
1991 and helical gear box.
IS-4218-(Part-II)1976
14 Isometrics screw threads
Reaffirmed 1996
Degree of protec on provided by
15 IS-2147-1962 enclosure for low voltage switchgear and
control gear.
Classifica on of insula ng materials for
IS-1271-1985 Reaffirmed electrical machinery and apparatus in rela on
16
1990 to their thermal stability in
service.

17 IS-3043-1987 Code of prac ce for earthing.

Electrical installa on Fire Safety of


18 IS-1646-1997
Building.
PVC insulated electric cable for workingvoltage
19 IS-694-1990
up to and including 1100 volts.
Code of prac ce for electrical wiring and
20 IS-732-1989
installa on
PVC insulated (Heavy Duty) electric cables
21 IS-1554-1988 (Part-1) for working voltage up to and including1100
volts.

22 IS-3480-1966 Flexible steel conduits

Accessories for rigid steel conduit forelectrical


23 IS-3837-1976
wiring
Boxes for the enclosure of electricalaccessories
24 IS-5133-1969 (Part 1)

Guide for safety procedures and prac cesin


25 IS-5216-1982 (Part-1)
electrical work
Conductors for insulated electric cablesand
26 IS-8130-1984
flexible cords

27 IS-8828-1996 Miniature Circuit Breakers

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 284

Sl. No. Applicable Standards Descrip on

Rigid steel conduits for electrical wiring(Second


28 IS-9537-1981
revisions)

29 IS-10810-1998 Methods of test for cables

30 IS-12640-1988 Earth Leakage Circuit Breakers.

31 IS-13947-1993 Moulded Case Circuit Breakers

General requirement for switchgear andcontrol


32 IS-13947-1993 gear for voltage not exceeding
1000 volts.
1100 volt grade XLPE insulated armoured
33 IS 7098
cables

34 IS 7754-1975 Specifica ons for hoist way door-locks

Rules for design, installa on, tes ng and


35 IS 1735-1975 opera on of li s, escalators and movingparts.

In addi on, the relevant clauses of the following, as amended up to date shall apply.

 The Indian Electricity Rules 1956


 The Indian Electricity Act 1910
 Fire safety regula ons pertaining to li s
 NBC provisions applicable to li s-2005

The bidders shall also take into account the applicable local and State regula ons for the design
and installa on of li s.

Wherever appropriate Indian Standards are not available, relevant Bri sh and/or IEC Standards
shall be applicable. BIS cer fied equipment shall be used as a part of the Contract.EN-81 standards
as amended to date would be used as a benchmark where appropriate IS are not available.

8.1.1 TECHNICAL PARAMETERS

Technical parameters sheets give requirement of Passenger, Service & Goods li s. Bidders shall fill
in their item wise confirma on/comments in the column provided for the purpose in this
annexure. Devia ons, if any, from tender requirements shall be clearly brought out inthis
annexure, failing which it shall be presumed that the offer conforms to the tender requirements
fully.

FEATURES

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 285

The list of standard & op onal features supported by the control system including but not limited
to features specified below.

DESIGN

The design of the equipment shall match the design & performance requirements as specified
below.

PROVED DESIGN

The bidder shall develop the design based on the below specifica ons and on proven and reliable
engineering prac ces. All sub systems & equipment shall be of proven design. The design needs to
be approved from client before execu on of work.

DESIGN CRITERIA

The design of the equipment offered should meet the following criteria: -

 Usage of the latest state of the art technology.


 Design enhancements should not reduce the life cycle of equipment / components
 Design life of at least 20 years
 Highest levels of reliability& equipment availability
 Lowest maintenance cost
 Modular design
 Minimum life cycle cost
 High traceability of components through unique bar coding / serial nos / tagging
 Lowest energy consump on
 Highest levels of safety
 Environment friendly
 Code compliance
DESIGN INTENT

The intent of this document is to make sure that the design of the bidder must follow the design
criteria per above & to ensure that they provide the performance parameters specified elsewhere
to be met not only at the stage of handover but consistently year over year during the service life
cycle.

The bidder shall provide built in diagnos cs to enable their people to reduce down mes & also to
demonstrate performance requirements to Client’s representa ves.

In this era of communica ons, advantage would be derived by those who can provision for remote
monitoring func ons for their en re equipment class offered in this project.

In case of high-rise equipment’s being offered for rise of buildings beyond 125m, the bidder will
specifically bring out & confirm all quality design inputs (precau ons& control measures at least
with guide rail system, car systems & li sha s) that have been factored in by him toensure noise,
vibra ons & other performance standards are met ; including impact analysisif required & it’s
solu ons put in for building sway ; piston effect ; chimney / stack effect ; seismic control etc.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 286

DESIGN REQUIREMENT – LIFE CYCLE


The design of each component will achieve the minimum service life specified below: -
 Ropes / Belts: - 20 years
 Over speed governor: - 20 years
 Trac on machine / motor: - 20 years
 Door operator: - 20 years
 Safety gear / block: - 20 years
 Travelling cables: - 20 years
 Inverter Drive: - 20 years
 Buffer: - 20 years
 Controller & circuits: - 20 years
 Contactor / Relays: 10,00,000 opera ons
SIZE & SPEED
Bidder shall note that all dimensions are as indicated in the enclosed drawings and schedule of requirement
and his design shall be based on the same. Equipment from other countries will be acceptable if it is of
be er quality and compe ve in price and conforms toIS standards or Interna onal Standards if equivalent
or be er than IS standards .
DESIGN PARAMETERS:
1) Passenger cum Fire Elevator shall be provided with 1 no. fireman’s switch (Alarm Switch).

Design Criteria and Equipment Specifica on for Passenger cum Goods Elevator
i) Type of service Passenger & Fire Elevator
ii) Number required As per Annexure -I
iii) Load on the Elevator As per Annexure -I
iv) Rated speed As per Annexure -I

v) Total travel As per Annexure -I


vi) No. of floors to be As per Annexure -I
served (Landing levels)
vii) Entrances One number in each floor
Car entrance and As per BS:476 (Part 20 & 22)
landing doors
viii) Method of control Variable Voltage variable frequency (VVVF) control.
Motor Speed Control: Microprocessor based Control with automa c level
Logic Control: adjustment. The control system shall be of field proven
design and having sa sfactory track record.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 287

ix) Flooring of Car Chequered plate (6 mm thick). Car floor shall comprise of a
smooth nonslip surface.
x) Posi on of Machine Directly above the Li sha
room
xi) Design, construc on SS (ASTM-304 No: 4 Hairline finish)
and finish of car
xii) Car door SS (ASTM-304 No: 4 Hairline finish)
xiii) Landing door MS sheet fabricated, smooth finish, spray painted to approved
shade.
xiv) Car Enclosure SS (ASTM-304 No: 4 Hairline finish)
xv) Ligh ng and fan in the Recessed fluorescent light fi ngs for illumina on level of 100
car lux on Car floor shall be provided. Cabin charger ven la on fan
with control suitable for opera on on 240 V, 50 Hz, AC single
phase power supply shall be provided. Portable light shall be
provided on Car top. Adequate ven la on and
illumina on of car to be ensured.
xvi) Method of opera on of Power operated type – automa c, Horizontal Centre opening /
car closing car and landing doors.
xvii) Opera on of Elevator Automa c, simplex, selec ve, collec ve with and without
a endant, through illuminated pushbu on sta on located
inside the car with provision for locking control in Auto or
a endant posi on.
xviii) Signals / Indicator a) Car posi on informer in car both visual and audio, hall
posi on indicator at all floors, telltale lights at all floors,
ba ery operated alarm bell and emergency light with
suitable ba ery, charger & controls.
b) So touch keys and digital luminous display in car
opera ng panel and on all floors landings. (All fixtures
in stainless steel face plates). Ba ery operated alarm
bell and emergency light with suitable ba ery and
ba ery charger and controls. Audio annuncia on for
car posi on indica on shall also be provided inside the
car. Overload warning indicator with visual & audio
annuncia on.
xix) Sha ligh ng The Elevator sha shall be suitably illuminated by providing CFL
fi ngs at every 3m (three metres) from bo om of Li
well.

DETAILS OF SPECIAL TREATMENT FOR ELEVATOR


__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 288

As the Elevators are to be installed in a heavily polluted and dusty area in a thermal power sta on.
All the Elevator components shall be given special corrosion resistant treatment.
i) Cars & Counter weight An -corrosive epoxy paint
ii) Fish plates An -corrosive epoxy paint
iii) Car & Counter weight An -corrosive epoxy paint
buffer
iv) Supports(Buffer) An -corrosive epoxy paint
v) Rail Brackets An -corrosive epoxy paint
vi) Bracket & rail fasteners Zinc-passivated with epoxy painted
vii) Tie down bolts Zinc-passivated with epoxy painted
viii) Machine An -corrosive epoxy paint
ix) Brake adjus ng screw & Zinc-passivated
coupling fasteners
x) Bracket An -corrosive epoxy paint
xi) Controller cabinet An -corrosive epoxy paint as per industry standard.
xii) Hall bu ons Dust-proof with stainless steel hardware.
xiii) Car opera ng panel Dust proof contact & bu on with aluminium face plate and
SS hardware. Main face plate SS.
xiv) Governor Cover and cas ng epoxy painted. Other components zinc
plated.
xv) Governor Tension frame Hot dip galvanised and an -corrosive epoxy paint with M.S.
sha for sheave.
xvi) Car frame, level brace Epoxy paint as per IS-1477 Part 1 & 2.
rods and counter weight
frame
xvii) Safety equipment Zinc-plated
(Linkages)
xviii) Safety switch and car IP-65. Dust proof heavily zinc plated arm, stainless steel sha
gate switch and housing as per vendor standard.
xix) Guide shoe Zinc-plated
xx) Cam bar moun ngs and Zinc-plated and an -corrosive epoxy paint
channels

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 289

xxi) Counter weight frame An -corrosive epoxy paint


xxii) Guide shoe with Nylon Zinc-plated
ribs
xxiii) Filter weights An -corrosive epoxy paint
xxiv) Rope fasteners Zinc-passivated and chromate dipped
xxv) Hoist rope Greased, Self-lubrica ng
xxvi) Governor rope Greased, Self-lubrica ng
xxvii) Car enclosure, interior An -corrosive two coats baked enamel paint
gate, car door and
landing door
xxviii) Alarm and door open Painted.
bells (Electronic hooter)
xxix) Junc on box Metallic body -dust proof with An -corrosive epoxy paint
xxx) Hall posi on indicator Dust proof with stainless steel enclosure and Face plate.
and car posi on
indicator

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 290

MECHANICAL EQUIPMENT
CAR DOOR
The car door shall be of hollow metal construc on minimum 16 gauge thick sheet steel. Sides of the
door shall be flush with all seams con nuously welded. Guide shoes shall be rubber or roller type
designed for opera on on unlubricated guides. The car door shall be provided with locking gear of heavy
and robust construc on, so arranged mechanically and interlocked that the doors cannot be opened
unless the Elevator car is within a par cular landing zone. Conversely the Elevator shall not move un l all
the landing doors are closed and interlocked properly. Width of Car Entrance shall be min 1000 mm or as
per applicable Indian or Interna onal Standard for Passenger cum Goods Elevator. The live load shall be
taken into considera on while designing doors, door frame and hanger tracks. The car doors shall be
designed such that their closing and opening is not likely to injure a person. A retractable safety shoe
shall extend the full height and project beyond the front edge of the car, to open the closing door if and
when it touches a person or an object. Alterna vely opening of car by means of op cal sensing shall also
be provided.
LANDING DOORS
All landing openings in the Li well enclosure shall be protected with doors which shall extend the full
height and width of the landing opening. The type of door provided shall be similar to the Elevator car
door. Every landing door shall be fi ed with a locking device. The door shall be suitably interlocked so
that they cannot open unless the car is within a par cular landing zone. The locking device is closed un l
the door is closed. The levers opera ng the locking devices shall not interfere with the landing side or
Elevator enclosures. Landing doors of the elevators shall have fire resistance of at least one hour. These
doors shall also be smoke ght as far as possible.
LOAD PLATE
A load plate displaying the rated load of the Elevator in terms of persons and kilograms shall be fi ed in
the car in a conspicuous posi on.
SUSPENSION ROPES
The car and the counter weights shall be suspended by steel wire ropes. Chain shall not be used for
suspension. Not less than four independent stranded steel wire suspension ropes shall be used for car or
counter weights of the Elevator with trac on drive. The minimum diameter of the stranded rope shall not
be less than 12.5 mm and minimum factor of safety shall not be less than 12. The suspension ropes shall
conform to latest edi on of IS 2365 – “Specifica on for steel wire suspension ropes for Li s and hoists”.
SHEAVES AND PULLEYS
All driving sheaves and pulleys fixed to and revolving with the sha shall be fixed by means of sunk keys of
sufficient strength and quality. Sheaves and pulleys shall be made of cast iron as per the latest edi on of
IS 14665 and free from cracks, sand holes and other injurious defects. They shall have suitable flanges and
smoothly machined rope grooves. The diameter of the sheave or pulley shall be as specified in the latest
edi on of IS 14655 or equivalent Interna onal Standards.
SHAFT
Sha s and axles shall be forged steel. They shall have sufficient rigidity and bearing surface. Any sha
when stepped shall be turned to a reasonable radius at the point of reduc on.
COUNTER WEIGHTS
The Elevator shall be provided with suitable counter weights located in the Li sha . The counter weight
shall be designed for smooth and easy opera on of the Elevator and shall be in accordance with Indian
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 291

Standard (or) equivalent Interna onal Standard. Suitable counter weight screen shall be provided in the
Elevator sha . The counter weights shall consist of cast iron weight contained in structural steel frame.
The trac on should be such that no appreciable slip may occur but that slip shall be free to take place
upon the landing of either the car or the counter weights.

GUIDE RAILS
Guide rails for the car and counter weights shall be machined ‘T’ sec ons and con nuous throughout the
en re length and shall be provided with adequate steel brackets or equivalent fixing of such design and
spacing between brackets shall be such that to avoid any deflec on during the normal opera on. Guide
rails sec on shall be adequate to withstand the forces resul ng from the applica on of the safety gear
when stopping the counter weights or fully loaded car. The guide shoes or their lining shall be easily
renewable, adjustable and self-lubricated. Guides shall be of such length that it shall not be possible for
any of the car or the counter weight shoes to run off the guides.

BUFFERS
Sufficient number of buffers of spring loaded type shall be fi ed below the Elevator car and counter
weights. The buffers shall be capable of stopping the car or counter-weights without permanent damage
or deforma on to itself or any part of the Elevator equipment. The number of buffers shall be so fixed as
to ensure proper sharing of the impact loads by all of them.

EMERGENCY SAFETY DEVICES AND BRAKES


The Elevator shall be provided with safety device a ached to the Elevator car frame and placed
beneath the car. The safety device shall be capable of stopping and sustaining the Elevator car up to
governor tripping speed with full rated load in car. The applica on of the safety device shall not cause the
Elevator pla orm to become out of level in excess of 3 cm/m measured in any direc on.
Slack rope switches, if necessary, shall also be provided. The Elevator vendor shall also provide personnel
evacua on system during the power failure to the Elevator. The Machine shall be provided with direct
current spring set, solenoid release double shoe brakes of sufficient capacity to stop the car at any posi on
with the design load. These brakes shall be designed in such a way that it gets applied automa cally in the
event of power failure.

AUTOMATIC RESCUE DEVICE (ARD)-(BATTERY DRIVE)


Contractor shall provide a modern advanced electronic drive system of “RESCUING Passengers Trapped in
an ELEVATOR” in case of power failure. In addi on to the above, bell and cranking device to be provided
with hand wheel connected with motor sha for manual lowering of elevator to the nearest landing level.
For all Elevators with ARD, an audio & visual indicator shall be provided inside the Elevator car to alert the
person trapped inside that he/she is being rescued.

Capacity of ba ery shall be such that minimum three rescue opera ons can be performed without
recharging. ARD panel shall be suitable for floor moun ng.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 292

OVERLOAD DEVICE
Every passenger Elevator shall be provided with an overload device, which will prevent the Elevator from
star ng in case the Elevator car is loaded to 110 percent of the rated capacity of the Elevator or more.
Elevator shall remain sta onery with door open. Audio & visual warning device (Load weighing device)
shall be provided to alert the passenger in case of overload.

OVER SPEED GOVERNOR AND GOVERNOR ROPES


Governor shall be located where there is sufficient room for their proper opera on and where they
cannot be struck by the Elevator car or counter weight in the event of over run. Each governor shall be
marked with tripping speed in terms of car speed in m/sec and the motor control and brake control circuit
shall be opened before or at the me the governor trips. As per IS 14665 (part4/Sec 4):2001, the nominal
rope diameter for over speed governor shall be minimum 6mm.

However for elevators where travel height is more than 90 meters, the nominal rope diameter for over
speed governor shall be minimum 8mm.

LEVELLING DEVICE
The Elevator shall be provided with a two way automa c levelling device. The levelling device shall take
care of overrun and under run of the car and rope stretch, such that car floor is within 6.0 mm from the
landing level at all floors while in opera on. Aprons of sufficient depth shall be fi ed to the car floor to
ensure that no space is permi ed between the threshold and the landing while the care is being levelled
to floor.

MACHINE ROOM AND OVERHEAD STRUCTURES


All the overhead machinery shall be supported on beam to be furnished by the contractor.

The machinery support beam shall rest on top of or be designed to be framed into the contractor’s
structural steel frame for the boiler house. The Elevator drive controller and all other apparatus and
equipment of Elevator installa on, except such apparatus and equipment which func on in the machine
room shall be located at the top of the Li well. Adequate machine room and hoist way ligh ng shall be
provided by the Elevator vendor. The maximum loads transmi ed by the single heaviest equipment both
during erec on and maintenance of the Elevator to the machine room floor and other structures like
guides etc. shall be furnished by the Elevator vendor within 15 days of placing the award le er. Sound
reducing materials below machines in machine room shall be provided. Machine room shall be provided
with minimum 200 Lux illumina on.

MACHINE ROOM
Air Condi oning Machine room shall be provided with 1 no. of 2.5 tonne A/C unit. (Minimum).

TERMINAL STOPPING AND FINAL LIMIT SWITCHES

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 293

The Elevator shall be equipped with an automa c stopping device arrangement to bring the car to a stop
at the terminal landings independent of the regular opera ng device in the car. Such stopping device shall
act independently of the opera ng device, the final limit switches and buffer.
Final limit switches shall be provided to stop the car automa cally within the top and bo om clearance
independent of normal opera ng device and the terminal stopping device. The final limit switch shall act
to prevent movement of the car under power in both direc ons of travel and shall a er opera ng, remain
open un l the Elevator car has been moved by a hand opera ng mechanism within the limits of normal
travel. Elevator shall be suitable for con nuous 24 hours round the clock opera on.

8.1.2 ELECTRICAL EQUIPMENT AND CONTROLS


The opera on of the Elevator shall be simplex, selec ve, collec ve, and automa c, with or without operator.
The Elevator opera on shall conform to the following requirements.
a) The opera on of the Elevator shall be through a push bu on sta on located inside the car.
b) The Elevator shall not move unless the car door, landing door and all other protected openings
connected with the control circuit are closed.
c) Two push bu ons, one for upward and the other for downward movement at each intermediate landing
and one push bu on at each terminal landing shall be provided in the landing floors in order to call the
car.
d) The landing doors shall be interlocked so that the landing door at any floor shall not open when the
Elevator is not on that floor.
e) Push bu on shall be fixed in the car for holding the doors open for any length of me required.

ELEVATOR DRIVE
The Elevator drive shall be equipped with automa c electromagne c coil type brakes. The Elevator shall
be driven by a drive suitable for method of control offered by the Elevator vendor. No fric on gearing or
clutch mechanism shall be used for connec ng the main driving gear to the sheaves.
ELECTRIC MOTORS
Motors shall be as per IS 325 and suitable for the Variable Voltage Variable Frequency (VVVF) applica on.
All motors shall be squirrel cage induc on type, suitable for opera on at 415 V (+/- 10% varia on), 3 phase,
3 wire, 50HZ (+3% to -5% varia on) supply suitable for frequent star ng with S4 duty class (S3 duty class
also acceptable, if necessary to that applica on and subject to end user acceptance), CDF 40%, Maximum
150 starts per hour at 50 Deg. C ambient and with IP 54 protec on class. Motor pull out torque shall be at
least 240% of rated torque. Motor shall be of TEFC type. Motor insula on shall be class F or superior with
temperature rise limited to 70 Degree Celsius. Motor paint shade shall be RAL 5012(tenta ve).

CONTROLLERS
The controllers shall be designed to start, accelerate, stop and reverse the Elevator when the appropriate
push bu ons are pressed. It shall be arranged so as to provide maximum convenience to the operator.

