Supply & Installation of Fire Fighting System for the Modern Indoor Stadium of 15 m height at JNTUK


COVER-A
TECHNICAL BID

           
S.NO.
CONTENTS
PAGE NO.
1
Cover Page for Technical Bid Documents & Index
1-2
2
Press Notice
3
3
Brief Scope of Work
4
4
Prescribed Proforma, Special conditions, General Guidelines & Terms and Conditions
5-11
5
Tender Schedule & Specifications
12-23


COVER-B
PRICE BID
S.NO.
CONTENTS
PAGE NO.
1
Price bid/Schedule-A
24-28
                                        
1.      Certified that this Tender Form contains Pages 1 to
2.      No Pages of this document is to be removed while submission of Tender.
3.      If space provided is insufficient for providing the required information additional enclosure may be submitted.
4.      Notice inviting TENDER FOR
5.      SUPPLY & INSTALLATION OF FIRE FIGHTING SYSTEM FOR THE MODERN INDOOR STADIUM OF 15 M HEIGHT AT JNTUK
6.            
BID REFERENCE
Tender No.1 JNTUK/ED/Elect.2012-13
DATE OF COMMENCEMENT OF
SALE OF BIDDING DOCUMENT
 29.09.2012(10.00 A.M)  to 14.10.2012 (5.00 P.M
LAST DATE AND TIME FOR  RECEIPT OF BIDS
 15.10.2012 at   3.00 PM
ADDRESS FOR COMMUNICATION
thE CHIEF ENGINEER
JNTU KAKINADA
KAKINADA -533 003 A.P.

Tele No./Fax No.  0884-2300919    
7.         
8.      Terms & Conditions 
9.        Interested parties are requested to submit their offers in a sealed envelope on terms and conditions given in the prescribed Tender Document: 
Name of the Work
Advance Earnest Money Deposit in the form of account payee DD in drawn favour of The Registrar- JNTU Kakinada, payable at Kakinada
Tender Document Fee in the form of DD in favour of The Registrar- JNTU Kakinada, payable at Kakinada
Supply & Installation of Fire Fighting System for the Modern Indoor Stadium of 15 m height at JNTUK (Scope of Work) as per enclosed Schedule –(A)
 10,000.00**
(Refundable)
565.00
(non-refundable)
10.  Conditional tenders shall not be considered and shall be rejected.
11.  ** The difference of Earnest Money Deposit of 2.5% of total estimated value of the work on actual calculation basis will be deposited through D.D. at the time of final award by the successful Tenderer.
12.   
13.  Time Schedule
Particulars
Date &  Time
Venue
Last Date of Receiving Sealed Tenders
15.10.2012 at 3.00 P.M
upto pm

Office of The Chief Engineer
JNTU Kakinada
KAKINADA -533 003 A.P.

Opening of Technical Bid
 To be informed later
Committee Room of the Administrative Block, JNTUK Kakinada-533 003 A.P.
Period of Completion
   1 month after final award of the Tender  

14.   The Details of the Tender will be available on website www.jntuk.edu.in 
15.   
BRIEF SCOPE OF WORK

The Work includes:


1.      Supply & Installation of Fire Fighting System for the Modern Indoor Stadium of 15 m height at JNTUK

Note:

1.       Tender cost Rs 565/- D.D. no.__________________________, Date________
2.       Advance E.M.D. Amount Rs. 10,000/- D.D. no._____________, Date___________
3.       The bidder should submit their Tender document along with all certificates and advanced EMD
       on or before 15-10-2012
4.       The successful bidder shall deposit  2.50% EMD by considering the advance EMD of
       the Contract value as Performance guarantee amount.
5.       The sealed COVER -A and the sealed COVER -B should be submitted in a single
       sealed cover to The Chief Engineer, JNTU Kakinada on or before last date for the 
       receipt of Tenders.
6.       The Cover -A (Technical Bid) will be opened firstly eligibility will evaluated by the    
       authorized person.
7.       The Cover-B (Financial Bid) will be opened only of the successful bidders of the 
      Technical Bid (Cover A) and the financial bid covers of unsuccessful bidders will be
      not opened
PRESCRIBED PROFORMA, SPECIAL CONDITIONS, GENERAL GUIDELINES & TERMS AND CONDITIONS

  1. PRESCRIBED PROFORMA

INTRODUCTION

Name of Tenderer / Agency

Address

Telephone No.