Contact finger
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 294

Bu ons shall be easy to adjust and replace. The speed control device shall be such as to give smooth, easy
and accurate speed control. The Elevator controls shall be housed in dust and vermin proof enclosures. The
controls shall be wired with stranded copper conductor cables. All equipment mounted shall be neatly
labelled as per wiring diagram. Ven la ng louvers are to be provided in the panels. Control panel shall be
suitable for floor moun ng.
CABLES AND INTERNAL WIRING
Wiring shall be done as required to interconnect all Elevator electrical equipment including all power wiring
from the main supply source in the machine room. Power cables shall be 1100 V grade mul core, stranded
with XLPE insula on, FRLS type ST2 inner sheathed, galvanised steel wire armoured and overall extruded
FRLS, Type ST2 PVC outer sheath. If unarmoured cables are used all the cabling/wiring between the
equipment in the li machine room and between machine room and equipment in the li well and at the
landings shall be wired in HDP conduit/ galvanised steel conduit. The circular trailing cables shall conform to
IS 4289 Part-I (Elastomer insulated) or IS 4289 Part II (PVC insulated) / Flat type trailing cable shall conform
to IEC 60227-06. All other cables shall conform to latest edi on of IS: 7098, IS:1554 & IS:5831.

Following FRLS proper es shall be complied with.

a) Oxygen index of min. 29 (as per IS:10810 Part-58)


b) Acid gas emission of max. 20% (as per IEC-754-I).
c) Smoke density ra ng shall not be more than 60% .

CABLING AND EARTHING


Earthing shall be carried out as per IS 14665, IS 3043 and Indian Electricity Rules. The Elevator
structures, motor, frames, metal cases and all electrical equipment including conduit, cable armouring
and guards shall be properly bonded and earthed by two separate and dis nct connec on. The earth
connec on sta on mat shall be done by the owner.
POWER SUPPLY
One three phase 415V, AC, 50 Hz UPS Supply for Elevator main motor, and one single phase 240V, AC, 50Hz
supply feeders for ligh ng, air condi oner and control panels will be provided in the machine room by
BHEL. The exact Power requirement in kVA of three phase supply and single phase power supply shall be
indicated in the offer itself by the vendor. The junc on box having MCCB/MCB/ELCB Isola on of adequate
ra ng shall be arranged by the vendor to receive the above supplies. The Elevator vendor shall also indicate
the proposed loca on of junc on box in the machine room. All further cabling and wiring from the junc on
box shall be carried out by the Elevator vendor. The vendor shall arrange to tap power supply required for
construc onal purposes from the point terminated by the owner.

OTHER REQUIREMENTS
Electric high speed door operators for the opening and closing of the car doors and landing doors shall be
furnished and installed. The car and landing doors shall be mechanically connected and shall move
simultaneously in opening and closing. The car door and landing door shall be power closed and shall be

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 295

controlled in opening and closing by oil cushioning mechanism built into the gear unit or alternate
arrangement equally / be er than this. Necessary lockable switches shall be provided in the Elevator
machine room to control the opera on of the door. Should the electric power fail, it must be possible for
the doors to be opened from within the car, provided the car is exactly at the landing level. Overload relays
shall be provided to protect the drive motor against overload or a power failure. Suitable protec on shall
be provided on the controller to protect the Elevator equipment from phase reversal, low voltage. Suitable
arrangement shall be provided to in mate unit control room during emergency in the form of audio-visual
alarm. Complete set of special tools and tackles required shall be supplied along with Elevator. Each tool
and tackle shall be stamped so as to be iden fied easily for its use and size. Tools shall be supplied in a steel
tool box. The list of tools and tackles shall be furnished along with the offer. One number Fire ex nguisher
(suitable for electrical fire) shall be provided along with each elevator.

8.1.3 SPARES,TOOLS & TACKLES


TOOLS:
Any special tools & tackles required for the en re equipment to disassemble, assemble or maintain the
units, they shall be included in the quota on and furnished as part of the ini al supply of the machine. List
of special tools & tackles shall be decided by bidder as per his proven prac ce. When special tools are
provided, they shall be packaged in separate, boxes with lugs and marked as “Special Tools for (tag / item
number).”Each tool shall be stamped or tagged to indicate its intended usage. Levers and eye bolts for the
removal of parts to be serviced shall be submi ed with special tools
START UP & COMMISSIONING SPARES
Start-up & Commissioning Spares shall be part of the main supply of the Agitators. Start-up &
commissioning spares are those spares which may be required during the start- up and commissioning of
the equipment/system. All spares required for successful opera on ll commissioning of Agitator shall
come under this category. Bidder shall provide an adequate stock of such start up and commissioning
spares to be brought by him to the site for the equipment erec on and commissioning. The spares must
be available at site before the equipment’s are energized. The List of such spares to be provided during
bidding stage.

FINAL SPARES (RECOMMENDED SPARES)


Bidders shall also furnish the Final Spares Part List (i.e. recommended spares list) along with the offer
required for 3 years of normal opera on of the plant and should be independent of the list of the mandatory
spares. Prices of recommended spares will not be used for evalua on of the bids. The price of these spares
will remain valid up to 6 months a er placement of No fica on of Award for the main equipment.
INITIAL SPARE PARTS (MANDATORY SPARES):
Bidder to quote for below men oned mandatory spares with break up price:
S. No ITEM QUANTITY
a. Brake
1.Tool to brake 1 No.
2.Fan 1 No.
3.Magnet coil with housing pads 2 Nos.

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 296

4.Brake pads 6 Nos.


5.Adjus ng sleeve 2 Nos.
6.Fixed brake disc 2 Nos.
b. Worm Gear
1.Worm gear 1 No.
2.’O’ ring 2 Nos. of each type
3.Sealing ring 2 Nos. of each type
c. Door Front
1.Bearing 2 Nos.
2.Roller 3 Nos.
3.Bushing 2 Nos.
d. Limit Cams
1.Sensor 1 No.
2.Switch 2 Nos.
3.Switch arm 2 Nos.
e. CAD
1.Guide roller 50% of the total ones installed each type
or minimum 1 no. whichever is higher
2.Switch 1 No.
f. Sliding Door
1.Rollers 4 Nos. of each type
g. Machinery
1.Guide roller 2 Nos.
2.Pinion 1 No.
3.Rubber inserts 6 Nos.
4.Grove ring 6 Nos.
5.Brake motor 1 No.
h. Cable trolley
1.Ball bearing 2 No. of each type

Note :

1. Unless stated otherwise a ‘set’ means items or sub-items required for each type/size range of the
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 297

assembly/ sub-assembly, required for replacement in one main equipment. It is further intended that the
assembly/ sub-assembly which have different orienta on (like le hand or right hand, top or bo om),
different direc on of rota on or mirror image posi oning or any other reasons which result in maintaining
two different sets of the spares to be used for the subject assembly/ sub-assembly, these shall be considered
as different types of
assembly/ sub-assembly.
2. Wherever quan ty has been specified as percentage (%), the quan ty of mandatory spares to be provided
by contractor shall be the specified percentage (%) of the total popula on of the plant. In case the quality
so calculated happens to be a frac on, the same shall be rounded off to next higher whole number.
3. Whenever the quan es have been indicated for each type, size, thickness, material, radius, range etc.,
these shall cover all the items supplied and installed and the breakup for these shall be furnished in the bid.
4. In case spares indicated in the list are not applicable to the par cular design offered by the bidder, the
bidder should offer spares applicable to offered design with quan es generally in line with the approach
followed in the above list.
5. Price of each and every item is to be given separately
Bidder shall quote for the “Ini al Spares Part List”, and it will be considered for L1 evalua on. Ini al spare
parts items shall be handed over separately and shall not be mixed with the supply of the main equipment
parts. Spares shall be sent in pre-decided lots in containers/secure boxes. All boxes/containers are to be
dis nctly marked in red color with boldly wri en “S” mark on each face of the containers. Spares shall not be
dispatched before dispatch of corresponding main equipment’s. Each item shall be labelled in English and be
packed against damage and sealed to prevent deteriora on from corrosion. The protec on shall be sufficient
for a minimum of 10 years’ storage in a dry weatherproof building.

All spares supplied under this contract shall be strictly inter-changeable with the parts for which they are
intended for replacements. All the Ini al spares shall be manufactures along with the main equipment
components as a con nuous opera on as per same specifica on and quality plan. Any special tools & tackles
required for the en re equipment to disassemble, assemble or maintain the units, they shall be included in
the quota on and furnished as part of the ini al supply of the machine

8.1.4 LIFT DATA ANNEXURE-1

Passenger Li -1 Passenger li -2

1 1
Qty
(Near Central Plaza in Open Market)

Capacity 20 Passengers 20 Passengers

Type of li Machine room less Machine room less

Length of travel 11m 8m

No. of floors to be
1 3
served (Landing levels)

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 298

Passenger Li -1 Passenger li -2

Li speed 1.5 m/s 1.5 m/s

Entrance width (min) 1000 mm 1000 mm

Car Dimensions (min) 2.1m x 1.7m 2.1m x 1.7m

Load arrying cap 1400 Kg 1400 Kg

Door opening-closing me 8 sec 8 sec

The Test Cer ficates for the following would be required before handover: -

 Hoist ropes
 Governor ropes
 Over speed governor
 Buffers
 Main motor & Door drive motor
 Safety gear
 Fire ra ng for doors
 Controller

Handover:
The bidder will have to get clearance from the concerned govt. department/officer before
handing over of the li to client.

PROVISION FOR THE DISABLED AND HANDICAPPED

All the Passenger Li shall be provided with following features:

 Li control bu ons at loca ons and height specified in IS 15330 - 2003


 Hall call bu ons at loca ons and height specified in IS 15330 - 2003
 Hand rails shall be provided on the side walls of the Li at height & loca ons specified in
IS:15330 - 2003. An interna onal symbol of access of the disabled shall be permanently and
conspicuously displayed at each and every Li landing next to the Li entrance (to be
provided by signage bidder). Braille nota ons indica ng the floor levels shall be
incorporated next to each bu on at the handicap COP and handicap hall call bu ons.
 A digital voice system for announcing the car posi on, opening/closing of doors, direc on
of travel and messages shall be provided as per IS:15330 – 2003
 A laminated safety glass type mirror of at least half of the size shall be installed on rear panel
at appropriate posi on as per IS: 15330 – 2003.

9 APPLICABLE STANDARDS

__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 299

Codes shall mean the following including the latest ascendants and / or replacementif any.

a) Indian Boiler Act, 1923 and Rules and Regula ons made their under
b) Indian Electricity Act, 1923 and Rules and Regula ons made there under
c) Indian Factories Act, 1948 and Rules and Regula ons made there under
d) The minimum wages Act
e) The Women’s Compensa on Act
f) The Payment of Wages Act
g) The Fatal Accident Act
h) The Industrial Employment Act
i) The Employment provident Fund Act
j) Indian Explosive Act 1984 the Rules and Regula ons made there under
k) Indian Petroleum Act 1934, and Rules and Regula ons made there under
l) A.S.M.E. Test Codes
m) AIRE Test, Codes
n) American Society of Materials Tes ng Codes
o) Standards of the Indian Standards Ins tu on

1) Low Tension Circuit Breakers: IS 2516-1955 Part I


Sec.1
2) Switchgear Bus Bars IS 375-1963
3) HRC fuse links IS 2208-1962
4) Distribu on fuse boards IS2675-1966
5) Enclosure for Low Voltage switchgear IS214701962
6) PVC Cables IS1554-1975
7) Tabular fluorescent lamps for Cameral ligh ng serviceIS2418-1963
8) Tungsten Filament Lamps for cameral service IS415-1963
9) Ceiling Fans IS274-1966
10) Flood lights IS1947-1961
11) Wall Glass flame-proof electric light fi ngs IS2206-1962 (Part 1)
12) Water Tight Electric Light Fi ngs IS3553-1956
13) Steel Boxes for Enclosure of Electrical Accessories IS5133-1969
14) Fi ngs for Rigid Steel conduit IS2667-1979
15) Rigid steel circuits for electrical wiring IS3837-1966
16) Accessories for Rigid Steel Conduits for Electrical Wiring IS3837-1966
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 300

17) Switch Socket Outlets IS3837-1966


18) PVC Wiring IS694-1977
19) Switches for domes c and similar purpose IS3854-1966
20) PVC wiring IS694-1977
21) Call Bell and Buzzers IS2268-1966
22) Straight through joint boxes and leads sleeves or
paper insulated cables- EID-0032-1964

23) Earthing IS3043-1966


24) Electrical Wiring installa ons IS732-1963
25) Switchgear IS3072-1965 (Part I)
26) Ligh ng protec on IS2309 –1969
27) Public Address system IS1882-1962
28) Low Tension switch use units IS4064-1978
29) Code of Prac ce for Automa c FIRE ALAM system IS2189-1970
30) Specifica on for Heat Sensi ve Fire Detectors IS2175-1977
31) Guide for Safety procedure in Electric work IS5216-1969
32) Rubber Mats for Electric works IS5424-1969
p) Other interna onally approved standards and / or Rules and Regula ons touching the subject
ma er of the contract
10 Environment, Health and Safety Management Requirement
1.1. Protection of the Environment
The Contractor shall comply with all applicable national, provincial and local environmental laws and
regulations. The Contractor shall also comply with all requirements of the national and local
authorities responsible for enforcing environmental health and safety controls, such as the following
aspects (but not limited to):
1. Statutory Clearances
2. Pollution prevention and abatement
3. Health and safety of workers and nearby community people
4. Control of infectious and communicable diseases (HIV/AIDS, malaria, COVID-19 etc.)
5. Local cultural conservation
6. Labor codes
The Contractor shall take all reasonable steps to protect the environment as laid in the environmental
management plan (EMP) of the ini al environmental examina on (IEE) prepared for the project1
and/or as advised by the Employer/his consultant or ADB to limit damage and nuisance resul ng from
pollu on to the soil, air, water and biological environment as a result of his opera ons. The Contractor
shall ensure that emissions, discharges and effluents from the Contractor’s opera ons shall not exceed

1
In case the IEE report and EMP appended to the contract agreement is not same as the one disclosed in the
ADB’s website then the version disclosed in the ADB’s website shall be applicable
__________________________________________________________________________________________________

Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two- Envelop

INTERNAL This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 301

the values stated in the specifica ons, prescribed in the applicable laws and World Bank Group’s
Environment, Health and Safety Guidelines.2
Contractor shall (a) establish an operational system for managing environmental impacts , health and
safety impacts aligned with the IEE as per ADB’ Safeguard Policy Statement 2009;3 (b) develop a site-
specific environment, health and safety management plan (EHSMP) based on Table A and B and/or
their updated versions prior to work; (c) carry out all of the mitigation measures set forth in the IEE &
EMP and environmental monitoring plan also called as EMoP (Table C) or its updated version; (d)
update the EHSMP and EMoP based on the IEE and EMP posted in ADB website; and (e) allocate the
budget required to ensure that such measures, requirements and actions are carried out.
More par cularly, the Contractor shall comply with (i) the measures and requirements set forth in the
EHSMP provided here in the bid document and/or updated EMP in the IEE disclosed in the ADB’s
website and (ii) any correc ve or preven ve ac ons set out in safeguards monitoring reports that the
Employer will prepare from me to me to monitor implementa on of the Environmental
Management Plan.
Road-side trees, poles, lines, fences, signs, monuments, water and sewer pipelines, and highway
facili es, adjacent to the construc on site that are not to be impacted as per the u lity shi ing plan,
will not to be disturbed, and shall be protected from damage. In case of damages due to the
construc on works, the Contractor shall ensure that these are suitably replaced/compensated as per
the prevailing legal requirements and/or as per direc ons of the Employer/his consultant.
1.2. Statutory Clearances and Approvals
The Contractor shall be responsible for obtaining statutory clearances and approvals from the
concerned authori es for execu on of works including clearances from U arakhand Pollu on Control
Board (UPCB) and other concerned statutory authori es for construc on, commissioning and
opera on of the facili es. The Contractor shall fully abide to the provisions of the various statutory
regula ons and comply with the condi ons prescribed in the clearances/approval/permissions/NOCs.
UTDB shall provide necessary assistance and authoriza on for obtaining such clearances/permissions
and NOCs. Payments for applicable fees for obtaining such clearances shall be as per provisions of the
Contract.
The Contractor shall obtain all applicable mandatory clearances but not limited to as listed below,
before start of the civil construc on works. Failure to procure the clearances shall trigger a deduc on
of a sum equal to 1% of the contract value from monthly Interim Payment Cer ficate (IPC)/monthly
invoice on a pro-rata basis. The amount shall be refunded once the Contractor submits the relevant
documents. In case the clearances are not obtained a er a period of 12 months a er Appointed date,
this withheld amount shall be forfeited.
a) Land use conversion certificate from District Land Records Officer/District Magistrate for plant
& camp sites for private land. If set up in government land, permissions for the district
administration shall be obtained
b) Permission to establish construction camps from Employer/his consultant
c) Labor License (under Contract Labour Regulation Abolition Act, 1970; Interstate Migrant
Workmen Act, 1979 and Building & Other Construction Workers Act, 1996) from Labor
Commissioner for employing laborers
a) Permission from UPCB for handling and storage of hazardous wastes like used oil etc.
b) Approval for storage and disposal of construction waste management from local authorities

2 https://www.ifc.org/en/insights-reports/2000/general-environmental-health-and-safety-guidelines
3 https://www.adb.org/sites/default/files/institutional-document/32056/safeguard-policy-statement-june2009.pdf

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 302

c) Permission for construction/excavation/trenching near protected monuments (if any) from


ASI/Archaeological Department of Uttarakhand
d) License from Inspector of Factories or other competent Authority for setting up plants, as
required
e) License for use & storage of explosives, fuel oils, petroleum products beyond prescribed
quantity (if applicable) etc. from District Administration, Chief Controller of Explosives,
Nagpur/licensing authority under Petroleum Rules 2002
f) Consent to Establish (CTE) and Consent to Operate (CTO) from UPCB for establishing and
operating crushers, HMPs, batching plants, generators etc.
g) Prior Environmental Clearances from SEIAA/MoEF&CC, as applicable for sand and stone
quarries. Where sand and aggregate materials are procured from third parties, Contractor shall
submit the documents of environmental clearances and CTO of crushers as obtained by the
third parties to the Employer/his consultant
h) Mandatory permission for ground water extraction from Ground Water Authorities/Water
Resource Department. In case the area is not under over exploited, exploited zones, letters
exempting the same to be provided from Ground Water Authorities/Water Resource
Department
i) Mandatory permission of surface water extraction from State Irrigation Department/Water
Resource Department
j) Pollution under control (PUC) and Fitness certificates for all construction vehicles & equipment
(including those hired from third parties) from Transport Department
k) Any other permits or clearances required under applicable Laws
1.3. Project’s EHS Personnel
The Bidder must demonstrate that he has suitably qualified and experienced personnel to manage and
carry out project implementa on works as per requirements and whose CV shall be approved by the
Employer. The project’s Environmental, Health and Safety (EHS) personnel shall include:
a) A full time dedicated EHS Focal officer having a Master’s degree in Environmental
Science/Environmental Management or similar with 5 years of experience in similar projects
including a minimum 2 years of experience in implementation of EMP in construction projects
funded by Multilateral Development Banks.
b) A full time dedicated First Aider for each established construction camp having a minimum of
5 years of experience with a Diploma/Certificate issued by Indian Red Cross Society/St. John
Ambulance (India)/Government of India approved/recognized Institutes or having Nursing
degree/diploma issued by State/Central Government approved/recognized Institutes. In case
of presence of Nursing degree, the minimum experience required shall be 2 years
The Contractor shall be required to immediately inform the Employer or his nominated staffs/
consultants, formally of any absence of the EHS Focal officer and/or the First Aider from the site and
seek approvals for the absence. In case of any unauthorized (non-in mated) absence/delayed
mobiliza on/non deployment of the dedicated Environmental & Safety officers for more than 15 days
at the site, the Employer shall have the right to withheld and/or fully deduct a sum of INR 5000 (Indian
Rupees five thousand only) per day per person star ng from the day of absence from the monthly
Interim Payment Cer ficate/monthly invoices of the Contractor.
1.4. Submission of Plans, Drawings and documents
The Contractor shall submit the EHS plans and documents before the start of the construc on to the
Employer/his consultant. Only when the approvals are received, he shall start his construc on works.
Any delay in submission of the documents shall only be a ributed to the Contractor. These plans and
documents include but not limited to:

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 303

a) Updated environment, health and safety management plan (EHSMP) including environmental
monitoring plan (EMoP) based on the model EHSMP appended to this section
b) Top Soil Management Plan
c) Borrow Area & Quarry Management Plan
d) Waste Management Plan including total quantities to be generated, total quantities to be
reused, total quantities to disposed, mode of disposal, locations of disposal sites, approvals
required for disposal etc. for every waste type (including scarified bitumen and other
construction wastes) along with necessary drawings, figures and photographs
e) Site specific management plans for construction camps, crushers, construction yards batching
plants, HMP etc. along with necessary drawings, figures and photographs
f) Construction Traffic Management Plan including road diversion plan along with necessary
drawings, figures and photographs
g) Accident Management & Emergency Response Plan
h) Grievance Redressal Plan for the workers and local communities
i) Camp Demobilization Plan along with necessary drawings & figures
1.5. Construction Camps and associated facilities
The Contractor shall consult the Employer and nearby people before loca ng project offices,
construc on yards and construc on plants. He shall obtain the necessary permissions from the
authori es, Employer/his consultant before establishing any construc on camps and offices. Camps
should not be located within 500 m of se lements or forest areas and shall not affect drinking water
intakes. Adequate water supply and proper toilet facili es with sep c tanks and soak pits should be
provided for employees and staff engaged in these premises. The original top soil in the construc on
camps, yards, plants and facili es shall be preserved and reused during road side planta on and the
camps shall be well drained to ensure that waterlogging does not occur during the rains.
The Contractor shall take special precau ons in connec on with the establishment of storage facili es
for diesel fuel, petrol, lubricants, bitumen, other hazardous materials and hazardous wastes. Storage
facili es shall not be placed in rock fall/landslide prone areas. These storage areas shall have proper
barriers, the floors shall be of impervious nature and shall include spill control mechanisms (primary,
secondary and ter ary including oil interceptors).
Oil Interceptors shall be provided in each construc on camp having refueling sta ons, oil and
lubricants storage places. The number of interceptors shall be increased as the situa on demands or
during the accidental spillages with the consent of the Employer/his consultant.
On conclusion of the project, all wreckage, rubbish or temporary works that are no longer required
shall be removed and no encroachment within the right-of-way shall be allowed. The site shall be
restored to near natural, stable and/or original condi on and handed over to the owner. The
Contractor shall report to the Employer in wri ng enclosing the acceptance of the owner, that the
camp has been vacated and restored to pre-project condi on.
1.6. Labor camps
The Contractor post obtaining the necessary permissions from the authori es, Employer/his
consultant shall establish proper construc on labor camps. The labor camps should not be located
within 500 m of se lements, forest areas, drinking water supply intakes and shall not nega vely impact
local residents’ access to drinking water. Camps shall not be located in the vicinity of land-slide and in
flood plains. The original top soil in the labor camps, shall be preserved and reused during road side
planta on and the camps shall be well drained to ensure that waterlogging does not occur during the
rains The camps shall be operated within a self-sufficient infrastructure and constructed in compliance

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 304

to Workers’ Accommoda on: Processes and Standards - A guidance note by IFC and the EBRD, 2009. 4
Adequate water supply and proper toilet facili es as per CPHEEO guidelines, with sep c tanks and soak
pits should be provided for laborers residing in the camps. The Contractor shall ensure that the laborers
are provided with potable water (as per IS:10500); provided with cots, ma resses and mosquito nets;
clean toilets with running water; cooking gases; adequate and well-ven lated & lighted living and
ea ng areas. Waste water from the kitchen and bathrooms shall be properly treated before drained to
natural drainage. On conclusion of work, all structures within the labor camp, including sleeping
quarters, storage structures and toilets shall be removed and the land handed over to the owner in
original condi ons. The contractor shall obtain a receipt/No Objec on from the owner that the land
has been returned in original condi on and shall submit the same to the Employer/his consultant as
part of comple on report.
The Contractor shall appoint one camp boss/camp in-charge, who shall ensure that adequate garbage
bins are provided and disposed of daily through authorized waste handling vendors and daily records
of wastes generated and disposed shall be maintained. Waste in sep c tanks shall be cleaned
periodically. At every workplace, good & sufficient water supply will be maintained to avoid
waterborne/ water related diseases. The Contractor shall ensure that there are no water accumulated
pits which may turn into mosquito breeding sites during monsoons.
1.7. First Aid and Medical Facilities
The Contractor shall provide adequate measures for the health care of workers and arrange their
regular medical check-up to ensure that they do not suffer from any communicable disease. First Aid
rooms having sizes and beds as per labor laws along with first aid boxes as per the legal requirements
shall be provided in each construc on camps/offices. These first aid rooms shall be manned by a
trained and Employer approved first aider. First aid boxes complying with regulatory requirements shall
be present at all construc on sites. An ambulance shall be maintained at all construc on camp offices.
The Contractor shall also conduct basic medical tests for all workers before they join the construc on
work to ensure the fitness of the workers. The Contractor shall then follow up on periodic tests on
either semi-annual/annual basis as per the direc on of the Employer/his consultant.
1.8. Subcontractor’s Workers
The contactor shall be responsible for all the workers of the subcontractors (if allowed under the
contract) and shall ensure that these workers are provided proper labor camps with adequate living
space, potable water and sanita on; adequate PPEs etc. similar to workers employed directly by him.
Under no circumstances shall the Contractor forgo his EHS responsibili es for the subcontractor’s
workers as otherwise men oned in the contract.
1.9. Use of Fuel wood
No fuel wood shall be used by the laborers for cooking, hea ng or processing of any works. The
Contractor shall provide adequate cooking gas cylinders for use in the kitchen by the laborers. During
winters, adequate heaters to be provided to the workers.

1.10. Security of the site and housekeeping


Unless otherwise stated in the par cular condi ons, the Contractor shall be responsible for keeping
all unauthorized persons away from the site. The Contractor shall be solely responsible and liable for
any incidents/accidents involving any unauthorized public at the construc on site and shall properly
indemnify the Employer.

4
https://www.ifc.org/content/dam/ifc/doc/mgrt/workers-accomodation.pdf

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 305

The Contractor shall also be responsible for regular and proper maintenance and housekeeping of the
construc on camps, labor camps, construc on yards, construc on plants, associated facili es and the
construc on sites and shall ensure that no accidents/incidents occur due to poor housekeeping.
1.11. Meetings
Scheduled mee ngs on EHS shall be conducted each month a ended by the Contractor’s senior
management and EHS Focal officer, Employer or his representa ves (PIU head), Environmental
Specialist and Consultant’s TL/DTL/RE and Environmental Specialists in order to review the status and
to discuss and resolve any implementa on issues related to EHS. Minutes of the mee ngs shall be
maintained.
1.12. Training & awareness
The Contractor shall provide compulsory trainings to all its staff including EHS staff on Health, Safety
and Environment during the construc on and opera on/Defect Liability Period in order to fully comply
with the ac vi es included in the construc on and opera on works as per the specified in applicable
Technical Specifica ons. The Contractor shall in mate the details of the trainings and awareness
program to the Employer/his consultant through the RFI system. These trainings and awareness shall
include but not be limited to:
a) Compulsory induction trainings on HSE to all staff & workers
b) Monthly HIV/AIDS awareness programs at the camp sites to those employed during
construction
c) Awareness posters related to risks of sexually transmitted disease and HIV/AIDS at all labor
camps and worksites
d) Trainings on Fire Drills and Emergency Response plans on a quarterly basis
e) Generic First Aid trainings to all workers and advanced first aid trainings to all safety
supervisors and selected representatives from each department. The trainings on first aid to
include topics on general first aid, heart attacks and snake bites and to be provided by
Employer approved medical authorities like Indian Red Cross Society, St. John Ambulance
(India), District Hospital etc.
f) Awareness Trainings to all staff and workers on Grievance Redressal Mechanism (GRM)
adopted for the project
g) Any other EHS related awareness/training programs as directed by Employer/his consultant,
as deemed to be required at the site
1.13. Request for Inspection (RFI)
The Contractor shall submit RFIs at least 24 (Twenty-four) hours before the commencement of the
Environmental, Safety & Health works to the Employer/his consultant. The RFI shall be submi ed
formally through email and/or correspondences. Telephonic in ma on about the upcoming works
shall not suffice. The Employer’s representa ves/consultant shall retain the right to reject any EHS
work for which RFIs were not submi ed and ask the Contractor to redo the ac vity. The Contractor
shall forfeit any claims for cost/expenditure incurred for redoing the ac vity. All construc on ac vi es
to have a mandatory safety check (including provision of adequate traffic safety measures), prior to
the construc on and RFIs for the checks to be submi ed to the Employer/his consultant.
1.14. EHS Monitoring Reports
During the construc on & O&M period, the Contractor shall, no later than 10 (ten) days a er the close
of each month, quarter and six months furnish to the Employer and his consultant a monthly, quarterly
& semi-annual report on Environment, Health & Safety and shall promptly give such other such other
relevant informa on as may be required by the Employer/his consultant. The monthly, quarterly &
semi-annual environmental & reports shall include safety sta s cs, including details of any hazardous

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 306

incidents and ac vi es rela ng to environmental, rese lement and other contractual obliga ons
besides copies of periodic compliance report submi ed to UPCB & other authori es as part of
condi ons of the permissions/NOCs obtained. The format for the Contractor’s environmental
Monitoring report shall be a ached with the IEE prepared for the project.
1.15. Silt Traps/Fencing
Silt traps and fences shall be provided at loca ons near the waterbodies as iden fied in the approved
IEE report. However, any proposal for change in number and loca on of the silt traps/fences by the
Contractor shall be checked and approved by the Employer/his consultant. In case, during the
construc on period, the Employer/his consultant feels that the number and the loca ons of the silt
traps/fencing are not adequate, then the same shall be officially communicated to the Contractor.
1.16. Unanticipated Impacts
The Contractor shall provide the Employer with a wri en no ce of any unan cipated environmental
or rese lement or indigenous peoples risks or impacts that arise during construc on, implementa on
or opera on of the works, which were not inadvertently considered in the IEE, the environmental
management plan, the rese lement plan or the indigenous people’s plan.
1.17. EHS Performance Security
The Contractor shall, for the performance of its EHS obliga ons hereunder during the Construc on
Period, provide to the Employer, within 10 (ten) days of the date of this Agreement, an irrevocable and
uncondi onal addi onal guarantee from a Bank in the form set forth in the "Performance Security''
for an amount equal to 2% (two percent) of the contract price towards compliance of environmental
regula ons and EHSMP. The same may be encashed if all mandatory clearances/permissions/NOCs are
not obtained or EHSMP compliance not done. The Performance Security shall be valid un l 60 (sixty)
days a er the Defects Liability Period.
The environmental non-performance and non-compliances which can trigger encashing of
Performance Bank Guarantee are but not limited to absence/expiry beyond 90 days of applicable
permits; non-filing of compulsory periodic compliance reports to UPCB/SEIAA/MoEF&CC & other
authori es; unapproved absence of EHS Focal officer/Health & safety officer/first aider; non-
conformance of EHS mi ga on measures provided in the contract (including unsafe working
condi ons, poor labor accommoda ons facili es, use of fuel wood, absence of first aid facili es, non-
conduct of mandatory trainings etc.) even a er sufficient no ces & withholding/deduc on of amount
by the Employer/his consultant.
1.18. Child labor
The Contractor shall not employ any child to perform any work, including work that is economically
exploita ve, or is likely to be hazardous to, or interfere with, the child's educa on, or to be harmful to
the child's health or physical, mental, spiritual, moral or social development. "Child" means a child
below the statutory minimum age specified under applicable na onal law.
1.19. Occupational Health and Safety Management
The Contractor is responsible for providing site workers with safe and healthy working conditions to
minimize occurrence of accidents, injuries, and disease. This includes the establishment of preventive
and emergency preparedness and response measures to avoid, and where avoidance is not possible,
to minimize, adverse impacts and risks of the construction site work to the health and safety of local
communities.
The Contractor shall prepare and submit to the Employer/his consultant a health and safety
management plan along with necessary drawings & figures indicating provisions for ensuring for
safety. The plan shall be required to be approved before the start of the construction works and shall
include;

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 307

• Defining policy and responsibilities for safety


• Allocation of human, physical and financial resources
• Compliance to Contractor’s safety requirements
• Measures to ensure safety at work
• Defined procedures for obtaining permit to work etc.
• Strict measures to ensure use of PPEs like safety harness, helmets, safety shoes etc. during
execution of works
• Provisions to ensure public safety during execution of works
• Provisions to ensure awareness of works on safety requirements including training
• Emergency management plan for quickly and effectively dealing with probable emergencies /
accidents including first aid, medical evaluation etc.
• System to monitor and report matters of safety including compliance and accident reporting.
• Provision for liaising and reporting on matters of safety with the owner
The Contractor is responsible to ensure compliance to the construc on safety management plan and
shall report the compliance in the monthly reports. The Contractor shall appoint an EHS focal officer
to a end to environment, health and safety requirements. The EHS focal officer will be guided by the
Employer and its consultants in adhering to the EHSMP and EMoP requirements.
In the event of a significant injury involving medical treatment or hospitalization and/or fatal accident
the Contractor shall immediately intimate the Employer informally and formally within 24 hours of
the accident. For all accidents, whether fatal or not, the Contractor shall also notify the appropriate
local authorities in accordance with the statutory requirements Laws of the Country. The Contractor
shall submit a formal report as soon as practicable after its occurrence, which shall include the Police
Report and a Root Cause Analysis of the accident.
1.20. Road Safety
The Contractor shall provide adequate circuit for traffic flow around construc on areas, control speed
of construc on vehicles through road safety and training of drivers, provide adequate signage, crash
barriers (New Jersey type crash barriers & other barriers as per IRC codes and State PWD/MoRT&H
guidelines), traffic calming & guiding measures and flag persons for traffic control. If there are traffic
jams during construc on, measures shall be taken to relieve the conges on with the assistance of
local traffic police. Safety of workers undertaking various opera ons during construc on will be
ensured by providing helmets, masks, safety goggles, etc. There shall be at least one safety supervisor
in one construc on zone.
The Contractor shall prepare a construc on zone safety checklist & obtain approval from the
Employer/his consultant before commencement of construc on works. The Contractor shall submit to
the Employer/his consultant, the construc on safety check list for each fortnight within three days
following the last day of the fortnight. The Employer or his consultant shall review and approve the
check list within a week period.
1.21. Grievance Redressal Mechanism
The Contractor shall participate and adhere to the Grievance Redressal Mechanism established under
the project, to receive and facilitate resolution of the affected people’s concerns and grievances
regarding the project’s environmental performance. He shall also establish a GRM for resolving
complaints and issues from the workers and submit a Grievance Redressal Plan to the Employer/his
consultant before the start of the construction works. The Contractor shall make all affected persons
and his staff aware of easily accessible processes available for the redress of grievances. The
Contractor shall also ensure installation of display boards/posters at construction site with GRM
information. Construction-related complaints (such as issues related to dust, localized flooding, noise,

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 308

lost access, dangers to life, damage caused to access roads & agriculture fields from heavy machinery,
deteriorating water quality and quantity, damage to property and crops, soil erosion, and others) and
managing them is the Contractor's responsibility under the contract.
1.22. HIV/AIDS and other communicable diseases
The Contractor shall carry out monthly HIV/AIDS awareness programs for labors and dissemina on of
informa on at worksites on risks of sexually transmi ed diseases and HIV/AIDS as part of health and
safety measures for those employed during construc on.
Awareness posters related to risks of sexually transmi ed disease and HIV/AIDS shall be put up besides
providing condom boxes at all labor camps and worksites.
The Contractor shall carry out awareness programs for labor and disseminate informa on on
epidemics/communicable disease like COVID-19 etc. as part of health and safety measures. The
Contractor shall cooperate with the Employer/his consultants and public health agencies to follow
relevant na onal and/or state provisions on health, safety, welfare, sanita on and working condi ons
and appropriate working campsites during the construc on and maintenance period. The Contractor,
for the preven on of epidemics shall make suitable arrangements for all necessary welfare and hygiene
requirements including: (a) provision of a sufficient supply of suitable food for Contractor's personnel,
(b) adequate supply of drinking water and other water for the use of the Contractor's personnel, and
(c) protec on from insect and pest nuisance.
1.23. Environment, Health Safety Management Plan
The Contractor shall prepare and submit to the Employer/his consultant for approval, a site-specific
Environment, Health and Safety Management Plan (EHSMP) based on the dra plan provided with this
bid in Table A and B. The site-specific management plan shall include an Environmental Monitoring
Plan/EMoP (based on Table C provided in the bid document) and also include amongst others a) top
soil management plan; b) borrow area & quarry management plan; c) waste management plan; d)
construc on camps, crushers, construc on yards batching plants, hot mix plants (HMP) management
plan; accident management & emergency response plan etc. The EHSMP should be monitored and
evaluated on a regular basis to ensure that it is effec ve and being implemented properly. The
Contractor shall also provide the compliance status of the EHSMP in the monthly & other periodic
monitoring reports.
Regular monitoring of the important environmental parameters will be taken up by the Contractor
through an approved laboratory either accredited by National Accreditation Board for Testing and
Calibration Laboratories (NABL) or recognized by MoEF&CC, GoI. Contractor shall ensure appropriate
level of expertise for EHSMP implementation and monitoring prior to implementation. Contractor will
bear the costs of all mitigation measures and monitoring during construction and shall be budget the
same in the bid. As may be instructed by the Employer/his consultant, the Contractor shall undertake
additional works recommended in the updated EMP. Additional cost to the Contract of such variation
shall be determined mutually by Contractor and Employer.
1.24. EHS Certificate for issuance of Provisional Completion Certificate/Completion certificate
Provisional Comple on Cer ficate (PCC)/Comple on cer ficate (CC) shall be issued only when the
Contractor has obtained and submi ed documents of all the relevant clearances/permissions/NOCs
including change of land use from district revenue department, permissions from UPCB for hazardous
waste, permissions of labor license, prior EC for aggregate & sand quarries from SEIAA /MoEF&CC &
NOC for extrac on of ground water and fully complies with the contractual provisions on environment
like oil interceptors, silt fencing etc., ADB’s Aide Memoire and open NCs on Environment. The request
for issuance of PCC/CC should be accompanied by a self-cer fied compliance cer ficate and the
cer fied True copies/original copies of the permissions/clearances/NOCs obtained. The Environmental
specialist of the Employer’s consultant shall cer fy, post a detailed site visit that all statutory &

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 309

contractual obliga ons have been fulfilled, the site properly restored to original condi ons/exemp on
from the owner received, planta ons and all EHS works completed. Only post the receipt of the
cer fica ons shall the PCC/CC be issued by the Employer. In case, the Environmental Specialist of the
Employer’s Consultant is demobilized prior to the comple on of the works, the Environmental
Specialist of the Employer shall conduct a due diligence and share the findings of the audit with ADB.
On receipt of the go ahead from ADB, the Environmental Specialist of the Employer shall issue the
cer ficate post which the PCC/CC be issued by the Employer.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 310

Table A: Environmental, Health and Safety Management Plan (EHSMP)

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Frequency of
Components and/or Impacts environmental impacts to be completed, Monitoring mitigation measures
construction Activities prepared, or and monitoring
accomplished
Consents, permits, Failure to obtain Obtain all necessary consents, Consents, permits, UTDB and its support Review permits,
clearances, no objection necessary consents, permits, clearance, no objection clearance, NOCs, etc. consultants clearance, prior to
certificate (NOC), etc. permits, and clearances clearances (NOCs), etc. prior to Detailed design start of civil works and
can result in design start of civil works. documents and Government during renewal period
revisions and/or Include in detailed design drawings drawings agencies from government
stoppage of the works. and documents all conditions and agencies prior to start
provisions if necessary of works
Preparation of Without EHSMP and Site reconnaissance survey to verify EHSMP UTDB and its support During mobilization,
construction EMoP would result to the data provided in the bid consultants and to be updated as
environmental, health unmanaged document and collect information EMoP per UTDB’s
and safety management environmental impacts from community and field instructions
plan (EHSMP) and of construction and conditions. Plans to compliment
environmental operations EHSMP
monitoring plan (EMoP) Preparation of construction EHSMP
and EMoP based on the bid
document, environmental
management plan, results of survey
and community consultation.

Prepare plans to compliment


EHSMP such as :
- Campsite plan
- Waste Management plan
- Traffic Management Plan
- Health and Safety
Management Plan
- COVID-19 and other diseases
management Plan
- Top Soil Management Plan
- Borrow Area & Quarry
Management Plan

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 311

- Site specific management


plans for construction camps,
crushers, construction yards
batching plants, HMP etc.
along with necessary
drawings, figures and
photographs
- Accident Management &
Emergency Response Plan
- Grievance Redressal Plan for
the workers and local
communities
- Camp Demobilization Plan
along with necessary
drawings & figures

Submit construction EHSMP,


EMoP, and Plans to UTDB for
approval.
Construction planning Inadequate planning Recruit EHS Officer as per EHS Officer UTDB and its support During mobilization
could lead to non- requirement of the bidding consultants
implementation of document. Training of EHSMP
EHSMP during the
construction phase and Conduct training on the
result in significant implementation of the EHSMP to
environmental impacts enhance general understanding
leading to non- and clarify responsibilities regarding
compliance with ADB’s implementation, including
environmental monitoring and reporting, must also
safeguard be provided to all relevant staff of
requirements. contractors;

No works can commence prior to


approval of EHSMP and EMoP.
Camp establishment Clearing land for Establish proper sanitation facilities Campsite Plan UTDB and its support During mobilization
and construction camps and and wastewater treatment consultants
mobilization construction can Lead processes to prevent contamination Approval and clearances
to soil erosion, and of local water sources. from local government Government
landscape alteration agencies

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 312

Use water sprays to reduce dust


Presence of heavy emissions.
machinery and
equipment can Implement noise control measures
increase air and noise such as sound barriers and restrict
pollution. noisy activities to certain times of
the day.
Community safety risks
Provide workers with adequate
living conditions, including safe
housing, clean water, and sanitary
facilities.

Implement the labor campsite plan


as approved by UTDB.

Disposal will not be allowed near


sensitive areas which will cause
inconvenience to the community.
The construction camp, storage of
fuel and lubricants should be
avoided near waterbodies.