Fax / Email

Local Representative Address if any


  1. SPECIAL CONDITIONS
2.1
The Tenderer / Agency should submit the experience certificate of the relevant works with the value not less than Rs. 1,00,000/- in a single work executed  during the preceding five years for Govt. depts.
2.2
The Tenderer / Agency should submit attested copies of documents relating to the Registration of the firm, Dealer Registration, Partnership deed, Articles of Association, VAT Registration with Commercial tax dept.  and copy of Permanent Account Number (PAN) Card and copy of latest Income Tax returns submitted along with proof of receipt etc.
2.3
Recovery of 0.25% will be made in running bills towards the electrical consumption charges.  However the necessary arrangements for lighting and other tools for wood work should be arranged by the contractor.
2.4
The Tenderer / Agency should arrange accommodation & Boarding he needs, at his own cost.
2.5
The Tenderer/Agency shall take necessary precautions for safety of the workers and preserving their health while working in such jobs, which require special protection and precautions.  The Tenderer / Agency shall take on his own initiative to follow precautions where necessary and shall comply with directions issued by the Chief Engineer or on his behalf from time to time and at all times.
2.6
The JNTU Kakinada reserves the rights to select certain terms (in single or multiple units) and reject the other mentioned in the schedule without assigning any reasons whatsoever. JNTU Kakinada also reserves the right to revise or alter the specifications of the items before the acceptance of any tender.

  1. General Guidelines & Terms and conditions:

3.1
The name of the Tenderer should be clearly written on left hand side of the bottom of the envelopes. The sealed envelopes should be deposited in the Tender Box or to be sent by in Person / Registered Post to the Chief Engineer, JNTU Kakinada, Kakinada 533 003, Andhra Pradesh, India, so as to reach him on or before 3.00 PM on 15-10-2012 JNTU Kakinada takes no responsibility for delay or non- receipt of offer sent by post/ courier.  The document can be obtained from the JNTUK Website:    www.jntuk.edu.in
3.2
Incomplete tenders, amendments and additions to tenders after opening or late tenders are liable to be ignored, and rejected
3.3
The offer received after prescribed date and time or incomplete with missing detail shall be rejected summarily.
3.4
The Chief Engineer, JNTU Kakinada, Kakinada 533 003, reserve the right to reject all or any part without assigning any reason thereof
3.5
The Tenderer has to quote his offer in figures and words in schedule – A        as per the specification given
3.6
The tenderer whose offer is accepted will have to sign an Agreement with the Chief Engineer, JNTU Kakinada, Kakinada 533 003.
3.7
During the currency of the contract deduction of income tax at 2.24% shall be made from the gross value of each bill of the contract, the contract value of which is in excess of Rs.10,000/- for deduction of tax at rates lower than 2.24% procedure stipulated under section 194-C(4) of Income Tax Act, 1961 shall be followed
3.8
Value Added Tax (VAT):
The 5% of work contract VAT is admissible and same may be deducted from the bill
3.9
The 1% of work contract Labour cess  is admissible and same may be deducted from the bill
3.10
The language used shall be English
3.11
The Tender shall be accompanied by Advance Earnest Money Deposit of     Rs. 10,000/-in the form of Demand Draft in favour of The Registrar, JNTU Kakinada, payable at Kakinada drawn by any Nationalized Bank
3.12
The Tenderer/Agency may make any independent investigation for preparation of the bid and will not subsequently be allowed to make any alterations in the bid on the grounds of unknown factors in respect of the site and the base work.
3.13
The Tenderer/Agency should examine the draft contract document carefully as the draft contract will have to be finalized by him and signed before the work is awarded.
3.14
The Tenderer/Agency shall indicate the technical parameters, norms along with referred codes, standards and practices for the product and its ingredients to be utilized for supply and installation of this executed work.
3.15
The Tenderer/Agency shall bid which is of the same standard/equivalent to as per the given specifications
3.16
The Tenderer/Agency will mobilize all necessary equipments for execution of work at his own cost and risk.
3.17
The Tenderer/Agency shall produce the warranty certificate for the period of as per specifications
4
Execution:
4.1
The given quantity in schedule – A/price bid may be increase or decrease according to our requirement
4.2
The execution of the work under the supervision of Engineer-in-charge the contractor/Agency has followed the instructions and directions by the Engineer-in-charge
4.3
The execution of the work Tenderer/Agency which is to be met as per drawings as specified in which is under the supervision of Engineer-in-charge for approval.