Identify transportation routes so


that heavy vehicles do not use
narrow local roads, except in the
immediate vicinity of delivery sites.
Schedule transport and hauling
activities during non-peak hours.
Locate entry and exit points in
areas where there is low potential
for traffic congestion.
Keep the site free from all
unnecessary obstructions.
Coordinate with the local
government for temporary road
diversions and for provision of
traffic aids if transportation

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 313

activities cannot be avoided during


peak hours.
Notify affected sensitive receptors
by providing sign boards with
information about the nature and
duration of construction works and
contact numbers for
concerns/complaints.
Sourcing of construction Unmanaged impacts Use quarry sites and sources Permits issued to UTDB and its support Upon submission by
materials from quarries on air and water permitted by government. quarries/sources of consultants contractor during
resources. Verify suitability of all material materials mobilization
sources, confirm permits of
Risk on health and material sources and obtain Monthly monitoring
safety of workers approval from UTDB. during construction
If additional quarries are required stage
after construction has started,
obtain written approval from UTDB.

Table B: EHSMP Table – Construction Phase

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Soil environment Excavation and Save topsoil removed during Records and UTDB and its consultants Daily implementation
earthworks excavation and use to reclaim observations of by contractor
required for disturbed areas, as soon as it is mitigation measures
building possible to do so. Weekly visual
foundations, utility inspection by UTDB
installations, and and its consultants

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 314

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
landscaping can Use dust abatement such as water
lead to soil spraying to minimize windblown
disturbance, erosion.
removal, and Provide temporary stabilization of
compaction. disturbed/excavated areas that are not
actively under construction.
Apply erosion controls (e.g., silt traps)
along the drainage leading to the
water bodies.
Conduct routine site inspections to
assess the effectiveness of and the
maintenance requirements for erosion
and sediment control systems.
After construction, all temporary
structures and debris must be
removed, and the site should be
restored to a near-natural or stable
condition to prevent long-term soil
degradation.
Water resources Construction Schedule construction activities during Records and UTDB and its consultants Daily implementation
activities can lead non-monsoon season, to the observations of by contractor
to the maximum extent possible. mitigation measures Government agencies
contamination of Ensure drainages and water bodies Weekly visual
nearby water within the construction zones are kept Waste Management inspection by UTDB
bodies through free of obstructions. Plan and its consultants
runoff containing Keep loose soil material and
sediments, oils, stockpiles out of drains and flow-lines. Vehicle inspection
chemicals, and Avoid stockpiling of excavated and report
other pollutants. construction materials (sand, gravel,
This is especially cement, etc.) unless covered by Trainings
pertinent during tarpaulins or plastic sheets.
excavation, Re-use/utilize, to maximum extent
grading, and possible, excavated materials.
concrete work

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 315

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Dispose any residuals at identified
disposal site by UTDB
Dispose waste oil and lubricants
generated as per provisions of
Hazardous Waste (Management and
Handling) Rules, 1989.
Refuel equipment within the
designated refuelling containment
area away from drainages, nallahs, or
water body.
Inspect all vehicles daily for fluid leaks
before leaving the vehicle staging area
and repair any leaks before the vehicle
resumes operation.
Follow the guidelines set by the State
Pollution Control Board on reuse or
disposal of used oil, and chemicals.
Dispose of hazardous chemicals and
oils at designated hazardous waste
disposal facilities as per the
Hazardous and Other Wastes
(Management and Transboundary
Movement) Rules, 2016.
Segregate waste at the source into
biodegradable and non-biodegradable
categories.
Promote waste reduction through the
use of reusable materials and
minimizing packaging.
Recycle materials such as plastics,
metals, and paper through authorized
recycling centers.
Ensure safe disposal of non-recyclable
waste at approved landfill sites.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 316

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Ensure that construction camps and
facilities are located at least 500
meters away from water bodies, as
per the guidelines by MoEFCC.
Provide well-maintained sanitation
facilities such as toilets and septic
tanks in construction camps.
Treat effluents before discharge,
following the Water (Prevention and
Control of Pollution) Act, 1974.
Regularly monitor and maintain
sanitation and wastewater facilities to
prevent any leaks or overflows.
Store chemicals and fuels in
designated areas with secondary
containment to prevent spills, as per
the guidelines of the Petroleum and
Explosives Safety Organisation
(PESO).

Use appropriate storage tanks and


containers that meet the standards set
by the Bureau of Indian Standards
(BIS).
Train workers on safe handling
practices and emergency response
procedures for chemical spills.
Regularly inspect and maintain
storage facilities to ensure their
integrity and compliance with safety
regulations.
Air quality Activities such as Conduct regular water spraying on PUC certificates UTDB and its consultants Daily implementation
excavation, stockpiles. by contractor
grading, and CTE and CTO Government agencies

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 317

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
demolition Conduct regular visual inspection in Weekly visual
generate the construction zones to ensure no Air quality monitoring inspection by UTDB
significant amounts excessive dust emissions. results and its consultants
of dust, which can Maintain construction vehicles and
affect air quality obtain “pollution under control” Meet the NAAQS
and pose health certificate from Uttarakhand SPCB.
risks to workers Obtain CTE and CTO for hot mix
and nearby plants, crushers, diesel generators,
residents etc., if to be used in the project.
Use tarpaulins to cover trucks
transporting construction materials
such as sand, cement, and
aggregates to prevent dust emissions
during transit.
All construction machinery and
vehicles are regularly maintained and
comply emission standards set by the
SPCB.
Implement policies to minimize idling
time for construction vehicles and
equipment to reduce unnecessary
emissions.
Prohibit the open burning of
construction waste. Instead, segregate
waste and dispose of it through
authorized waste management
facilities, as per the Solid Waste
Management Rules, 2016.
Conduct regular air quality monitoring
during construction to ensure
compliance with National Ambient Air
Quality Standards (NAAQS)
Provide workers with PPE, such as
masks and respirators, to protect them

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 318

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
from inhaling harmful dust and
pollutants.

Inform nearby residents of


construction schedules and potential
air quality impacts.
Conduct regular health checks for
workers to monitor and address any
respiratory issues arising from
exposure to construction-related air
pollutants.

Noise environment Use of heavy Restrict noisy construction activities to Records and UTDB and its consultants Daily implementation
machinery and daytime hours (e.g., 9 AM to 6 PM) as observations of by contractor
construction per the Noise Pollution (Regulation mitigation measures
equipment such as and Control) Rules, 2000. Avoid night- Weekly visual
bulldozers, time operations unless absolutely Report on ambient inspection by UTDB
excavators, necessary and after obtaining noise level monitoring and its consultants
cranes, and permission from local authorities. within direct impact
concrete mixers Plan activities in consultation with zones
can generate PIU/PMDSC so that activities with the
significant noise, greatest potential to generate noise Meet the noise level
affecting workers are conducted during periods of the thresholds of the
on-site and nearby day which will result in least government
residents disturbance.
Provide advance notice to the local Worker’s incidence
community about construction report
schedules and potential high-noise
activities.
Minimize noise from construction
equipment by using vehicle silencers
and fitting jackhammers with noise-
reducing mufflers.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 319

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Ensure all construction equipment and
machinery are regularly serviced and
maintained to operate efficiently and
produce minimal noise. Follow
manufacturer’s guidelines and SPCB
standards for maintenance.
If specific noise complaints are
received during construction, the
contractor may be required to
implement one or more of the
following noise mitigation measures,
as directed by the project manager.
Locate stationary construction
equipment as far from nearby noise-
sensitive properties, such as the
hospital, as possible.

Shut off idling equipment.


Maintain records of noise monitoring
results and make them available for
inspection by regulatory authorities.
Provide workers with PPE such as
earplugs, noise-canceling earmuffs,
and other hearing protection devices.
Ensure that workers use these PPEs
correctly and consistently.

Physical and Potential to Ensure no damage to Records and UTDB and its consultants Daily implementation
cultural resources damage cultural structures/properties adjacent to observations of by contractor
heritage sites, construction zone. mitigation measures
monuments, or Provide sign boards to inform nature Weekly visual
artifacts located and duration of construction works and Approved routes in inspection by UTDB
within or near the contact numbers for concerns/ Traffic Management and its consultants
construction site complaints. Plan

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 320

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Coordinate with PIU/PMDSC for
transportation routes and schedule.
Schedule transport and hauling
activities during non-peak hours.
Communicate road detours via visible
boards, advertising, pamphlets, etc.
Ensure heavy vehicles do not use
narrow local roads, except in the
immediate vicinity of delivery sites.
Provide instructions on event of
chance finds for archaeological and/or
ethno-botanical resources.
Works must be stopped immediately
until such time chance finds are
cleared by experts.
Conduct detailed pre-construction
surveys to identify and document any
physical cultural resources within the
project area.
Prohibit construction work, heavy
machinery operation, and storage of
materials nearby temples, schools,
and other sensitive.
Install clear signages around the
sensitive sites to inform workers and
visitors about restricted areas and the
significance of these sites.
Conduct training sessions for
construction workers and project staff
to raise awareness about the
importance of cultural heritage and the
need for its protection.
Organize workshops on cultural
sensitivity and heritage conservation in

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 321

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
collaboration with local heritage
experts.

Waste generation Improper disposal Prepare and implement a waste Records and UTDB and its consultants Daily implementation
of construction management. observations of by contractor
waste, including Manage solid waste according to the mitigation measures
hazardous following hierarchy: reuse, recycling, Weekly visual
materials such as and disposal. Waste Management inspection by UTDB
paints, solvents, Implement on-site segregation of Plan and its consultants
and chemicals, can construction and demolition waste into
lead to soil and categories such as recyclables (metal, Waste disposal records
water wood, glass, etc.), hazardous waste,
contamination. and general waste. This facilitates
proper disposal and recycling.
Accumulation of Use color-coded bins for different
construction waste types of waste to ensure proper
can create segregation at the source.
unsightly Establish recycling programs for
conditions, materials such as concrete, metal,
affecting the visual wood, and glass. Partner with local
appeal of the area recycling facilities to ensure that these
and potentially materials are processed and reused
impacting tourism effectively.
and local Follow guidelines for the safe
businesses. handling, storage, and disposal of
hazardous materials, such as
asbestos, lead, and chemicals. Ensure
that these materials are separated
from non-hazardous waste.
Dispose of hazardous waste at
authorized hazardous waste
treatment, storage, and disposal
facilities (TSDFs) as per the

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 322

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Hazardous and Other Wastes
(Management and Transboundary
Movement) Rules, 2016.
Follow local municipal guidelines and
obtain necessary permissions for
waste disposal. Ensure compliance
with the Solid Waste Management
Rules, 2016.
Provide appropriate PPE to workers
handling waste to protect them from
exposure to hazardous materials. This
includes gloves, masks, and protective
clothing.
Conduct training programs for workers
on proper waste management
practices, including handling
hazardous materials and emergency
response procedures.
Establish a feedback mechanism for
the community to report concerns
related to waste management.
Address these concerns promptly to
maintain good community relations.
Avoid stockpiling and remove
immediately all excavated soils,
excess construction materials, and
solid waste (removed concrete, wood,
trees and plants, packaging materials,
empty containers, oils, lubricants, and
other similar items).
Prohibit disposal of any material or
wastes (including human waste) into
drainage, nallah, or watercourse.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 323

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Occupational Poses several Comply with IFC EHS Guidelines on Records and UTDB and its consultants Daily implementation
health and safety occupational Occupational Health and Safety observations of by contractor
health and safety Everyone entering the worksite must mitigation measures
risks, including wear a mask, gloves and hard shoes. Weekly visual
exposure to Disallow worker exposure to noise Health and Safety Plan inspection by UTDB
hazardous level greater than 85 dBA for duration and its consultants
materials, physical of more than 8 hours per day without
injuries, noise- hearing protection. The use of hearing
induced hearing protection shall be enforced actively.
loss, ergonomic Provide H&S orientation training to all
issues, respiratory new workers to ensure that they are
problems, and heat apprised of the rules of work at the
stress. site, personal protective protection,
and preventing injury to fellow
workers.
Ensure that qualified first aid can be
always provided. Equipped first aid
stations shall be easily accessible
throughout the site as well as at
construction camps.
Provide medical insurance coverage
for workers.
Provide supplies of potable drinking
water. Provide clean eating areas
where workers are not exposed to
hazardous or noxious substances.
Provide visitor orientation if visitors to
the site can gain access to areas
where hazardous conditions or
substances may be present. Ensure
also that visitor/s do not enter hazard
areas unescorted.
Ensure the visibility of workers through
their use of high visibility vests when

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 324

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
working in or walking through heavy
equipment operating areas.
Ensure moving equipment is outfitted
with audible back-up alarms.
Mark and provide sign boards in the
construction zone, and areas for
storage and disposal. Signage shall be
in accordance with international
standards and be well known to, and
easily understood by workers, visitors,
and the general public as appropriate.
Contractor should have fire prevention
plan and designated location plan for
provision of fire extinguishers and
related tools and equipment.
Contractor should give training to the
workers on using fire extinguisher and
conduct mock drills for emergency
preparedness.
Provide PPE, including respirators,
protective suits, and gloves, to
workers handling hazardous materials.
Ensure PPE complies with the
standards set by the Bureau of Indian
Standards (BIS).
Implement safe handling procedures
for chemicals. Store chemicals in
labeled, secure containers and provide
Material Safety Data Sheets (MSDS)
for reference.
Conduct regular training sessions on
chemical safety, emergency response,
and proper use of PPE.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 325

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Ensure operators of heavy machinery
are trained and certified. Provide
refresher training and regular safety
briefings.
Provide and maintain fall protection
systems, such as guardrails, safety
nets, and personal fall arrest systems,
in compliance with the National
Building Code of India and the
Building and Other Construction
Workers (Regulation of Employment
and Conditions of Service) Act, 1996.
Conduct regular inspections of fall
protection equipment and ensure
timely repairs and replacements.
Provide hearing protection devices like
earplugs and earmuffs to workers
exposed to high noise levels. Ensure
these devices meet BIS standards.
Conduct regular noise level monitoring
to ensure compliance with the Noise
Pollution (Regulation and Control)
Rules, 2000. Implement corrective
measures if noise levels exceed
permissible limits.
Train workers on proper lifting
techniques and ergonomics to prevent
musculoskeletal injuries.
Design Improvements: Design
workstations and tools to reduce
repetitive strain and improve worker
comfort. Adjust heights of work
surfaces to appropriate levels.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 326

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Enclose areas where high dust
generation occurs and use ventilation
systems to capture and filter dust.
Provide appropriate respiratory
protection equipment like masks and
respirators. Ensure they are suitable
for the type of dust and meet BIS
standards.
Ensure that workers have access to
clean drinking water at all times.
Provide shaded rest areas and
schedule regular breaks to prevent
heat stress.
Schedule strenuous activities during
cooler parts of the day and rotate
workers to minimize prolonged
exposure to heat.
Conduct training programs to educate
workers about the signs of heat stress
and preventive measures. Encourage
workers to report symptoms early.

Community Health Construction Regularly spray water on construction


and Safety activities may sites to suppress dust, especially
cause harm, during dry and windy conditions.
disturbance and Cover stockpiles of materials and
nuisance to local debris with tarpaulins. Ensure that
people and daily trucks transporting loose materials are
routines covered to prevent dust spread.
Limit noisy construction activities to
daytime hours (e.g., 9 AM to 6 PM) to
minimize disturbance to residents.
Obtain necessary permissions for any
night-time operations.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 327

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Provide advance notice to the local
community about construction
schedules and any expected high-
noise activities.
Designate specific routes for
construction vehicles to minimize
disruption to local traffic.
Avoid routes passing through
residential areas and sensitive zones
like schools and hospitals.
Schedule deliveries and movement of
heavy vehicles during off-peak hours
to reduce traffic congestion.
Ensure safe pathways and crossings
for pedestrians around the
construction site. Use barriers and
warning signs to guide pedestrian
movement.
Conduct awareness campaigns to
inform the local community about
traffic changes and safety precautions.
Conduct structural assessments of
nearby buildings before starting
construction to identify and document
their condition.
Perform post-construction surveys to
identify any damage caused by
vibrations and take necessary
remedial actions.
Erect secure fences and barriers
around construction sites to prevent
unauthorized access and ensure
public safety.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 328

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Inform the local community about
construction activities, potential
impacts, and safety measures through
public meetings, notices, and social
media updates.
Develop and implement an emergency
response plan to handle accidents,
spills, and other emergencies during
construction.

Employ at least 50% of the labor force,


or to the maximum extent, local
persons within the 2-km immediate
area if manpower is available.
Demolition impact air quality, Conduct thorough surveys to identify Records and UTDB and its consultants Daily implementation
activities noise levels, asbestos-containing materials (ACMs) observations of by contractor
vibrations, and before demolition. Engage licensed mitigation measures
waste generation professionals to assess and manage Weekly visual
ACMs. ACM survey inspection by UTDB
Develop a construction and demolition and its consultants
waste plan. construction and
Quantify the demolition waste for demolition waste plan
reuse in construction activity and
refilling of the plinth area.
Auction of timber, wood and other
materials obtained from the demolition
of the dilapidated structures.
Identify the sites for disposal of the
demolition waste in consultation with
local governments and district
authorities.
Regularly spray water on demolition
sites to suppress dust, as
recommended by the SPCB.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 329

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities
Limit demolition activities to daytime
hours (e.g., 9 AM to 6 PM) to minimize
noise impact on the community. Avoid
night-time operations unless
absolutely necessary and after
obtaining permission from local
authorities.
Follow demolition guidelines set by the
National Building Code of India.
Segregate demolition waste on-site
into recyclable and non-recyclable
categories. Recycle materials like
concrete, metal, and wood wherever
possible. Follow the Construction and

Follow proper procedures for handling


and disposing of hazardous waste, in
compliance with the Hazardous and
Other Wastes (Management and
Transboundary Movement) Rules,
2016. Use designated hazardous
waste disposal facilities.
Provide appropriate PPE to workers,
including respirators, ear protection,
safety goggles, and gloves, to protect
against dust, noise, and hazardous
materials.
Train workers on safe demolition
practices, including the handling of
hazardous materials and emergency
procedures. Ensure compliance with
the Occupational Safety and Health
Administration (OSHA) standards
applicable in India.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 330

Environmental Environmental Mitigation measures against Supplementary tasks Responsible for Monitoring Frequency of
Components Impacts environmental impacts to be completed, mitigation
and/or prepared, or measures and
construction accomplished monitoring
Activities

Use multiple channels to inform the


local community about demolition
schedules, potential impacts, and
mitigation measures. This can include
public meetings, notices, and social
media updates.

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 331

Table C: Environmental Monitoring Plan (EMoP)


S.N. Environmental Locations Frequency Estimated Standards
Parameters Total
Number of
samples
1 Air quality 2 locations Once before 2 locations * National Ambient
monitoring (PM10, start of 4 = Air Quality
PM2.5, NO2, SO2, construction and Standards, 2003
CO) annually during and World Health
construction for 8 samples Organizations
3 years period (WHO) standards

2 Ambient Noise 2 locations Once before 2 locations * National Noise


monitoring (Day start of 4 = Standard
time and night time construction and Guidelines, 2012
noise levels) annually during and WHO
construction for 8 samples standards
3 years period

3 Water quality Campsite Annually during 3 samples Water (Prevention


construction for and Control of
3 years period Pollution) Act,
1974 and WHO
Standards
4 Hazardous Campsite Monthly during NA Hazardous and
materials construction Other Wastes
Construction (Management and
sites Transboundary
Movement) Rules,
2016.
5 Asbestos Construction Mobilization NA EPA 1986 and its
containing-materials sites stage amendments and
WHO standards

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 332

11 Social Safeguards Requirements

(i) The Contractor shall maintain access to residences, shops, and social, cultural, religious or any other
structures irrespective of the nature and purpose of use during the construction period; by making
necessary arrangements like provision of planks with handrails, displaying proper signages, using
footbridge with handrails (where required) etc. to avoid or minimize any potential adverse impact

(ii) The Contractor will be required to ensure that works are undertaken only on available vacant and
unused government land or within the existing ROW; no temporary or permanent impact is
anticipated. The project-related civil works proposed will be undertaken within or on government
lands.

(iii) The Contractor shall be liable to maintain a photographic/video-graphic record of the pre-
construction status of structures/properties along with the right of way of government lands and
their access and will repair all damages caused during construction to any public, private or
community-owned structures/properties or access to such structures/properties irrespective of the
nature of use, purpose of use and extent of damage,

(iv) The Contractor shall adopt the following mitigation measures to avoid and/or mitigate temporary
impacts to businesses and residents during linear works: (a) announcement of proposed civil works
in advance (to enable shop owners to stock up and remain unaffected if goods vehicles are unable
to reach them during construction), (b) careful signage to ensure avoidance of impact; (c) provision
of planks with handrails (if required) to ensure pedestrian access to shops and businesses and also
to residences (if any); (d) careful timing of implementation to avoid peak tourist season; (e) no night
work, as it is a village where residents will get disturbed at night; (f) minimizing work period to the
extent possible; (g) assistance to mobile vendors (if any) present during construction to shift nearby
place and continue their business activities; (h) providing signage at component sites with project
details and contact details for grievance redress;

(v) The EHS Supervisor of the Contractor will be responsible for social safeguards, timely escalation and
reporting on status of grievances, documentation of pre-construction status and post-construction
status of sites and alignments, documentation of avoided impacts during construction, if any and
documentation of unanticipated impacts, if any and alerting the PIU/PMU regarding such impacts.

(vi) The Contractor, during the fairs and festivals, will ensure special care for smooth pedestrian
movement by not carrying any civil works in the village, providing route guidance (through
appropriate sign boards), and restoration of pathways/walkways before the fair/festivals (at least at
pre-project level) so that the local residents and tourists do not face any inconvenience.

(vii) Before the commencement of site activities and mobilization on the ground, the Contractor will
prepare a work plan and get it approved by the engineer, including the circulation plan for the safe
passage of residents/tourists during the work execution stage, including the development of
alternative access routes.

(viii) The Contractor will support the executing agency in meetings, consultations, and site-level grievance
resolution,

(ix) The Contractor shall be liable to repair all damages caused during construction to any public, private
or community-owned structures, irrespective of the nature of ownership, purpose of use, and extent
of damage.

(x) The Contractor shall maintain a grievance register at each construction site as well as site offices to
lodge and maintain a record of all kinds of grievances received from the affected persons and also

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 333

assist all affected persons or their representatives in lodging any complaint clearly mentioning the
name of the complainant, date and time of complaint, nature of the complaint, mode of complaint
(written, telephonic etc.) and redress them within 7 days of receipt of any such complaint. The
Contractor shall strictly adhere to all the procedures as laid under the project Grievance Redressal
Mechanism.

(xi) Contractor shall conduct orientation and follow-up training regularly for the labour on HIV, women
and child trafficking and safety measures

(xii) Contractor shall be required to formulate an Internal Complaint Committee (ICC) Committee as per
the POSH Policy where monthly/ quarterly meetings regarding Gender Based Violence and Sexual
Harassment (GVBV&SH) to be discussed. A Complaint box to be installed at the mobile site and site
offices for grievances related to Gender Based Violence (GBV). The complaint box to be checked on
weekly basis.

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 334

12 Drawings

A ached Separately

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 335

13 Supplementary Informa on
Regarding Works to Be Procured

Dobra Chan Park is a small village spanning about 76.3 Hectares, located on the Western bank of Tehri
Lake, on New-Tehri-Dharasu Road, in Tehri District, U arakhand state around 8 Km from Ko Colony,
which is currently the major tourist a rac on in Tehri Lake area for the water adventure sports that this
place offers. Accessibility wise, the village is directly connected to state highway and major district road.
The village is served by Public and Private Bus service. It also has access to Taxi and Van service.

Dobra Chan Park houses around 54 households. The popula on of the village is 250 as per 2011 census
and dropped down number from 288 in year 2001. With meagre income earning opportuni es and
limited scope of agriculture due to the terrain, out-migra on has become a common phenomenon in
the village. Many people, mainly youth, have been out-migra ng from Tehri region semi-permanently
and permanently. In recent areas, only the old-aged people and women are le living with minimum
basic ameni es. Unemployment is one of the major catalysts of out-migra on. Since the rural areas are
devoid of infrastructural and ins tu onal facili es, augmenta on of employment is not possible. Several
steps should be raised to minimize out-migra on and a ract the migrants to come back to their
respec ve villages.

Tourism can be seen as an important catalyst in overall be erment of the village. It can create
opportunity for social development and economic development of the village by the inflow of tourists.
In exchange, it can offer its natural and cultural wealth to the tourists for them to learn, experience and
appreciate.

The people of Dobra Chan Park are involved in occupa ons such as farming, ca le rearing, contrac ng
work etc. With the advent of tourism, many people have also got involved in tourism related ac vi es
such as running homestays and working at the lake adventure facili es. Around 16 houses have
registered themselves as Homestays under Deen Dayal Upadhyay Homestay Development Scheme
(2018) and many more are in process.

Presence of Homestays in Dobra Chan Park indicates tourist inflow which needs to be u lized and
scaled up for the villagers to harness the income earning opportuni es from tourists. In order to a ract
tourism to the village in a sustainable manner, village infrastructure needs to be improved.

Currently, water supply system has been provided in Dobra Chan Park under the Jal Jeevan Mission
Scheme. The Water demand for Dobra Chan Park has been designed for Popula on – 696 (i.e. for Year
2052) under the Jal Jeevan Mission. Wastewater disposal in the village is decentralized. Every individual
household has a separate toilet with soak pits.

Dobra Chan Park Village infrastructure improvement proposal consists of Village entrance
improvement, village entrance gateway, parking improvement, village pathways improvement (paving,
railings, illumina on), façade improvement of buildings and homestays along the major village pathways
and a stepped sea ng near the exis ng panchayat ghar for gatherings.

Keeping in view the needs of visitors visi ng the model village, Drinking Water kiosks have been
proposed in the village. E-Toilets have been proposed at the village entrance, apart from the already
exis ng toilets in village Panchayat Ghar which caters EWCD component. Solar streetlights have been
proposed along the village pathways.

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 336

14 Personnel Requirements

Using Form PER - 1 and PER - 2 in Sec on 4 (Bidding Forms), the Bidder must demonstrate that it has
personnel who meet the following requirements:

Total Work Experience In


No. Posi on Experience Similar Work

[years] [years]

1 Project Manager-1 No 10 5

2 Electrical Engineer-1 No 7 5

4 Billing Engineer-1 No 5 3

5 Safety Engineer - 1 No 5 3

6 Site Engineer – 1 No 5 3

7 Other Engineer/Experts As per


requirement of the contractor to
complete the work in me
following all engineering
execu on, safety and
environmental measures.

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 337

Using Form EXP-6 in Sec on 4 (Bidding Forms), the Bidder must demonstrate that it has EHS personnel
who meet the following requirements:

Key Personnel as determined by the EMP and other safeguard management plans

Item Minimum years Minimum


Posi on/ Relevant academic
No. of relevant work me on-
specializa on qualifica ons
experience site (%FTE)

1 Environment Expert Masters in 5 5%


Environment

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 338

15 Equipment Requirements
Using Form EQU in Sec on 4 (Bidding Forms), the Bidder must demonstrate that it has the key
equipment listed below:

No. Equipment Type and Characteris cs Minimum Number Required

1 Vicat apparatus 1 No

2 Le – chateleir apparatus 1 No

3 Mould (50mm) 12 Nos

4 Gauging trowel 2 No

5 Slump test apparatus 2 No

6 Compac on factor apparatus 2 No

7 Mould (150mm) 42 Nos

8 Tamping rod. 2 No

9 EDI compression tes ng machine 2000 kn. & CTM 1 No

10 Flexure test a achment 2 No

11 Mortar mixture capacity 4.75 ltr. 2 No

12 High speed s rrer with dispersior cap. & baffle 2 No

13 Jaw crusher three phase 1 No

14 Vicat apparatus with dashpot 1 No

15 Le – chatelier mould 2 No

16 Le – chatelier flask 2 No

17 Extensibility mould 2 No

18 Vibra ng table 2 NO

19 Beam mould (100*100*500) (150*150*700) 6 Set

20 Cylindrical mould (150*300) 6 Set

21 Cement autoclave 1 No

22 Heat of hydra on 1 No

23 Curing tank for 6/12 mould of 1.50/ 70.6mm 1 No

24 Mould steel for 70.6mm cutes 6 Sets

25 Air permeability apparatus 1 No

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Sec on 6: Employer’s Requirement 6 - 339

No. Equipment Type and Characteris cs Minimum Number Required

26 Aluminium box (373*273*160) 6 No

27 Modular heavy duty table (furniture) 2 No

35 Compression tes ng machine (1000 kn) electrically operated 1 No


single gauge

36 Rebound hammer 1 No

37 Ultrasonic tes ng instruments 1 No

38 Vibra on machine with bu en digital mer 1 No

41 Sieve 200mm dia spun brass frame for grading of Fine and 2 No
Course agreegate

42 Concrete mixer drum type 1 cu feet 2 No

43 Longitudinal compresso-meter for modulus of Elas city 1 No

44 Drying shrinkage and moisture movement 1 No

45 Bulk density voids and bulking 1 No

46 Density basket 1 No

47 Crushing value apparatus 1 No

48 Permeability apparatus 1 No

49 Auto Level with Stand 2 Nos

50 Total Sta on 1 No

51 Metallic Tape(s) 5 Ns

________________________________________________________________________________________________________________
Bidding Document for Vill. Infrastructure Upgrada on Dobra Chan Park Procurement of Works-Small Contract Single-Stage: Two-
Envelop

INTERNAL This informa on is accessible to ADB Management and Staff. It may be shared outside with appropriate permission

INTERNAL. This informa on is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-1

Section 7: General Conditions of Contract


Table of Clauses

A. General .......................................................................................................................................... 7-3

1. Definitions ......................................................................................................... 7-3


2. Interpretation .................................................................................................... 7-5
3. Language and Law ........................................................................................... 7-5
4. Contract Agreement.......................................................................................... 7-7
5. Assignment ....................................................................................................... 7-7
6. Care and Supply of Documents ........................................................................ 7-7
7. Confidential Details ........................................................................................... 7-7
8. Compliance with Laws ...................................................................................... 7-8
9. Joint and Several Liability ................................................................................. 7-8
10. Project Manager’s Decisions ............................................................................ 7-7
11. Delegation ........................................................................................................ 7-7
12. Communications ............................................................................................... 7-7
13. Subcontracting.................................................................................................. 7-7
14. Other Contractors ............................................................................................. 7-7
15. Personnel and Equipment................................................................................. 7-8
16. Employer’s and Contractor’s Risks ................................................................... 7-8
17. Employer’s Risks .............................................................................................. 7-8
18. Contractor’s Risks............................................................................................. 7-8
19. Insurance.......................................................................................................... 7-8
20. Site Investigation Reports ................................................................................. 7-9
21. Contractor to Construct the Works .................................................................. 7-11
22. The Works to Be Completed by the Intended Completion Date ........................ 7-9
23. Designs by Contractor and Approval by the Project Manager ........................... 7-9
24. Safety ............................................................................................................... 7-9
25. Discoveries ..................................................................................................... 7-10
26. Possession of the Site .................................................................................... 7-10
27. Access to the Site ........................................................................................... 7-12
28. Instructions, Inspections, and Audits ............................................................... 7-10
29. Appointment of the Adjudicator ....................................................................... 7-10
30. Procedure for Disputes ................................................................................... 7-11

B. Staff and Labor ........................................................................................................................... 7-13

31. Forced Labor .................................................................................................. 7-13


32. Child Labor ..................................................................................................... 7-13
33. Workers' Organizations................................................................................... 7-13
34. Nondiscrimination and Equal Opportunity ....................................................... 7-13

C. Time Control ............................................................................................................................... 7-12

35. Program.......................................................................................................... 7-12


36. Extension of the Intended Completion Date .................................................... 7-12
37. Acceleration .................................................................................................... 7-13
38. Delays Ordered by the Project Manager ......................................................... 7-13
39. Management Meetings ................................................................................... 7-13
40. Early Warning ................................................................................................. 7-13

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-2

D. Quality Control ............................................................................................................................ 7-13

41. Identifying Defects .......................................................................................... 7-13


42. Tests ............................................................................................................. 7-13
43. Correction of Defects ...................................................................................... 7-13
44. Uncorrected Defects ....................................................................................... 7-14

E. Cost Control ................................................................................................................................ 7-14

45. Contract Price................................................................................................. 7-14


46. Changes in the Contract Price ........................................................................ 7-14
47. Variations ....................................................................................................... 7-14
48. Cash Flow Forecasts ...................................................................................... 7-15
49. Payment Certificates ...................................................................................... 7-15
50. Payments ....................................................................................................... 7-15
51. Compensation Events .................................................................................... 7-16
52. Tax ............................................................................................................. 7-17
53. Currencies ...................................................................................................... 7-17
54. Price Adjustment ............................................................................................ 7-17
55. Retention ........................................................................................................ 7-18
56. Liquidated Damages....................................................................................... 7-18
57. Bonus ............................................................................................................. 7-18
58. Advance Payment .......................................................................................... 7-18
59. Securities ....................................................................................................... 7-18
60. Dayworks ....................................................................................................... 7-19
61. Cost of Repairs............................................................................................... 7-19

F. Force Majeure .............................................................................................................................. 7-21

62. Definition of Force Majeure............................................................................. 7-21


63. Notice of Force Majeure ................................................................................. 7-22
64. Duty to Minimize Delay ................................................................................... 7-22
65. Consequences of Force Majeure .................................................................... 7-22
66. Force Majeure Affecting Subcontractor........................................................... 7-23
67. Optional Termination, Payment, and Release................................................. 7-23
68. Release from Performance ............................................................................. 7-24

G. Finishing the Contract ............................................................................................................... 7-21

69. Completion ..................................................................................................... 7-21


70. Taking Over .................................................................................................... 7-21
71. Final Account.................................................................................................. 7-21
72. Operating and Maintenance Manuals ............................................................. 7-22
73. Termination .................................................................................................... 7-22
74. Fraud and Corruption ..................................................................................... 7-23
75. Payment upon Termination............................................................................. 7-25
76. Property.......................................................................................................... 7-25
77. Release from Performance ............................................................................. 7-25
78. Suspension of ADB Loan or Credit ................................................................. 7-26
79.
Eligibility........................................................................................................................
7-26

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-3

A. General

1. Definitions 1.1 Boldface type is used to identify defined terms.


(a) The Accepted Contract Amount means the amount accepted
in the Letter of Acceptance for the execution and completion of
the Works and the remedying of any defects.
(b) The Activity Schedule is a schedule of the activities comprising
the construction, installation, testing, and commissioning of the
Works in a lump sum contract. It includes a lump sum price for
each activity, which is used for valuations and for assessing the
effects of Variations and Compensation Events.
(c) The Adjudicator is the person appointed jointly by the
Employer and the Contractor to resolve disputes in the first
instance, as provided for in GCC 29.1 [Appointment of
Adjudicator] hereunder.
(d) Bank means the financing institutions named in the Particular
Conditions of Contract (PCC).
(e) Bill of Quantities means the priced and completed Bill of
Quantities forming part of the Bid.
(f) Compensation Events are those defined in GCC 51.1
[Compensation Events] hereunder.
(g) The Completion Date is the date of completion of the Works as
certified by the Project Manager, in accordance with GCC 69.1
[Completion].
(h) The Contract is the Contract between the Employer and the
Contractor to execute, complete, and maintain the Works. It
consists of the documents listed in GCC 2.3 below.
(i) The Contractor is the party whose Bid to carry out the Works
has been accepted by the Employer.
(j) The Contractor’s Bid is the completed bidding document
submitted by the Contractor to the Employer.
(k) The Contract Price is the Accepted Contract Amount stated in
the Letter of Acceptance and thereafter as adjusted in
accordance with the Contract.
(l) Days are calendar days; months are calendar months.
(m) Dayworks are varied work inputs subject to payment on a time
basis for the Contractor’s employees and Equipment, in addition
to payments for associated Materials and Plant.
(n) A Defect is any part of the Works not completed in accordance
with the Contract.
(o) The Defects Liability Certificate is the certificate issued by the
Project Manager upon correction of defects by the Contractor.
(p) The Defects Liability Period is the period calculated from the
Completion Date where the Contractor remains responsible for
remedying defects.
(q) Drawings include calculations and other information provided
or approved by the Project Manager for the execution of the
Contract.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-4

(r) The Employer is the party who employs the Contractor to carry
out the Works, as specified in the PCC.
(s) Equipment is the Contractor’s machinery and vehicles brought
temporarily to the Site to construct the Works.
(t) Force Majeure means an exceptional event or circumstance:
which is beyond a Party's control; which such Party could not
reasonably have provided against before entering into the
Contract; which, having arisen, such Party could not reasonably
have avoided or overcome; and, which is not substantially
attributable to the other Party.
(u) In writing or written means hand-written, type-written, printed,
or electronically made, and resulting in a permanent record.
(v) The Initial Contract Price is the Contract Price listed in the
Employer’s Letter of Acceptance.
(w) The Intended Completion Date is the date on which it is
intended that the Contractor shall complete the Works. The
Intended Completion Date is specified in the PCC. The Intended
Completion Date may be revised only by the Project Manager
by issuing an extension of time or an acceleration order.
(x) Letter of Acceptance means the formal acceptance by the
Employer of the Bid and denotes the formation of the Contract
at the date of acceptance.
(y) Materials are all supplies, including consumables, used by the
Contractor for incorporation in the Works.
(z) Party means the Employer or the Contractor, as the context
requires.
(aa) PCC means Particular Conditions of Contract.
(bb) Plant is any integral part of the Works that shall have a
mechanical, electrical, chemical, or biological function.
(cc) The Project Manager is the person named in the PCC (or any
other competent person appointed by the Employer and notified
to the Contractor, to act in replacement of the Project Manager)
who is responsible for supervising the execution of the Works
and administering the Contract.
(dd) Retention Money means the aggregate of all monies retained
by the Employer pursuant to GCC 55.1 [Retention].
(ee) Schedules means the document(s) entitled schedules,
completed by the Contractor and submitted with the Letter of
Bid, as included in the Contract. Such document may include
the Bill of Quantities, data, lists, and schedules of rates and/or
prices.
(ff) The Site is the area defined as such in the PCC.
(gg) Site Investigation Reports are those that were included in the
bidding documents and are factual and interpretative reports
about the surface and subsurface conditions at the Site.
(hh) Specification means the Specification of the Works included in
the Contract and any modification or addition made or approved
by the Project Manager.
(ii) The Start Date is given in the PCC. It is the latest date when
the Contractor shall commence execution of the Works. It does
not necessarily coincide with any of the Site Possession Dates.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-5

(jj) A Subcontractor is a person or corporate body who has a


Contract with the Contractor to carry out a part of the work in the
Contract, which includes work on the Site.
(kk) Temporary Works are works designed, constructed, installed,
and removed by the Contractor that are needed for construction
or installation of the Works.
(ll) A Variation is an instruction given by the Project Manager
which varies the Works.
(mm) The Works are what the Contract requires the Contractor to
construct, install, and turn over to the Employer, as defined in
the PCC.

2. Interpretation 2.1 In interpreting these GCC, singular also means plural, male also means
female or neuter, and the other way around. Headings have no
significance. Words have their normal meaning under the language of
the Contract unless specifically defined. The Project Manager shall
provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the PCC, references in the GCC to


the Works, the Completion Date, and the Intended Completion Date
apply to any Section of the Works (other than references to the
Completion Date and Intended Completion Date for the whole of the
Works).

2.3 The documents forming the Contract shall be interpreted in the following
order of priority:
(a) Contract Agreement,
(b) Letter of Acceptance,
(c) Letter of Bid,
(d) Particular Conditions of Contract,
(e) the List of Eligible Countries that was specified in Section 5 of
the bidding document,
(f) General Conditions of Contract,
(g) Specifications,
(h) Drawings,
(i) Completed Activity Schedules or Bill of Quantities, and
(j) any other document listed in the PCC as forming part of the
Contract.
3. Language and 3.1 The language of the Contract and the law governing the Contract are
Law stated in the PCC.
3.2 Throughout the execution of the Contract, the Contractor shall comply
with the import of goods and services prohibitions in the Employer’s
country when
(a) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s Country prohibits any import of
goods from, or any payments to, a particular country, person, or
entity. Where the Borrower’s country prohibits payments to a
particular firm or for particular goods by such an act of
compliance, that firm may be excluded.

4. Contract 4.1 The Parties shall enter into a Contract Agreement within 28 days after the
Agreement Contractor receives the Letter of Acceptance, unless the Particular

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-6

Conditions establish otherwise. The Contract Agreement shall be based


upon the attached Contract forms in Section 8. The costs of stamp duties
and similar charges (if any) imposed by law in connection with entry into
the Contract Agreement shall be borne by the Employer.

5. Assignment 5.1 Neither Party shall assign the whole or any part of the Contract or any
benefit or interest in or under the Contract. However, either Party
(a) may assign the whole or any part with the prior agreement of
the other Party, at the sole discretion of such other Party; and
(b) may, as security in favor of a bank or financial institution, assign
its right to any moneys due, or to become due, under the
Contract.

6. Care and Supply 6.1 The Specification and Drawings shall be in the custody and care of the
of Documents Employer. Unless otherwise stated in the Contract, two copies of the
Contract and of each subsequent Drawing shall be supplied to the
Contractor, who may make or request further copies at the cost of the
Contractor.

6.2 Each of the Contractor’s Documents shall be in the custody and care of
the Contractor, unless and until taken over by the Employer. Unless
otherwise stated in the Contract, the Contractor shall supply to the
Engineer six copies of each of the Contractor’s Documents.

6.3 The Contractor shall keep, on the Site, a copy of the Contract, publications
named in the Specification, the Contractor’s Documents (if any), the
Drawings and Variations and other communications given under the
Contract. The Employer’s Personnel shall have the right of access to all
these documents at all reasonable times.
6.4 If a Party becomes aware of an error or defect in a document which was
prepared for use in executing the Works, the Party shall promptly give
notice to the other Party of such error or defect.

7. Confidential 7.1 The Contractor’s and the Employer’s Personnel shall disclose all such
Details confidential and other information as may be reasonably required in
order to verify the Contractor’s compliance with the Contract and allow
its proper implementation.

7.2 Each of them shall treat the details of the Contract as private and
confidential, except to the extent necessary to carry out their respective
obligations under the Contract or to comply with applicable Laws. Each
of them shall not publish or disclose any particulars of the Works
prepared by the other Party without the previous agreement of the other
Party. However, the Contractor shall be permitted to disclose any
publicly available information, or information otherwise required to
establish his qualifications to compete for other projects.