            Signature of Tenderer/Agency with Seal                                Chief Engineer
                                                                                                      JNTUK, Kakinada.



Rs. 20 Non Judicial stamp paper


CONTRACT AGREEMENT

                This agreement made on this ____________________________________       day of______________   in the year 2012 between the chief Engineer, JNTU KAKINADA, Kakinada (hereinafter called to the Employer and which expression shall unless otherwise excluded by or repugnant to the context be deemed to include its successors, representatives and permitted assignees) of the one part and the M/s.________________________________
hereinafter called, the Contractor (which expression shall unless otherwise excluded by or repugnant to the context be deemed to include its successors, representative and permitted assignees) of the other part.

           
The Work includes:

Name of the Work: Supply & Installation of Indoor High Bay Lights of required Quantity for the Modern Indoor Stadium of 15 m height at JNTUK”
.

Agreement No & Date:
                                                                                                           


Signature of Tenderer/Agency with Seal                                            Chief Engineer
                                                                                                            JNTUK, Kakinada.    



GENERAL CONDITIONS OF CONTRACT

CLAUSE - 1: TAXES, LEVIES, INSURANCE ETC.
1.1
All materials and equipment pertaining to this work and others related to this work shall be properly packed by the Supplier to avoid any loss, damage or deterioration during the storage or installation in India. Notwithstanding the said transit insurance, the responsibility for safe transportation of materials shall lie with the Supplier Should any loss or damage occur, the Supplier shall initiate and pursue claims till settlement and promptly make arrangements for repair and / or replacement of any damaged items irrespective of settlement of claims by the underwriters.

CLAUSE - 2: WORK TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS, DRAWINGS, ORDERS, ETC.

2.1
The Tenderer/Agency shall execute the whole and every part of the work in the most substantial and workman like manner both as regards materials and otherwise in every respect in strict accordance with approved Specifications.
2.2
All work shall be executed under the directions of the Chief Engineer, JNTUK, Kakinada which will oversee, supervise and approve the work at various stages.
2.3
The Tenderer/Agency shall employ his technical experts including a Graduate Engineer for technical supervision during execution of work and as long thereafter as may be necessary for proper fulfilling of all the obligations under the contract.

CLAUSE - 3: DISCREPANCIES AND ADJUSTMENT OF ERRORS:
            In the case of discrepancy between the Schedule of Quantities, the Specifications and / or the Drawings the following order of preferences shall be observed.

1.       Description of Schedule of Quantities
2.       Particular Specification and Special Condition, if any,

CLAUSE - 4: MATERIALS, EQUIPMENTS, TOOLS & PLANT:

            The tenderer shall arrange all materials, labour, machineries, equipment, tools and Plants, protective clothing, office equipments ("hereinafter collectively referred to as "materials and equipments") and such other materials and equipment as necessary for efficient and timely execution of the work.

CLAUSE -5: QUALITY CONTROL:

1.      The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor of any Defects that are found time to time. The consultant or his representatives may also inspect the contractors work periodically such checking shall not affect the Contractor’s responsibilities.  The Engineer-in-Charge or consultant may instruct the Contractor to verify the Defect and to uncover and test any work that the Engineer considers may be a Defect.
2.      If the Consultant deems inexpedient to correct work damaged or not done in accordance with the contract, an equitable deduction as discussed by him from the contract price shall be made therefore which shall be final and binding on the contractor.
  1. The Tendered value shall be inclusive of all costs in taking and preparation of samples, carriage and testing etc., to ensure that the work has been done in accordance with specifications in all respects.
  2. After completion of work the same shall be put to use for trial, for a period of 30 days to the entire satisfaction of the Committee of Experts / players in case, any defect or any shortcomings is noticed in the said trial or subsequent use, the Tenderer shall at his own cost rectify the said defects / shortcomings or replace the defective materials to make the wooden floor comply with the requirements.
  3. At the time of execution, the Technical representative of the firm supplying firefighting systems  shall be present during the full period of execution to ensure that the all firefighting systems  as per their specification and requirement. No extra cost will be payable for the same. Defects if any in any of the items shall have to be rectified by the supplier agency at free of cost.