7.3 Notwithstanding the above, the Contractor may furnish to its


Subcontractor(s) such documents, data and other information it receives
from the Employer to the extent required for the Subcontractor(s) to
perform its work under the Contract, in which event the Contractor shall
obtain from such Subcontractor(s) an undertaking of confidentiality
similar to that imposed on the Contractor under this Clause.

8. Compliance with 8.1 The Contractor shall, in performing the Contract, comply with applicable
Laws Laws.

8.2 Unless otherwise stated in the Particular Conditions,

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-7

(a) the Employer shall acquire and pay for all permits, approvals,
and/or licenses from all local, state, or national government
authorities or public service undertakings in the [Employer’s
Country or country where the Site is located] which (i) such
authorities or undertakings require the Employer to obtain in the
Employer’s name, and (ii) are necessary for the execution of the
Contract, including those required for the performance by both
the Contractor and the Employer of their respective obligations
under the Contract;
(b) the Contractor shall acquire and pay for all permits, approvals,
and/or licenses from all local, state, or national government
authorities or public service undertakings in the [Employer’s
Country or country where the Site is located] which such
authorities or undertakings require the Contractor to obtain in its
name and which are necessary for the performance of the
Contract, including, without limitation, visas for the Contractor’s
and Subcontractor’s personnel and entry permits for all
imported Contractor’s Equipment. The Contractor shall acquire
all other permits, approvals, and/or licenses that are not the
responsibility of the Employer under Subclause 8.2(a) hereof
and that are necessary for the performance of the Contract. The
Contractor shall indemnify and hold harmless the Employer
from and against any and all liabilities, damages, claims, fines,
penalties, and expenses of whatever nature arising or resulting
from the violation of such laws by the Contractor or its
personnel, including the Subcontractors and their personnel,
but without prejudice to Subclause 8.1 hereof.

9. Joint and 9.1 If the Contractor is a Joint Venture of two or more persons, all such
Several Liability persons shall be jointly and severally liable to the Employer for the
fulfillment of the provisions of the Contract, and shall designate one of
such persons to act as a leader with authority to bind the Joint Venture.
The composition or the constitution of the Joint Venture shall not be
altered without the prior consent of the Employer.

10. Project 10.1 Except where otherwise specifically stated, the Project Manager shall
Manager’s decide contractual matters between the Employer and the Contractor in
Decisions the role representing the Employer.

11. Delegation 11.1 The Project Manager may delegate any of his duties and responsibilities
to other people, except to the Adjudicator, after notifying the Contractor,
and may cancel any delegation after notifying the Contractor.

12. Communica- 12.1 Communications between parties that are referred to in the Conditions
tions shall be effective only when in writing. A notice shall be effective only
when it is delivered.

13. Subcontracting 13.1 The Contractor may subcontract with the approval of the Project
Manager, but may not assign the Contract without the approval of the
Employer in writing. Subcontracting shall not alter the Contractor’s
obligations.

14. Other 14.1 The Contractor shall cooperate and share the Site with other
Contractors contractors, public authorities, utilities, and the Employer between the
dates given in the Schedule of Other Contractors, as referred to in the
PCC. The Contractor shall also provide facilities and services for them
as described in the Schedule. The Employer may modify the Schedule
of Other Contractors, and shall notify the Contractor of any such
modification.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-8

15. Personnel and 15.1 The Contractor shall employ the key personnel and use the equipment
Equipment identified in its Bid to carry out the functions stated in the Schedule or
other personnel and equipment approved by the Project Manager. The
Project Manager shall approve any proposed replacement of key
personnel and equipment only if their relevant qualifications or
characteristics are substantially equal to or better than those proposed
in the Bid.

15.2 If the Project Manager 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 7 days and
has no further connection with the work in the Contract.
15.3 Should any employee of the Contractor be determined, based on
reasonable evidence, to have engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations during the
execution of the Works, then that employee shall be removed in
accordance with Clause 15.2 above.

16. Employer’s and 16.1 The Employer carries the risks which this Contract states are Employer’s
Contractor’s risks, and the Contractor carries the risks which this Contract states are
Risks Contractor’s risks.

17. Employer’s 17.1 From the Start Date until the Defects Liability Certificate has been
Risks issued, the following are Employer’s risks:
(a) The risk of personal injury, death, or loss of or damage to property
(excluding the Works, Plant, Materials, and Equipment), which are
due to
(i) use or occupation of the Site by the Works or for the
purpose of the Works, which is the unavoidable result of the
Works, or
(ii) negligence, breach of statutory duty, or interference with
any legal right by the Employer or by any person employed
by or contracted to him except the Contractor.
(b) The risk of damage to the Works, Plant, Materials, and Equipment
to the extent that it is due to a fault of the Employer or in the
Employer’s design, or due to war or radioactive contamination
directly affecting the country where the Works are to be executed.

17.2 From the Completion Date until the Defects Liability Certificate has been
issued, the risk of loss of or damage to the Works, Plant, and Materials
is an Employer’s risk except loss or damage due to
(a) a Defect which existed on the Completion Date,
(b) an event occurring before the Completion Date, which was not
itself an Employer’s risk, or
(c) the activities of the Contractor on the Site after the Completion
Date.

18. Contractor’s 18.1 From the Starting Date until the Defects Liability Certificate has been
Risks issued, the risks of personal injury, death, and loss of or damage to
property (including, without limitation, the Works, Plant, Materials, and
Equipment) which are not Employer’s risks, are Contractor’s risks.

19. Insurance 19.1 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

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-9

Liability Period, in the amounts and deductibles stated in the PCC for
the following events, which are due to the Contractor’s risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant, Materials,
and Equipment) in connection with the Contract; and
(d) personal injury or death.

19.2 Policies and certificates for insurance shall be delivered by the


Contractor to the Project Manager for the Project Manager’s approval
before the Start Date. All such insurance shall provide for compensation
to be payable in the types and proportions of currencies required to
rectify the loss or damage incurred.

19.3 If the Contractor does not provide any of the policies and certificates
required, the Employer may effect 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 debt due.

19.4 Alterations to the terms of an insurance shall not be made without the
approval of the Project Manager.

19.5 Both parties shall comply with any conditions of the insurance policies.

20. Site 20.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation
Investigation Reports referred to in the PCC, supplemented by any information
Reports available to the Contractor.

21. Contractor to 21.1 The Contractor shall construct and install the Works in accordance with
Construct the the Specifications and Drawings.
Works

22. The Works to Be 22.1 The Contractor may commence execution of the Works on the Start
Completed by Date and shall carry out the Works in accordance with the Program
the Intended submitted by the Contractor, as updated with the approval of the Project
Completion Manager, and complete them by the Intended Completion Date.
Date

23. Designs by 23.1 The Contractor shall carry out design to the extent specified in the PCC.
Contractor and The Contractor shall promptly submit to the Employer all designs
Approval by the prepared by him. Within 14 days of receipt, the Employer shall notify any
Project Manager comments. The Contractor shall not construct any element of the
permanent work designed by him within 14 days after the design has
been submitted to the Employer or where the design for that element
has been rejected. Design that has been rejected shall be promptly
amended and resubmitted. The Contractor shall resubmit all designs
commented on, taking these comments into account as necessary.

23.2 The Contractor shall submit Specifications and Drawings showing the
proposed Temporary Works to the Project Manager, who is to approve
them if they comply with the Specifications and Drawings..

23.3 The Contractor shall be responsible for design of Temporary Works.

23.4 The Project Manager’s approval shall not alter the Contractor’s
responsibility for design of the Temporary Works.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-10

23.5 The Contractor shall obtain approval of third parties to the design of the
Temporary Works, where required.

23.6 All Drawings prepared by the Contractor for the execution of the
temporary or permanent Works, are subject to prior approval by the
Project Manager before this use.

24. Safety 24.1 The Contractor shall be responsible for the safety of all activities on the
Site.

25. Discoveries 25.1 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 Project Manager of such
discoveries and carry out the Project Manager’s instructions for dealing
with them.

26. Possession of 26.1 The Employer shall give possession of all parts of the Site to the
the Site Contractor. If possession of a part is not given by the date stated in the
PCC, the Employer shall be deemed to have delayed the start of the
relevant activities, and this shall be a Compensation Event.

27. Access to the 27.1 The Contractor shall allow the Project Manager and any person
Site authorized by the Project Manager access to the Site and to any place
where work in connection with the Contract is being carried out or is
intended to be carried out.

28. Instructions, 28.1 The Contractor shall carry out all instructions of the Project Manager,
Inspections, and which comply with the applicable laws where the Site is located.
Audits

28.2 The Contractor shall keep, and shall make all reasonable efforts to
cause its Subcontractors and subconsultants to keep accurate and
systematic accounts and records in respect of the Works in such form
and details as will clearly identify relevant time changes and costs.

28.3 The Contractor shall permit ADB or its representative to inspect the
Contractor’s site, assets, accounts, records, and other documents
relating to the submission of bids and contract performance and to have
them audited by auditors appointed by ADB. The Contractor shall
maintain all documents and records related to the bid submission and
execution of the Contract for at least 5 years after completing the works
contemplated in the relevant contracts or the period prescribed in
applicable law, whichever is longer. The Contractor shall provide any
documents necessary for the investigation of allegations of corrupt,
fraudulent, collusive, coercive, or obstructive practices or other integrity
violations and require its employees or agents with knowledge of the
Contract to respond to questions from ADB.
28.4 ADB’s right to inspect the Site and/or the Contractor’s accounts and
records relating to the performance of the Contract stated in Sub-Clause
28.3 and 74.2 (e) shall survive termination and/ or expiration of this
Contract.

29. Appointment of 29.1 The Adjudicator shall be appointed jointly by the Employer and the
the Adjudicator Contractor, at the time of the Employer’s issuance of the Letter of
Acceptance. If, in the Letter of Acceptance, the Employer does not agree
on the appointment of the Adjudicator, the Employer will request the
Appointing Authority designated in the PCC, to appoint the Adjudicator
within 14 days of receipt of such request.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-11

29.2 Should the Adjudicator resign or die, or should the Employer and the
Contractor agree that the Adjudicator is not functioning in accordance
with the provisions of the Contract, a new Adjudicator shall be jointly
appointed by the Employer and the Contractor. In case of disagreement
between the Employer and the Contractor, within 30 days, the
Adjudicator shall be designated by the Appointing Authority at the
request of either party, within 14 days of receipt of such request.

30. Procedure for 30.1 If the Contractor believes that a decision taken by the Project Manager
Disputes was either outside the authority given to the Project Manager by the
Contract or that the decision was wrongly taken, the decision shall be
referred to the Adjudicator within 14 days of the notification of the Project
Manager’s decision.

30.2 The Adjudicator shall give a decision in writing within 28 days of receipt
of a notification of a dispute.

30.3 The Adjudicator shall be paid by the hour at the rate specified in the PCC,
together with reimbursable expenses of the types specified in the PCC,
and the cost shall be divided equally between the Employer and the
Contractor, whatever decision is reached by the Adjudicator. Either
party may refer a decision of the Adjudicator to an Arbitrator within 28
days of the Adjudicator’s written decision. If neither party refers the
dispute to arbitration within the above 28 days, the Adjudicator’s
decision shall be final and binding.

30.4 The arbitration shall be conducted in accordance with the arbitration


procedures published by the institution named and in the place specified
in the PCC.

B. Staff and Labor

31. Forced Labor 31.1 The Contractor shall not employ forced labor, which consists of any work
or service, not voluntarily performed, that is exacted from an individual
under threat of force or penalty. This covers any kind of involuntary or
compulsory labor, such as indentured labor, bonded labor, or similar
labor–contracting arrangements.

32. Child Labor 32.1 The Contractor shall not employ children in a manner that is economically
exploitative, or is likely to be hazardous, or to interfere with, the child's
education, or to be harmful to the child's health or physical, mental,
spiritual, moral, or social development. Where national laws have
provisions for employment of minors, the Contractor shall follow those
laws applicable to the Contractor. Children below the age of 18 years
shall not be employed in dangerous work.

33. Workers’ 33.1 In countries where national law recognizes workers’ rights to form and
Organizations to join workers’ organizations of their choosing without interference and
to bargain collectively, the Contractor shall comply with national law.
Where national law substantially restricts workers’ organizations, the
Contractor shall enable alternative means for the Contractor’s Personnel
to express their grievances and protect their rights regarding working
conditions and terms of employment. In either case described above,
and where national law is silent, the Contractor shall not discourage the
Contractor’s Personnel from forming or joining workers’ organizations of
their choosing or from bargaining collectively, and shall not discriminate
or retaliate against the Contractor’s Personnel who participate, or seek
to participate, in such organizations and bargain collectively. The
Contractor shall engage with such workers representatives. Worker

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-12

organizations are expected to fairly represent the workers in the


workforce.

34. Nondiscrimina 34.1 The Contractor shall not make employment decisions on the basis of
tion and Equal personal characteristics unrelated to inherent job requirements. The
Opportunity Contractor shall base the employment relationship on the principle of
equal opportunity and fair treatment, and shall not discriminate with
respect to aspects of the employment relationship, including recruitment
and hiring, compensation (including wages and benefits), working
conditions and terms of employment, access to training, promotion,
termination of employment or retirement, and discipline. In countries
where national law provides for non-discrimination in employment, the
Contractor shall comply with national law. When national laws are silent
on nondiscrimination in employment, the Contractor shall meet this
Subclause’s requirements. Special measures of protection or assistance
to remedy past discrimination or selection for a particular job based on
the inherent requirements of the job shall not be deemed discrimination.

C. Time Control

35. Program 35.1 Within the time stated in the PCC, after the date of the Letter of
Acceptance, the Contractor shall submit to the Project Manager for
approval a Program showing the general methods, arrangements, order,
and timing for all the activities in the Works. In the case of a lump sum
contract, the activities in the Program shall be consistent with those in
the Activity Schedule.

35.2 An update of the Program shall be a program showing the actual


progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work, including any changes to
the sequence of the activities.

35.3 The Contractor shall submit to the Project Manager for approval an
updated Program at intervals no longer than the period stated in the
PCC. If the Contractor does not submit an updated Program within this
period, the Project Manager may withhold the amount stated in the PCC
from the next payment certificate and continue to withhold this amount
until the next payment after the date on which the overdue Program has
been submitted. In the case of a lump sum contract, the Contractor shall
provide an updated Activity Schedule within 14 days of being instructed
to by the Project Manager.

35.4 The Project Manager’s approval of the Program shall not alter the
Contractor’s obligations. The Contractor may revise the Program and
submit it to the Project Manager again at any time. A revised Program
shall show the effect of Variations and Compensation Events.

36. Extension of the 36.1 The Project Manager shall extend the Intended Completion Date if a
Intended Compensation Event occurs or a Variation is issued which makes it
Completion impossible for Completion to be achieved by the Intended Completion
Date Date without the Contractor taking steps to accelerate the remaining
work, which would cause the Contractor to incur additional cost.

36.2 The Project Manager shall decide whether and by how much to extend
the Intended Completion Date within 21 days of the Contractor asking
the Project Manager for a decision upon the effect of a Compensation
Event or Variation and submitting full supporting information. If the
Contractor has failed to give early warning of a delay or has failed to

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-13

cooperate in dealing with a delay, the delay by this failure shall not be
considered in assessing the new Intended Completion Date.

37. Acceleration 37.1 When the Employer wants the Contractor to finish before the Intended
Completion Date, the Project Manager shall obtain priced proposals for
achieving the necessary acceleration from the Contractor. If the
Employer accepts these proposals, the Intended Completion Date shall
be adjusted accordingly and confirmed by both the Employer and the
Contractor.

37.2 If the Contractor’s priced proposals for an acceleration are accepted by


the Employer, they are incorporated in the Contract Price and treated as
a Variation.

38. Delays Ordered 38.1 The Project Manager may instruct the Contractor to delay the start or
by the Project progress of any activity within the Works.
Manager

39. Management 39.1 Either the Project Manager or the Contractor may require the other to
Meetings attend a management meeting. The business of a management meeting
shall be to review the plans for remaining work and to deal with matters
raised in accordance with the early warning procedure.

39.2 The Project Manager shall record the business of management


meetings and provide copies of the record to those attending the
meeting and to the Employer. The responsibility of the parties for actions
to be taken shall be decided by the Project Manager either at the
management meeting or after the management meeting and stated in
writing to all who attended the meeting.

40. Early Warning 40.1 The Contractor shall warn the Project Manager at the earliest
opportunity of specific likely future events or circumstances that may
adversely affect the quality of the work, increase the Contract Price, or
delay the execution of the Works. The Project Manager may require the
Contractor to provide an estimate of the expected effect of the future
event or circumstance on the Contract Price and Completion Date. The
estimate shall be provided by the Contractor as soon as reasonably
possible.

40.2 The Contractor shall cooperate with the Project Manager in making and
considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in the work
and in carrying out any resulting instruction of the Project Manager.

D. Quality Control

41. Identifying 41.1 The Project Manager shall check the Contractor’s work and notify the
Defects Contractor of any Defects that are found. Such checking shall not affect
the Contractor’s responsibilities. The Project Manager may instruct the
Contractor to search for a Defect and to uncover and test any work that
the Project Manager considers may have a Defect.

42. Tests 42.1 If the Project Manager instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a Defect
and the test shows that it does, the Contractor shall pay for the test and
any samples. If there is no Defect, the test shall be a Compensation
Event.

43. Correction of 43.1 The Project Manager shall give notice to the Contractor of any Defects
Defects before the end of the Defects Liability Period, which begins at

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-14

Completion, and is defined in the PCC. The Defects Liability Period shall
be extended for as long as Defects remain to be corrected.

43.2 Every time notice of a Defect is given, the Contractor shall correct the
notified Defect within the length of time specified by the Project
Manager’s notice.

44. Uncorrected 44.1 If the Contractor has not corrected a Defect within the time specified in
Defects the Project Manager’s notice, the Project Manager shall assess the cost
of having the Defect corrected, and the Contractor shall pay this amount.
E. Cost Control

45. Contract Price 45.1 In the case of an admeasurement contract, the Bill of Quantities shall
contain priced items for the Works to be performed by the Contractor.
The Bill of Quantities is used to calculate the Contract Price. The
Contractor will be paid for the quantity of the work accomplished at the
rate in the Bill of Quantities for each item.

45.2 In the case of a lump sum contract, the Activity Schedule shall contain
the priced activities for the Works to be performed by the Contractor.
The Activity Schedule is used to monitor and control the performance of
activities on which basis the Contractor will be paid. If payment for
Materials on Site shall be made separately, the Contractor shall show
delivery of Materials to the Site separately on the Activity Schedule.

46. Changes in the 46.1 In the case of an admeasurement contract:


Contract Price
(a) If the final quantity of the work done differs from the quantity in the
Bill of Quantities for the particular item by more than 25%,
provided the change exceeds 1% of the Initial Contract Price, the
Project Manager shall adjust the rate to allow for the change.
(b) The Project Manager shall not adjust rates from changes in
quantities if thereby the Initial Contract Price is exceeded by more
than 15%, except with the prior approval of the Employer.
(c) If requested by the Project Manager, the Contractor shall provide
the Project Manager with a detailed cost breakdown of any rate in
the Bill of Quantities.

46.2 In the case of a lump sum contract, the Activity Schedule shall be
amended by the Contractor to accommodate changes of Program or
method of working made at the Contractor’s own discretion. Prices in
the Activity Schedule shall not be altered when the Contractor makes
such changes to the Activity Schedule.

47. Variations 47.1 All Variations shall be included in updated Programs, and, in the case of
a lump sum contract, also in the Activity Schedule, produced by the
Contractor.

47.2 The Contractor shall provide the Project Manager with a quotation for
carrying out the Variation when requested to do so by the Project
Manager. The Project Manager shall assess the quotation, which shall
be given within seven (7) days of the request or within any longer period
stated by the Project Manager and before the Variation is ordered.

47.3 If the Contractor’s quotation is unreasonable, the Project Manager may


order the Variation and make a change to the Contract Price, which shall

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-15

be based on the Project Manager’s own forecast of the effects of the


Variation on the Contractor’s costs.

47.4 If the Project Manager decides that the urgency of varying the work
would prevent a quotation being given and considered without delaying
the work, no quotation shall be given and the Variation shall be treated
as a Compensation Event.

47.5 The Contractor shall not be entitled to additional payment for costs that
could have been avoided by giving early warning.

47.6 In the case of an admeasurement contract, if the work in the Variation


corresponds to an item description in the Bill of Quantities and if, in the
opinion of the Project Manager, the quantity of work above the limit
stated in GCC 46.1 [Changes in the Contract Price] or the timing of its
execution do not cause the cost per unit of quantity to change, the rate
in the Bill of Quantities shall be used to calculate the value of the
Variation. If the cost per unit of quantity changes, or if the nature or
timing of the work in the Variation does not correspond with items in the
Bill of Quantities, the quotation by the Contractor shall be in the form of
new rates for the relevant items of work.

48. Cash Flow 48.1 When the Program, or, in the case of a lump sum contract, the Activity
Forecasts Schedule, is updated, the Contractor shall provide the Project Manager
with an updated cash flow forecast. The cash flow forecast shall include
different currencies, as defined in the Contract, converted as necessary
using the Contract exchange rates.

49. Payment 49.1 The Contractor shall submit to the Project Manager monthly statements
Certificates of the estimated value of the work executed less the cumulative amount
certified previously.

49.2 The Project Manager shall check the Contractor’s monthly statement
and certify the amount to be paid to the Contractor.

49.3 The value of work executed shall be determined by the Project Manager.

49.4 The value of work executed shall comprise,


(a) in the case of an admeasurement contract, the value of the
quantities of work in the Bill of Quantities that have been
completed; or
(b) in the case of a lump sum contract, the value of work executed
shall comprise the value of completed activities in the Activity
Schedule.

49.5 The value of work executed shall include the valuation of Variations and
Compensation Events.

49.6 The Project Manager 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.

50. Payments 50.1 Payments shall be adjusted for deductions for advance payments and
retention. The Employer shall pay the Contractor the amounts certified
by the Project Manager within 28 days of the date of each certificate. If
the Employer makes a late payment, the Contractor shall be paid
interest on the late payment in the next payment. Interest shall be

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-16

calculated from the date by which the payment should have been made
up to the date when the late payment is made at the prevailing rate of
interest for commercial borrowing for each of the currencies in which
payments are made.

50.2 If an amount certified is increased in a later certificate or as a result of


an award by the Adjudicator or an Arbitrator, the Contractor shall be paid
interest upon the delayed payment as set out in this clause. Interest
shall be calculated from the date upon which the increased amount
would have been certified in the absence of dispute.

50.3 Unless otherwise stated, all payments and deductions shall be paid or
charged in the proportions of currencies comprising the Contract Price.

50.4 Items of the Works for which no rate or price has been entered in shall
not be paid for by the Employer and shall be deemed covered by other
rates and prices in the Contract.

51. Compensation 51.1 The following shall be Compensation Events:


Events
(a) The Employer does not give access to a part of the Site by the
Site Possession Date pursuant to GCC 26.1 [Possession of the
Site].
(b) The Employer modifies the Schedule of Other Contractors in a
way that affects the work of the Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue Drawings,
Specifications, or instructions required for execution of the Works
on time.
(d) The Project Manager instructs the Contractor to uncover or to
carry out additional tests upon work, which is then found to have
no Defects.
(e) The Project Manager unreasonably does not approve a
subcontract to be let.
(f) Ground conditions are substantially more adverse than could
reasonably have been assumed before issuance of the Letter of
Acceptance from the information issued to Bidders (including the
Site Investigation Reports), from information available publicly
and from a visual inspection of the Site.
(g) The Project Manager gives an instruction for dealing with an
unforeseen condition, caused by the Employer, or additional work
required for safety or other reasons.
(h) Other contractors, public authorities, utilities, or the Employer
does not work within the dates and other constraints stated in the
Contract, and they cause delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Employer’s Risks.
(k) The Project Manager unreasonably delays issuing a Certificate of
Completion.

51.2 If a Compensation Event would cause additional cost or would prevent


the work being completed before the Intended Completion Date, the
Contract Price shall be increased and/or the Intended Completion Date
shall be extended. The Project Manager shall decide whether and by

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-17

how much the Contract Price shall be increased and whether and by
how much the Intended Completion Date shall be extended.

51.3 As soon as information demonstrating the effect of each Compensation


Event upon the Contractor’s forecast cost has been provided by the
Contractor, it shall be assessed by the Project Manager, and the
Contract Price shall be adjusted accordingly. If the Contractor’s forecast
is deemed unreasonable, the Project Manager shall adjust the Contract
Price based on the Project Manager’s own forecast. The Project
Manager shall assume that the Contractor shall react competently and
promptly to the event.

51.4 The Contractor shall not be entitled to compensation to the extent that
the Employer’s interests are adversely affected by the Contractor’s not
having given early warning or not having cooperated with the Project
Manager.

52. Tax 52.1 The Project Manager shall adjust the Contract Price if taxes, duties, and
other levies are changed between the date 28 days before the
submission of bids for the Contract and the date of the last Completion
certificate. The adjustment shall be the change in the amount of tax
payable by the Contractor, provided such changes are not already
reflected in the Contract Price or are a result of GCC 54.1 [Price
Adjustment].

53. Currencies 53.1 Where payments are made in currencies other than the currency of the
Employer’s country specified in the PCC, the exchange rates used for
calculating the amounts to be paid shall be the exchange rates stated in
the Contractor’s Bid.

54. Price 54.1 Prices shall be adjusted for fluctuations in the cost of inputs only if
Adjustment provided for in the PCC. If so provided, the amounts certified in each
payment certificate, before deducting for Advance Payment, shall be
adjusted by applying the respective price adjustment factor to the
payment amounts due in each currency. A separate formula of the type
indicated below applies to each Contract currency:

Pc = Ac + Bc Imc/Ioc
where:
Pc is the adjustment factor for the portion of the Contract Price payable
in a specific currency “c.”
Ac and Bc are coefficients1 specified in the PCC, representing the
nonadjustable and adjustable portions, respectively, of the
Contract Price payable in that specific currency “c;” and
Imc is a consolidated index prevailing at the end of the month being
invoiced and Ioc is the same consolidated index prevailing 28
days before Bid opening for inputs payable; both in the specific
currency “c.”

54.2 If the value of the index is changed after it has been used in a calculation,
the calculation shall be corrected and an adjustment made in the next

1
The sum of the two coefficients Ac and Bc should be 1 (one) in the formula for each currency. Normally, both coefficients
shall be the same in the formulas for all currencies, since coefficient A, for the nonadjustable portion of the payments,
is a very approximate figure (usually 0.10 ~ 0.20) to take account of fixed cost elements or other nonadjustable
components. The sum of the adjustments for each currency is added to the Contract Price.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-18

payment certificate. The index value shall be deemed to take account of


all changes in cost due to fluctuations in costs.

55. Retention 55.1 The Employer shall retain from each payment due to the Contractor the
proportion stated in the PCC until Completion of the whole of the Works.

55.2 Upon the issue of a Certificate of Completion of the Works by the Project
Manager, in accordance with GCC 69.1 [Completion], half the total
amount retained shall be repaid to the Contractor and half when the
Defects Liability Period has passed and the Project Manager has
certified that all Defects notified by the Project Manager to the
Contractor before the end of this period have been corrected. The
Contractor may substitute retention money with an “on demand” bank
guarantee.

56. Liquidated 56.1 The Contractor shall pay liquidated damages to the Employer at the rate
Damages per day stated in the PCC for each day that the Completion Date is later
than the Intended Completion Date. The total amount of liquidated
damages shall not exceed the amount defined in the PCC. The
Employer may deduct liquidated damages from payments due to the
Contractor. Payment of liquidated damages shall not affect the
Contractor’s liabilities.

56.2 If the Intended Completion Date is extended after liquidated damages


have been paid, the Project Manager shall correct any overpayment of
liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the overpayment,
calculated from the date of payment to the date of repayment, at the
rates specified in GCC 50.1 [Payments].

57. Bonus 57.1 The Contractor shall be paid a Bonus calculated at the rate per calendar
day stated in the PCC for each day (less any days for which the
Contractor is paid for acceleration) that the Completion is earlier than
the Intended Completion Date. The Project Manager shall certify that
the Works are complete, although they may not be due to be complete.

58. Advance 58.1 The Employer shall make advance payment to the Contractor of the
Payment amounts stated in the PCC by the date stated in the PCC, against
provision by the Contractor of an unconditional bank guarantee in a form
and by a bank acceptable to the Employer in amounts and currencies
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. Interest shall not be charged on the advance payment.

58.2 The Contractor is to use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used in this way by
supplying copies of invoices or other documents to the Project Manager.

58.3 The advance payment shall be repaid by deducting proportionate


amounts from payments otherwise due to the Contractor, following the
schedule of completed percentages of the Works on a payment basis.
No account shall be taken of the advance payment or its repayment in
assessing valuations of work done, Variations, price adjustments,
Compensation Events, Bonuses, or Liquidated Damages.

59. Securities 59.1 The Performance Security shall be provided to the Employer no later
than the date specified in the Letter of Acceptance and shall be issued

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-19

in an amount specified in the PCC, by a bank acceptable to the


Employer, and denominated in the types and proportions of the
currencies in which the Contract Price is payable. The Performance
Security shall be valid until a date 28 days from the date of issue of the
Certificate of Completion in the case of a bank guarantee.

60. Dayworks 60.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used
for small additional amounts of work only when the Project Manager has
given written instructions in advance for additional work to be paid for in
that way.

60.2 All work to be paid for as Dayworks shall be recorded by the Contractor
on forms approved by the Project Manager. Each completed form shall
be verified and signed by the Project Manager within 2 days of the work
being done.

60.3 The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.

61. Cost of Repairs 61.1 Loss or damage to the Works or Materials to be incorporated in the
Works between the Start Date and the end of the Defects Correction
periods shall be remedied by the Contractor at the Contractor’s cost if
the loss or damage arises from the Contractor’s acts or omissions.

F. Force Majeure

62. Definition of 62.1 In this Clause, “Force Majeure” means an exceptional event or
Force Majeure 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.

62.2 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:
(a) war, hostilities (whether war be declared or not), invasion, act of
foreign enemies;
(b) rebellion, terrorism, sabotage by persons other than the
Contractor’s Personnel, revolution, insurrection, military or
usurped power, or civil war;
(c) riot, commotion, disorder, strike or lockout by persons other than
the Contractor’s Personnel;
(d) munitions of war, explosive materials, ionizing 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
(e) natural catastrophes such as earthquake, hurricane, typhoon, or
volcanic activity.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-20

63. Notice of Force 63.1 If a Party is or will be prevented from performing its substantial obligations
Majeure under the Contract by Force Majeure, then it shall give notice to the other
Party of the event or circumstances constituting the Force Majeure and
shall specify the obligations, the performance of which is or will be
prevented. The notice shall be given within 14 days after the Party
became aware, or should have become aware, of the relevant event or
circumstance constituting Force Majeure.

63.2 The Party shall, having given notice, be excused from performance of its
obligations for so long as such Force Majeure prevents it from
performing them.

63.3 Notwithstanding any other provision of this Clause, Force Majeure shall
not apply to obligations of either Party to make payments to the other
Party under the Contract.

64. Duty to 64.1 Each Party shall at all times use all reasonable endeavours to minimize
Minimize Delay any delay in the performance of the Contract as a result of Force
Majeure.

64.2 A Party shall give notice to the other Party when it ceases to be affected
by the Force Majeure.

65. Consequences 65.1 If the Contractor is prevented from performing its substantial obligations
of Force under the Contract by Force Majeure of which notice has been given
Majeure under GCC Subclause 63 [Notice of Force Majeure], and suffers delay
and/or incurs Cost by reason of such Force Majeure, the Contractor shall
be entitled subject to GCC Subclause 30.1 [Procedure for Disputes] to
(a) an extension of time for any such delay, if completion is or will be
delayed, under GCC Subclause 36 [Extension of the Intended
Completion Date]; and
(b) if the event or circumstance is of the kind described in sub-
paragraphs (a) to (d) of GCC Subclause 62.2 [Definition of Force
Majeure] and, in the case of subparagraphs (b) to (d), occurs in
the Country, payment of any such Cost, including the costs of
rectifying or replacing the Works and/or Goods damaged or
destructed by Force Majeure, to the extent they are not
indemnified through the insurance policy referred to in GCC
Subclause 19 [Insurance].

65.2 After receiving this notice, the Project Manager shall proceed in
accordance with GCC Subclause 10 [Project Manager’s Decisions] to
agree or determine these matters.

66. Force Majeure 66.1 If any Subcontractor is entitled under any contract or agreement relating
Affecting to the Works to relief from force majeure on terms additional to or
Subcontractor broader than those specified in this Clause, such additional or broader
Force Majeure events or circumstances shall not excuse the
Contractor’s nonperformance or entitle him to relief under this Clause.

67. Optional 67.1 If the execution of substantially all the Works in progress is prevented for
Termination, a continuous period of 84 days by reason of Force Majeure of which
Payment and notice has been given under GCC Subclause 63 [Notice of Force
Release Majeure], or for multiple periods which total more than 140 days due to
the same notified Force Majeure, then either Party may give to the other
Party a notice of termination of the Contract. In this event, the
termination shall take effect 7 days after the notice is given, and the

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-21

Contractor shall proceed in accordance with GCC Subclause 73.5


[Termination].

67.2 Upon such termination, the Project Manager shall determine the value of
the work done and issue a Payment Certificate, which shall include
(a) the amounts payable for any work carried out for which a price is
stated in the Contract;
(b) the Cost of Plant and Materials ordered for the Works which have
been delivered to the Contractor, or of which the Contractor is
liable to accept delivery: this Plant and Materials shall become the
property of (and be at the risk of) the Employer when paid for by
the Employer, and the Contractor shall place the same at the
Employer’s disposal;
(c) other Costs or liabilities which in the circumstances were
reasonably and necessarily incurred by the Contractor in the
expectation of completing the Works;
(d) the Cost of removal of Temporary Works and Contractor’s
Equipment from the Site and the return of these items to the
Contractor’s works in his country (or to any other destination at no
greater cost); and
(e) the Cost of repatriation of the Contractor’s staff and labor
employed wholly in connection with the Works at the date of
termination.

68. Release from 68.1 Notwithstanding any other provision of this Clause, if any event or
Performance circumstance outside the control of the Parties (including, but not limited
to, Force Majeure) arises, which makes it impossible or unlawful for
either or both Parties to fulfill its or their contractual obligations or which,
under the law governing the Contract, entitles the Parties to be released
from further performance of the Contract, then upon notice by either
Party to the other Party of such event or circumstance,
(a) the Parties shall be discharged from further performance, without
prejudice to the rights of either Party in respect of any previous
breach of the Contract; and
(b) the sum payable by the Employer to the Contractor shall be the
same as would have been payable under GCC Subclause 67
[Optional Termination, Payment and Release] if the Contract had
been terminated under GCC Subclause 67.

G. Finishing the Contract

69. Completion 69.1 The Contractor shall request the Project Manager to issue a certificate
of Completion of the Works, and the Project Manager shall do so upon
deciding that the work is completed.

70. Taking Over 70.1 The Employer shall take over the Site and the Works within 7 days of
the Project Manager’s issuing a certificate of Completion.

71. Final Account 71.1 The Contractor shall supply the Project Manager with a detailed account
of the total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The Project
Manager shall issue a Defects Liability Certificate and certify any final
payment that is due to the Contractor within 56 days of receiving the
Contractor’s account if it is correct and complete. If it is not, the Project
Manager shall issue within 56 days a schedule that states the scope of

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-22

the corrections or additions that are necessary. If the Final Account is


still unsatisfactory after it has been resubmitted, the Project Manager
shall decide on the amount payable to the Contractor and issue a
payment certificate.

72. Operating and 72.1 If “as built” Drawings and/or operating and maintenance manuals are
Maintenance required, the Contractor shall supply them by the dates stated in the
Manuals PCC.

72.2 If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the PCC pursuant to GCC 72.1, or they do not receive
the Project Manager’s approval, the Project Manager shall withhold the
amount stated in the PCC from payments due to the Contractor.

73. Termination 73.1 The Employer or the Contractor may terminate the Contract if the other
party causes a fundamental breach of the Contract.

73.2 Fundamental breaches of Contract shall include, but shall not be limited
to, the following:
(a) the Contractor stops work for 28 days when no stoppage of work
is shown on the current Program and the stoppage has not been
authorized by the Project Manager;
(b) the Project Manager instructs the Contractor to delay the progress
of the Works, and the instruction is not withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes into
liquidation other than for a reconstruction or amalgamation;
(d) a payment certified by the Project Manager is not paid by the
Employer to the Contractor within 84 days of the date of the
Project Manager’s certificate;
(e) the Project Manager gives Notice that failure to correct a particular
Defect is a fundamental breach of Contract and the Contractor
fails to correct it within a reasonable period of time determined by
the Project Manager;
(f) the Project Manager gives two consecutive Notices to update the
Program and accelerate the works to ensure compliance with
GCC Subclause 22.1 [The Works to Be Completed by the
Intended Completion Date] and the Contractor fails to update the
Program and demonstrate acceleration of the works within a
reasonable period of time determined by the Project Manager;
(g) the Contractor does not maintain a Security, which is required;
(h) the Contractor has delayed the completion of the Works by the
number of days for which the maximum amount of liquidated
damages can be paid, as defined in the PCC; and
(i) if the Contractor, in the judgment of the Employer has engaged in
integrity violations in competing for or in executing the Contract,
pursuant to GCC 74.1 [Fraud and Corruption].

73.3 When either party to the Contract gives notice of a breach of Contract to
the Project Manager for a cause other than those listed under GCC 73.2
above, the Project Manager shall decide whether the breach is
fundamental or not.
73.4 Notwithstanding the above, the Employer may terminate the Contract for
convenience.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-23

73.5 If the Contract is terminated, the Contractor shall stop work immediately,
make the Site safe and secure, and leave the Site as soon as reasonably
possible.

74. Fraud and 74.1 If the Employer determines, based on reasonable evidence, that the
Corruption Contractor has engaged in corrupt, fraudulent, collusive or coercive
practices, or other integrity violations, including the failure to disclose
any required information which constitutes a fraudulent practice, in
competing for or in executing the Contract, then the Employer may, after
giving 14 days’ notice to the Contractor, terminate the Contract and
expel him from the Site, and the provisions of Clause 73 {Termination]
shall apply as if such termination had been made under Sub-Clause 73.2
(i).
74.2 ADB requires Borrowers (including beneficiaries of ADB-financed
activity) and their personnel, as well as firms and individuals participating
in an ADB-financed activity, including but not limited to, Bidders,
Suppliers, Contractors, agents, subcontractors, sub consultants, service
providers, sub suppliers, manufacturers (including their respective
officers, directors, employees and personnel) under ADB-financed
contracts to observe the highest standard of ethics during the
procurement and execution of such contracts in accordance with ADB’s
Anticorruption Policy (1998, as amended from time to time). In
pursuance of this policy, the ADB
(a) defines, for the purposes of this provision, the terms set forth
below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;

(iii) “coercive practice” means impairing or harming, or


threatening to impair or harm, directly or indirectly, any party
or the property of the party to influence improperly the
actions of a party;

(iv) “collusive practice” means an arrangement between two or


more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;

(v) “abuse” means theft, waste, or improper use of assets


related to ADB-related activity, either committed
intentionally or through reckless disregard;

(vi) “conflict of interest” means any situation in which a party has


interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and
regulations; and

(vii) “integrity violation" is any act, as defined under ADB’s


Integrity Principles and Guidelines (2015, as amended from
time to time), which violates ADB’s Anticorruption Policy,
including (i) to (vi) above and the following: obstructive
practice, violations of ADB sanctions, retaliation against
whistleblowers or witnesses, and other violations of ADB's

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-24

Anticorruption Policy, including failure to adhere to the


highest ethical standard.

(b) will reject a proposal for award if it determines that the Bidder
recommended for award or any of its officers, directors,
employees, personnel, subconsultants, subcontractors, service
providers, suppliers or manufacturers has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity violations in competing for
the Contract;

(c) will cancel the portion of the financing allocated to a contract if it


determines at any time that representatives of the Borrower or of
a beneficiary of ADB-financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that
contract, without the Borrower having taken timely and
appropriate action satisfactory to ADB to remedy the situation,
including by failing to inform ADB in a timely manner at the time
they knew of the integrity violations;

(d) will impose remedial actions on a firm or an individual, at any time,


in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines, including declaring ineligible, either
indefinitely or for a stated period of time, to participate2 in ADB-
financed, -administered, or -supported activities or to benefit from
an ADB-financed, -administered, or -supported contract,
financially or otherwise, if it at any time determines that the firm
or individual has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practices or other
integrity violations; and
(e) will have the right to require that a provision be included in bidding
documents and in contracts financed, administered, or supported
by ADB, requiring Bidders, suppliers and contractors,
consultants, manufacturers, service providers and other third
parties engaged or involved in ADB-related activities, and their
respective officers, directors, employees and personnel, to
permit ADB or its representative to inspect the site and their
assets, accounts and records and other documents relating to
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

74.3 All Bidders, consultants, contractors, suppliers, manufacturers, service


providers, and other third parties engaged or involved in ADB-related
activities and their respective officers, directors, employees and
personnel are obliged to cooperate fully in any investigation when
requested by ADB to do so. As determined on a case by case basis by
ADB, such cooperation includes, but is not limited to, the following:
(a) being available to be interviewed and replying fully and truthfully
to all questions asked;

(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;

2
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other
capacity (different names are used depending on the particular Bidding Document).

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-25

(c) upon written request by ADB, authorizing other related entities to


release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or
issues which are the subject of the investigation;

(d) cooperating with all reasonable requests to search or physically


inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s Information and Communications Technology
(ICT) resources or systems (including mobile phones, personal
electronic devices, and electronic storage devices such as
external disk drives);

(e) cooperating in any testing requested by ADB, including but not


limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and

(f) preserving and protecting confidentiality of all information


discussed with, and as required by, ADB.