CLAUSE -6: REFUND OF SECURITY DEPOSIT AMOUNT

6.1
Security Deposit amount will be recovered at 7.5% of each running account bill among that 5% will be released in the final Bill and the balance 2.5% will be released after the completion of two years without interest
7.0
REFUND OF EARNEST MONEY DEPOSIT:

The Earnest Money Deposit of 2.5% will be released after the completion of two years which is defect liable without interest.
8.0
PENALTY CLAUSE:

Penalty will be levied by the competent authority appropriately for delayed period of execution.
9.0
Payments:

The payments made as per actual measurements and the satisfactory completion of the work duly considering the necessary recoveries.




Signature of Tenderer/Agency with Seal                                                         Chief Engineer
                                                JNTU KAKINADA, Kakinada










TENDER SCHEDULE AND SPECIFICATIONS

1.      SCHEDULE OF ITEMS: 
 

1.1  Basis of design:

                  Building height: 15.00 mtrs. (Below)

                  No. of floors      :  (G + 2).

                                             No. of wet risers            : 1 (6 NO OF HYDRANTS)

1.2  The system shall comprise of:

Ø  Pressurized Wet Riser and Fire Hydrant System
                       
                        Jockey Pump Coupled to an Electric Motor with Suction and Delivery Valves. 
                       
                        Under ground /Over ground M.S. Pipe to Wet Riser, Yard Hydrant system
                       
                        Stainless Steel Oblique Pattern type Landing Valves.

                        Reinforced Rubber Lined (RRL) Hoses with Mild Steel couplings.

                        Branch Pipes with Nozzles
                       
                        Hose Boxes.

                        Hose Reels with Rubber Hose pipe.

                        Butter Fly Valves made of Cast Steel.

                        Two way Cast steel Fire Brigade Inlet.

Ø  Sprinkler System.

                        M.S. Pipe to Wet Riser.

                        Glass Bulb Sprinklers (Pendant type).

                        Range Pipe with Main Header.

                        Drain pipe with Valve
                       
                        Copper armored cable.
 
Ø  Automatic Fire Alarm System

                        Main control panel consist of 4 zone will be installed in security room at gate.        6 zone Local             Control Panel will be installed at each floor. In case of         fire       smoke/ heat detector detects fire which will indicate to the main control         panel through local control panel. At the same time hooter will activate.

Ø  Hand Appliances.

                        CO2 type Fire Extinguisher.

                        ABC type Fire Extinguisher.

Ø  Exit Sign.

                        Self illuminated Autoglow (Both Side Arrow).

                        Self illuminated Autoglow (One Side Arrow)

                        Self illuminated with Autoglow letter plate.


1.3 SPECIFICATIONS

Sl. No.