74.4 All Bidders, consultants, contractors and suppliers shall require their
officers, directors, employees, personnel, agents to ensure that, in its
contracts with its subconsultants, Subcontractors and other third parties
engaged or involved in ADB-related activities, such subconsultants,
Subcontractors and other third parties similarly are obliged to cooperate
fully in any investigation when requested by ADB to do so.
74.5 The Contractor undertakes that no fees, gratuities, rebates, gifts,
commissions or other payments, other than those shown in the bid, have
been given or received in connection with the procurement process or
in the contract execution.3

75. Payment upon 75.1 If the Contract is terminated because of a fundamental breach of
Termination Contract by the Contractor, the Project Manager shall issue a certificate
for the value of the work done and Materials ordered less advance
payments received up to the date of the issue of the certificate and less
the percentage to apply to the value of the work not completed, as
indicated in the PCC. Additional Liquidated Damages shall not apply. If
the total amount due to the Employer exceeds any payment due to the
Contractor, the difference shall be a debt payable to the Employer.

75.2 If the Contract is terminated for the Employer’s convenience or because


of a fundamental breach of Contract by the Employer, the Project
Manager shall issue a certificate for the value of the work done,
Materials ordered, 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.

76. Property 76.1 All Materials on the Site, Plant, Equipment, Temporary Works, and
Works shall be deemed to be the property of the Employer if the Contract
is terminated because of the Contractor’s default.

77. Release from 77.1 If the Contract is frustrated by the outbreak of war or by any other event
Performance entirely outside the control of either the Employer or the Contractor, the
Project Manager shall certify that the Contract has been frustrated. The
Contractor shall make the Site safe and stop work as quickly as possible

3
The undertaking also applies during the period of performance of the contract

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 7: General Conditions of Contract 7-26

after receiving this certificate and shall be paid for all work carried out
before receiving it and for any work carried out afterward to which a
commitment was made.

78. Suspension of 78.1 In the event that ADB suspends the Loan or Credit to the Employer, from
ADB Loan or which part of the payments to the Contractor are being made,
Credit
(a) the Employer is obligated to notify the Contractor, with copy to the
Project Manager, of such suspension within 7 days of having
received ADB’s suspension notice.
(b) if the Contractor has not received sums due it within the 28 days
for payment provided for in GCC 50.1 [Payments], the Contractor
may immediately issue a 14-day termination notice.

79. Eligibility 79.1 The Contractor shall have the nationality of an eligible country as
specified in Section 5 (Eligible Countries) of the bidding document. The
Contractor shall be deemed to have the nationality of a country if the
Contractor is a citizen or is constituted, incorporated, or registered, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed subcontractors or suppliers for any part of the Contract
including related services.

79.2 The materials, equipment, and services to be supplied under the


Contract shall have their origin in eligible source countries as specified
in Section 5 (Eligible Countries) of the bidding document and all
expenditures under the Contract will be limited to such materials,
equipment, and services. At the Employer’s request, the Contractor may
be required to provide evidence of the origin of materials, equipment,
and services.

79.3 For purposes of GCC 79.2, “origin” means the place where the materials
and equipment are mined, grown, produced, or manufactured, and from
which the services are provided. Materials and equipment are produced
when, through manufacturing, processing, or substantial or major
assembling of components, a commercially recognized product results
that differs substantially in its basic characteristics or in purpose or utility
from its components.

Bidding Document for Vill. Infrastructure Upgradation of Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 8: Particular Conditions of Contract 8-1

Section 8: Particular Conditions of Contract


The following Particular Conditions of Contract shall supplement the GCC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GCC.

A. General

GCC 1.1 (d) The financing institutions is Asian Development Bank (ADB)

GCC 1.1 (r) The Employer is Uttarakhand Tourism Development Board, Government of
Uttarakhand, Uttarakhand, India

GCC 1.1 (w) The Intended Completion Date for the whole of the Works shall be 18 Months

GCC 1.1 (cc) The Project Manager is “Project In- charge nominated by UTDB” (To be named
after award of the contract)

GCC 1.1 (ff) The Site is located at Dobara Chanti cluster adjoining to the Dobara Chanti
Suspension bridge, Uttarakhand

GCC 1.1 (ii) The Start Date shall be ________________________________________________

GCC 1.1 (mm) The Works consist of Development of Dobra Chanti Park

GCC 2.2 Sectional Completions are: Not Applicable

GCC 2.3 (j) The following documents also form part of the Contract: Not Applicable

GCC 3.1 The language of the contract is English.


The law that applies to the Contract is the law of INDIA

GCC 11.1 The Project Manager shall not delegate any of his duties and responsibilities.

GCC 14.1 Schedule of other contractors: Not Applicable

GCC 19.1 The minimum insurance amounts shall be:


(a) for loss or damage to the Works, Plant and Materials: :100% of the value of
works till handover of the project+60 days
(b) for loss or damage to Equipment: 100% of value of the procured/ deployed
equipment’s under the project till handover of the project+60 days
(c) For loss or damage to property (except the Works, Plant, Materials, and
Equipment) in connection with Contract: 100% other property deployed under
the project such as labour camps and/or any other temporary establishment
etc. till completion of the project and zero clearance of the ground.
(d) for personal injury or death:
(i) of the Contractor’s employees: 100% as per Government of
Uttarakhand/Government of India policy
(ii) of other people (Third Party): 25 Lakhs per occurrence with no limit of
number of occurrences

Bidding Document for Vil. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 8: Particular Conditions of Contract 8-2

GCC 19.1 Maximum amount of deductibles for insurance – INR Rupees one Million (1,000,000)
only .
It is the solely responsibility of the Contractor to obtain all the insurance and submit
the copy of the same to the Employer.

GCC 20.1 Site Investigation Reports are: Not Attached

GCC 23.1 The following shall be designed by the Contractor: NIL

GCC 24.1 1. The Contractor shall ensure that all environmental and social safeguards mitigation
measures are followed during construction, operation, and maintenance and in
accordance with the requirements of the approved and updated SEMP by the Project
Manager.
2. The Contractor shall submit monthly reports on the carrying out of safeguards
measures to the Employer. The Project Manager and/or its consultants are responsible
for monitoring such reports.
3. The Contractor shall secure and renew applicable environmental permits and
clearances in a timely manner. The Contractor shall ensure that emissions, surface
discharges, and effluents from the Contractor's activities do not exceed values stated
by applicable laws. The Contractors shall provide and install, at their own expense,
suitable safeguards approved by the Project Manager. During clearing and grubbing,
the Contractor shall take all adequate protective measures against soil erosion, water
pollution, air pollution, noise pollution, etc. Before the start of operation, the Contractor
shall submit to the Project Manager for approval of his work plan, including the
procedures to be followed for disposal of waste materials, etc., and the schedules for
carrying out temporary and permanent erosion control work.
4. The Contractor shall consult before locating project offices, sheds, and construction
plants. Camps should not be located within 500 m of settlements or forest areas and
shall not affect drinking water intakes. Water supply and pit latrine facilities should be
provided for employees, and no trees should be cut for this purpose. Used oil and
lubricants should be reclaimed, re-used, or removed from the site. Explosives, oil,
gasoline, and grease should be managed according to government guidelines.
5. Solid waste should be managed according to the following preference hierarchy:
re-dust, re-use, recycling, burial, or burning. On the conclusion of the project, all
wreckage, rubbish, or temporary works that are no longer required shall be removed,
and no encroachment within the right-of-way is allowed. The site should be restored to
a near-natural or stable condition. The Contractor should report in writing that the camp
has been vacated and restored to pre-project condition before accepting the work.
6. Labor camps shall not be located near settlements or near drinking water supply
intakes or to negatively impact local residents’ access to drinking water. Camps shall
not be located in the vicinity of landslides or flat plains. The camps shall be operated
within a self-sufficient infrastructure.
7. All heavy equipment and machinery shall be fitted with air pollution control and
noise-dampening devices that are operating correctly. Stockpiled sand and soil shall be
slightly wetted before loading, particularly during windy weather. Vehicles transporting
sand and soil shall be covered with tarpaulin. Stockpiled sand should be sprinkled
regularly with water, and dust suppression measures should be taken to contain air
pollution. All heavy equipment shall strictly follow the noise regulation.
8. On completion of work, all temporary structures, including sleeping quarters,
cooking and food storage structures, and latrines, shall be removed to prevent
encroachment within the right-of-way. The Contractor should report in writing that the
camp has been vacated and restored to pre-project condition.

GCC 26.1 The Site Possession Date(s) shall be: 14 days from award of Contract or the actual
date when the Employer is handling over the site

Bidding Document for Vil. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 8: Particular Conditions of Contract 8-3

GCC 29.1 Appointing Authority for the Adjudicator: As per the Arbitration and Conciliation Act,
1996 with all the amendments (if any).

GCC 30.3 The Adjudicator shall be paid by the hour at the rate of: INR (₹) 1500
The reimbursable expenses are: per diem, cost of travelling in connection to the duty
under the contract, local conveyance and cost of preparation of report.

GCC 30.4 Institution whose arbitration procedures shall be used: [select from below]

(a) Contracts with foreign contractors:


International arbitration shall be conducted in accordance with the rules of the
Arbitration and Conciliation Act, 1996 (as amended time to time If no rules have
been specified, then Rules of the Singapore International Arbitration Centre
(SIAC) shall apply.

Arbitration shall be administered by Indian Dispute Resolution Centre If no


institution has been specified, then SIAC shall be the institution to administer
the arbitration.

The place of arbitration shall be: the place of the institution administering the
arbitration.

(b) Contracts with domestic contractors:


Arbitration shall be conducted in accordance with the laws of the Employer's
country.

GCC 34.2 The following sentence shall apply:

Respectful Work Environment


The Contractor shall ensure that its employees and Subcontractors observe the
highest ethical standards and refrain from any form of bullying, discrimination,
misconduct and harassment, including sexual harassment and shall, at all times,
behave in a manner that creates an environment free of unethical behavior, bullying,
misconduct and harassment, including sexual harassment. The Contractor shall take
appropriate action against any employees or Subcontractors, including suspension
or termination of employment or sub-contract, if any form of unethical or
inappropriate behavior is identified.

The Contractor shall conduct training programs for its employees and sub-
contractors to raise awareness on and prevent any form of bullying, discrimination,
misconduct and harassment including sexual harassment, and to promote a
respectful work environment. The Contractor shall keep an up-to-date record of its
employees and Subcontractors who have attended and completed such training
programs and provide such records to the Employer or the Engineer at their first
written request.

C. Time Control

Bidding Document for Vil. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 8: Particular Conditions of Contract 8-4

GCC 35.1 The Contractor shall submit for approval a Program for the Works within 14 days
from the date of the Letter of Acceptance.

GCC 35.3 The period between Program updates is 28 days.


The amount to be withheld for late submission of an updated Program is INR (₹)
01 Lakhs.

D. Quality Control

GCC 43.1 The Defects Liability Period is: 365 days.

E. Cost Control

Add clause The Contractor shall submit the additional Performance security @ Five percent
GCC 47.7 (5%) of the approved variation. The same shall be released after completion of all
the works and issuance of the completion certificate by the Project Manager.

GCC 53.1 The currency of the Employer’s country is: Indian Rupees (₹)

GCC 54.1 The Contract is not subject to price adjustment in accordance with GCC Clause 54,
and the following information regarding coefficients does not apply.

GCC 55.1 The proportion of payments retained is: Five Percent (5%)

GCC 56.1 The liquidated damages for the whole of the Works are Zero-point one zero percent
(0.10%) per day.

The maximum amount of liquidated damages for the whole of the Works is ten
percent (10%) of the final Contract Price.

GCC 57.1 Not applicable.

GCC 58.1 The Advance Payments shall be 10% of the contract price and shall be paid to the
Contractor as follows:
1) First installment of 5% is payable to the contractor after the submission of
the required Bank Guarantee.
2) Second installment of 5% is payable after contractor mobilized equipment &
personnel at site which must be certified by Project Manager.

GCC 58.3 Repayment of the Advance Payments shall be: 10% of the contract price from each
payment certificate and the whole advance payment should be repaid by the time
75% of total work is completed.

GCC 59.1 The Performance Security amount is 5% of the Contract Price


The Performance Security shall be valid until a date 60 days from the date of issue
of the Certificate of Completion in case of Bank Guarantee.
If the Price bid is Unbalanced or Front Loaded and is accepted by the Employer.
The performance security shall be increased as per clause 39.2 (b) of the ITB

G. Finishing the Contract

Bidding Document for Vil. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 8: Particular Conditions of Contract 8-5

GCC 72.1 The date by which operating and maintenance manuals are required is to be
supplied by the Contractor is 14 working days from the completion of the work and
before handing over the work or issue of Completion Certificate

The date by which “as built” drawings are required is 14 working days from the
completion of the work and before handing over the work or issue of Completion
Certificate

GCC 72.2 The amount to be withheld for failing to produce “as built” drawings and/or operating
and maintenance manuals by the date required in GCC 72.1 is Zero-point Five
percent (0.5%) of the total contract price.

GCC 73.2 (h) The maximum number of days is: One Hundred (100) only.

GCC 75.1 The percentage to apply to the value of the work not completed, representing the
Employer’s additional cost for completing the Works, is Twenty percent (20%).

Bidding Document for Vil. Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-Envelope

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Section 9: Contract Forms 9-1

Section 9: Contract Forms

Table of Forms

Notice of Intention for Award of Contract ............................................................................................9-2

Letter of Acceptance ..................................................................................................................................... 9-3

Contract Agreement ...................................................................................................................................... 9-4

Performance Security ................................................................................................................................... 9-6

Advance Payment Security .......................................................................................................................... 9-7

Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-2

Notice of Intention for Award of Contract


[on letterhead paper of the Employer]

[date of notification]

To: [name of the Bidder]


Attention: [insert name of the Bidder’s authorized representative]
Address: [insert address of the Bidder’s authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of the Bidder’s authorized representative ]
E-mail Address: [insert e-mail address of the Bidder’s authorized representative]

This is to notify you of our intention to award the contract [insert name of the contract and identification
number, as given in the Bid Data Sheet]. You have [insert number of days as specified in ITB 41.1 of the BDS]
days from the date of this notification to (i) request for a debriefing in relation to the evaluation of
your Bid; and/or (ii) submit a bidding-related complaint in relation to the intention for award of
contract, in accordance with the procedures specified in ITB 46.1.

The summary of the evaluation are as follows:

1. List of Bidders
Bid Price as Read Out
Name of Bidder Evaluated Bid Price
at Opening

2. Reason/s Why Your Bid Was Unsuccessful

……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
………………

3. The Successful Bidder


Name of Bidder:
Address:
Accepted Contract Amount:
Duration of Contract:
Scope of the Contract Awarded:
Amount Performance Security Required:

Authorized Signature: ……………………………………………………………


Name and Title of Signatory: ……………………………………………………
Name of Agency: …………………………………………………………………

Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-3

Letter of Acceptance
[on letterhead paper of the Employer]
[date]

To: [Name and address of the contractor]

Subject: Contract No. [please specify]

This is to notify you that your Bid dated [date] for execution of the [name of the contract and identification
number, as given in the Bid Data Sheet] for the Accepted Contract Amount of the equivalent of [ amount in
words and figures and name of currency], as corrected and modified in accordance with the Instructions to
Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract and any additional security required as a result of the evaluation of your bid,
using for that purpose the Performance Security Form included in Section 9 (Contract Forms) of the
Bidding Document.

[Choose one of the following statements:]

We accept that [insert the name of adjudicator proposed by the Bidder] be appointed as the Adjudicator.

[or]

We do not accept that [insert the name of the adjudicator proposed by the Bidder] be appointed as the
Adjudicator, and by sending a copy of this Letter of Acceptance to [insert name of the appointing
authority], the Appointing Authority, we are hereby requesting such Authority to appoint the
Adjudicator in accordance with GCC 29.1.

Authorized Signature: .................................................................................................................................

Name and Title of Signatory: ......................................................................................................................

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

Attachment: Contract Agreement

Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-4

Contract Agreement

THIS AGREEMENT made the [date] day of [month], [year], between [name of the Employer] (hereinafter
“the Employer”), of the one part, and [name of the contractor] (hereinafter “the Contractor”), of the
other part:

WHEREAS the Employer desires that the Works known as [name of the contract] should be executed
by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of
these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.

(a) Letter of Acceptance,


(b) Letters of Technical Bid and Price Bid,
(c) Addenda Nos. [insert addenda number if any]1
(d) Particular Conditions of Contract,
(e) List of Eligible Countries that was specified in Section 5 of the bidding document,
(f) General Conditions of Contract,
(g) Specifications,
(h) Drawings,
(i) Completed Activity Schedules or Bill of Quantities, and
(j) any other documents shall be added here.2

3. In consideration of the payments to be made by the Employer to the Contractor as indicated


in this Agreement, the Contractor hereby covenants with the Employer to execute the Works
and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [name of the borrowing country] on the day, month and year indicated
above.

1
Information contained in the addenda and or addendum should preferably be included in the contract documents to avoid
potential ambiguities during contract implementation. If however, unavoidable priority should be decided depending on the
nature of information provided in the addenda/addendum.
2
Tables of Adjustment Data may be added if the contract provides for price adjustment (see GCC 54.1).
Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-5

Signed by ............................................................ Signed by .............................................................


for and on behalf of the Employer for and on behalf the Contractor

in the presence of: in the presence of:

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-6

Performance Security

[Bank’s name, and address of issuing branch or office]

Beneficiary: ................................ [Name and address of the Employer] ........................................


Date: ...........................................................................................................................
Performance Guarantee No.: ...........................................................................................

We have been informed that [name of the contractor] (hereinafter called “the Contractor”) has entered
into Contract No. [reference number of the contract] dated [date] with you, for the execution of [name of
contract and brief description of works] (hereinafter called “the Contract”).

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


guarantee is required.
At the request of the Contractor, we [name of the bank] hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of [name of the currency and amount in words]1 [amount in
figures] such sum being payable in the types and proportions of currencies in which the Contract
Price is payable, upon receipt by us of your first demand in writing accompanied by a written
statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your
needing to prove or to show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the [date] day of [month], [year]2, and any demand for
payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revisions,
ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded. 3

......................................
[Signature(s) and seal of bank (where appropriate)]

-- Note to Bidder --
If the bank issuing performance security is located outside the Employer’s country, it shall be counter-
guaranteed or encashable by a bank in the Employer’s country.

1
The guarantor shall insert an amount representing the percentage of the contract price specified in the contract and
denominated either in the currency(ies) of the contract or in any freely convertible currency acceptable to the Employer. If the
bank issuing the performance security is located outside the country of the employer, it shall have a correspondent financial
institution located in the country of the Employer.
2
Insert the date 28 days after the defect liability period. The Employer should note that in the event of an extension of the time
for completion of the contract, the employer would need to request an extension of this guarantee from the guarantor. Such
request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this
guarantee, the employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The
Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [6 months][1 year], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the
guarantee.”
3
Or the employer may use “Uniform Rules for Demand Guarantees (URDG), ICC Publication No. 458, except that
subparagraph (ii) of Sub-article 20(a) is hereby excluded” as appropriate.
Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-7

Advance Payment Security


[Bank’s name, and address of issuing branch or office]

Beneficiary: ................................ [Name and address of the Employer] .........................................


Date: ............................................................................................................................
Advance Payment Guarantee No.: ....................................................................................

We have been informed that [name of the contractor] (hereinafter called “the Contractor”) has entered
into Contract No. [reference number of the contract] dated [date] with you, for the execution of [name of
contract and brief description of works] (hereinafter called “the Contract”).

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment
in the sum [name of the currency and amount in words]1 [amount in figures] is to be made against an advance
payment guarantee.
At the request of the Contractor, we [name of the bank] hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of [name of the currency and amount in words]2 [amount in
figures] upon receipt by us of your first demand in writing accompanied by a written statement
stating that the Contractor is in breach of its obligation under the Contract because the Contractor:
(a) used the advance payment for purposes other than the costs of mobilization and cash flow
support in respect of the Works; or
(b) has failed to repay the advance payment when it has become due and payable in
accordance with the conditions of the Contract, specifying the amount payable by the
Contractor.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number
[contractor’s account number] at [name and address of the bank].
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or payment
certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our
receipt of a copy of the interim payment certificate indicating that eighty percent (80%) of the
Contract Price has been certified for payment, or on the [date] day of [month], [year]3, whichever is
earlier. Consequently, any demand for payment under this guarantee must be received by us at this
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revisions,
ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded. 4

......................................
[Signature(s) and seal of bank (where appropriate)]

1
The guarantor shall insert an amount representing the amount of the advance payment denominated either in the
currency(ies) of the advance payment as specified in the Contract, or in any freely convertible currency acceptable to the
Employer.
2
Footnote 1.
3
Insert the expected expiration date of the time for completion. The Employer should note that in the event of an extension of
the time for completion of the contract, the Employer would need to request an extension of this guarantee from the guarantor.
Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this
guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The
Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [6 months] [1 year], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the
guarantee.”
4
Or the employer may use “Uniform Rules for Demand Guarantees (URDG), ICC Publication No. 458, except that
subparagraph (ii) of Sub-article 20(a) is hereby excluded” as appropriate.
Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope
Section 9: Contract Forms 9-8

-- Note to Bidder --
If the bank issuing advance payment security is located outside the Employer’s country, it shall be counter-
guaranteed or encashable by a bank in the Employer’s country.

Bidding Document for Village Infrastructure Upgradation Tiwar Gaon Procurement of Works-Small Contract Single-Stage: Two-
Envelope

You might also like