Specifications
Remarks

1


PIPES

a)                Mild Steel Pipes as per IS: 1239, heavy duty (for pipes of sizes 100 mm or 80 mm N.B and below) suitably lagged on the outside with wrap coating rubber liner to prevent soil corrosion as per IS: 10211.
b)               Mild Steel pipe lines up to 150 mm dia shall have all fittings as per IS: 1239, Part II (heavy grade) while pipelines above 150 mm dia shall be fabricated from IS: 3589 Gr. 320 pipes as applicable or from steel plates.
c)                For Mild Steel pipelines up to 50 mm dia screwed jointing shall be adopted, while for pipelines above 50 mm dia welded or flanged construction is to be carried out.
d)               Hangers and supports shall be capable of carrying the sum of all concurrently acting loads. They shall be designed to provide the required supporting effects and allow pipeline movements as necessary. All guides, anchor, braces, dampener, expansion joint and structural steel to be attached to the building / structure trenches etc. shall be provided. Hangers and components for all piping shall be approved by the departmental engineers.
e)                The piping system shall be capable of withstanding 150% of the working pressure including water hammer effects.
f)                Flanged joints shall be used for connections to vessels, equipment, flanged valves and also on suitable straight lengths of pipeline of strategic points to facilitate erection and subsequent maintenance work
g)               Pipes shall be buried at-least one meter below ground level and shall have 230 mm x 230 mm masonry supports at-least 300 mm high at 3 m intervals. Masonry work to have plain cement concrete foundation (1 cement: 4 coarse sand: 8 stone aggregate) of size 380 x 380 x 75 thick resting on firm soil.
 Standard Warrant of 1not less than 1 year on all material/equipment
2
BUTTER FLY VALVES:
The Butter Fly Valve shall be made of Cast Steel to IS: 216, grade WCG 217 body, in circular shape and of high strength to take the minimum water pressure of 16 Kg/ cm2. The disc shall be heavy duty cast steel with anti corrosive epoxy or nickel coating. All Butter Fly Valves shall be full lug with internal threading. The rating of valves should be PN 1.6 with flange drilling as per IS: 1538.

3
HYDRANT SYSTEM:
a)                The hydrant system shall comprise of electric motor driven pump sets and or Diesel Pump, Jockey Pump etc. as specified in schedule of quantities with all required accessories including valves, appurtenances, instrumentation and controls etc. complete in all respects. The system shall cover the entire area from independent pipe work from the fire water pump set. The hydrant work shall remain pressurized through the proposed Jockey Pump taking care of any leakages in the system pipelines and valve glands. All pumps/motors/ engines to be of makes approved by NBC-IV
b)               The hydrant system in the yard shall be furnished  with external hydrants consisting of landing valves (positioned approx. one meter above ground level) fitted M.S (Heavy)  flanged single headed stand pipes installed on pipe mains as marked on the plan.
c)                To compensate for slight losses of pressure in the system and to provide an air cushion for counteracting pressure surges whenever the pumping set comes into operation and prevent water hammer in the underground pipe work, air vessels conforming to IS: 3844 shall be furnished in the fire water pump house.

4
LANDING VALVE:   
Landing valves shall be 63 mm dia. oblique female instantaneous pattern with caps and chains. Landing valves shall conform to IS: 5290 in all respects. Double headed landing valves shall have separate control valves. Landing valves shall be stainless steel and fitted with instantaneous coupling conforming to IS: 901. The valve body, stop valve, checks valve, nut instantaneous female outlet and blank cap shall be of leaded-tin bronze conforming to Grade -II of IS: 318-1962. The valve spindle shall be of brass rod conforming to IS: 320-1962. The hand wheel shall be cast iron washers gaskets shall be of rubber conforming to IS: 638-1965 or leather conforming to IS :581 :1969. 

5
FIRE HOSE COUPLING:
Hoses pipes shall be of as per IS : 636  canvas ISI marked 4927, with nominal size of 63 mm and lengths of 15 meter, as per quantities specified for each. All hose pipes shall carry ISI marking on the body of the hose. The hose shall have instantaneous spring lock-type coupling on ends. The instantaneous coupling shall be as per IS: 901. It shall be fixed to each other by copper rivets and galvanized M.S. wires and leather bands. All coupling shall be interchangeable with each other, and shall bear ISI markings.

6
BRANCH PIPE:
Branch pipe shall be of either stainless steel and should conform to IS: 903. One end of the branch pipe will receive the coupling while the other end shall have a nozzle screwed to it. It shall bear ISI marking.

7
HOSE BOX:
Double door Hose cabinet:-
The cabinet shall be made of MS sheet of size 700x600x250mm with center opening Lockable both side finish (Double). The cabinet shall suitable for 1. Two delivery hoses of 15 mtrs of long lengths 2 pair of Male & Female couplings, 3. One branch pipe with nozzle
Single door Hose cabinet:-
The cabinet shall be made of MS sheet of size 350x300x250mm with center opening Lockable both side finish. The cabinet shall  Suitable for  (1). One delivery hose of 15 mtrs of long length (2) pair of Male & Female couplings,                 (3.) One branch pipe with Nozzle.

8
FIRE HOSE REEL:
Fire Hose Reel consists of 20 mm dia. High pressure rubber hose of 30 mtr. Length with PVC spray nozzle of   5 mm bore. Rubber Hose is connected with wall mounted circular hose reel of heavy duty Mild Steel construction and M.S. brackets. Hose Reel shall conform to IS: 884 -1969. The Hose Reel shall be connected directly to the M.S. pipe riser through an independent connection with 25 mm dia. ball valve.

9
YARD HYDRANT :
Yard Hydrants shall be as per as per IS : 5290. The hydrant shall consist of stand pipe of 80 mm dia for single hydrant and The valve shall be complete with hand wheel, quick coupling connection spring and blank cap. The hydrant shall be laid on 150/100 mm dia main tee off to 80 mm dia with a flanged connection. Stand pipes shall be paid per RM length under respective items of pipeline.


10
FIRE BRIGADE INLET CONNECTION :
A fire brigade inlet connection with a non-return valve shall be provided to facilitate the fire brigade to pump water into the installation by the use of their own equipment. Two way or 100 mm dia connection to the system shall comprise of two instantaneous pattern 63 mm dia. male inlets shall be with caps and chains complete with 100 mm dia. non-return valve.

11
SYSTEM DRAINAGE :
The systems shall be provided with suitable drainage arrangements with G.I. piping of 40 mm dia, complete with all accessories, and provided with 40 mm dia drain valve.

14
TESTING OF THE HYDRANT SYSTEM :
i)                 Flushing of underground connections
ii)               Underground mains and lead-in connections to system risers shall be flushed before connections made to piping in order to remove foreign materials which may have entered underground during the course of installation. For hydrant system the flushing operation shall be continued until water is clear.
iii)             Underground mains and connections shall be flushed at a flow rate of not less than 900 ltrs. per minute.

Acceptance Test

At the time of taking over, the hydrant system shall fulfill the following acceptance tests :-

Starting up of the pressurization (Jockey Pump)

The pressure switch shall be set at 7 kg /cm2 at the lower limit and 7.5kg/cm2 at the upper limit. The system drain shall be opened to cause a drop in the pressure. The Jockey Pump shall start as soon as the pressure gauge needle falls down to 7 kg. The Jockey Pump shall have provision to automatically stop/manually stop when the system has been pressurized again upto 7.5 kg /cm2 .


15
SPRINKLER SYSTEM
This sprinkler system covers the requirement of selection, design, installation, testing, commissioning of automatic sprinkler system. The Installation shall be carried out as per following additional point are to be taken care for sprinkler installations.
For fixing sprinkler heads, 15mm. dia. M.S. Socket is to be welded to range pipes at the locations as per drawings. Dead plug shall be fixed in the socket. If sprinkler head is to be provided away from range pipe, M.S. pipe nipple of suitable size be used to extend the sprinkler head and socket is welded at desired location. During occupation of the building, sprinkler heads shall be provided in place of dead plugs. Teflon tape shall be on threaded portion. The sprinkler heads shall be properly tightened in the socket.
When all sprinklers heads are installed, pressure is built up in the system by pressurization pump slowly and in case no leak is found, desired pressure is developed and maintained. In case any leak is detected, the same shall be attended before pressurizing the system further.


16
GLASS BULB SPRINKLER:
Sprinklers form an integral part of an automatic sprinklers system. It is designed to detect an outbreak of fire, to control of extinguish, by automatically spraying water over the appropriate area. The glass bulb is made from transparent, corrosion free material (Gun Metal) strong enough to withstand any water pressure likely to occur in the system but the bulb shatters when the temperature of the surrounding air reaches to 680 C. The bulb contains a highly expansible liquid which exerts a disruptive force when heated to rated temperature of 680 C in this case. During manufacture a small amount of vapour is trapped when the bulb is hermetically sealed. When the liquid expands under the influence of heat, the vapour is gradually absorbed until the liquid completely fills the bulb. Any further increase in temperature is accompanied by a rapid rise of internal pressure, which is sufficient to shatter the bulb in small pieces ensuring prompt and free opening of sprinklers, causing the water blocked by the glass bulb to be released and spraying it over the seat of fire. Sprinkler head shall be provided at approximate spacing so as to cover 9 sq. mtr. In this case sprinkler head shall be of
Pendant or Up right type.

17
MEASUREMENT:
Mild steel pipes shall be measured per linear meter of the finished length and shall include all fittings (including flanges), welding joint, clamps for fixing to walls or hangers, anchor fasteners and testing.
 Flanges shall include 1.5 mm thick compressed asbestos gasket, nuts, bolts and testing.
 Butter Fly Valves, check valves shall be measured by numbers and shall include all items necessary and required for fixing and as given in the specifications/schedule of quantities.

Landing valves, hose cabinets, rubberized fabric linen fire hose pipes, first-aid fire hose reels (with gun metal full way valves) and gun metal branch pipes shall be measured by numbers and shall include all items necessary are required for fixing as given in the specifications/schedule of quantities.
Suction and delivery headers shall be measured per linear meter of finished length and shall include all items as given in the schedule of quantities. 
 Painting/wrapping shall be included in the rate for pipes and no separate payment shall be made.
 No additional payment shall be admissible for cutting holes or chases in walls or floors, making connections to pumps, equipment and appliances.


AUTOMATIC FIRE ALARM SYSTEM

17
MANUAL CALL POINT:
Each manual call point unit shall comprise of a push button of reputed make enclosed in M.S. box. The push button shall have minimum 1 NC and NO contacts. The push button assembly is enclosed in the M.S. box enclosure with all sides covered except the front side. The front side shall be sealed with breakable glass cover using neoprene or equivalent gasket. In case of fire, when the glass cover is broken to give the fire warming the push button will be released due to spring action hence giving remote fire alarm through the NC contact which has now exchanged over.

The M.S. box enclosure shall be completely dust, vermin damp and weather proof. They shall be made of steel sheet of 16 swg. The complete unit shall be suitable for wall mounting with necessary mounting accessories. The complete unit and the push button shall be painted signal red. The internal surface of the M.S. enclosure of the box shall be painted of white colour. The external painting shall be synthetic enamel.
 Break Glass in case of Fire shall be written on each MCP unit, either on the M.S. enclosure or on a separate metal plate mounted behind the glass cover. Each unit shall be equipped with an iron hammer with a hook fixed to the external M.S. enclosure.  


18
HOOTER:
Simple 24 volt D.C. operated Electronic Hooter. This are connected directly to the main control panel by switch twin wires, if desired in a ring circuit. This can be activated automatically or manually, as desired by the switches provided at additional control panel for P.A. system etc.

19
MULTI PURPOSE DETECTOR:
Multi sensor smoke detectors have smoke, fire and heat detection capabilities, with one different response modes. The different sensitivity can be adaptable to the selective criterion for the smoke, heat or fire as per the requirement.  Its optical detectors are designed to function with high accuracy avoiding false alarms.

20
FIRE CONTROL PANEL:
6 zone Fire Control Panel shall include battery backup, common alarm reset button, bulb testing buttons etc. as required complete. The Batteries shall be of maintenance free and lockable. The sheet steel used shall be of 2 mm thick. The Control Panel shall be lockable with proper locking arrangements. The panel fabrication shall be square, machine cut with proper welded joints. The Panel door shall be hinged and suitable for opening with the whole panel recessed in wall.
Following switches, push buttons and indications shall be provided on panel face:

1.      Mains “ON” switch on indication.
2.      ‘System ON’ indication.
3.      ‘Mains Failure’ indication.
4.      ‘Battery low’ indication.
5.      ‘Lamp test’ push button.
6.      ‘Fire’ indication.
7.      ‘Fault’ indication.
8.      ‘Fire’ test push button
9.      ‘Standby On’ indication.
10.    ‘System reset’ push button.
11.    ‘Alarm cancel’ push button.
12.    ‘Trickle boost’ toggle button.
13.    Open/Short circuit fault.
14.    ‘Zone Disconnect’ key actuated push button operable from outside the panel with panel door locked. Provide three keys.  

Control Panel shall be complete with screw terminal block and cable glands. Two potential free contacts under fire condition shall be provided for Client’s use. Necessary end of line resistors shall be included in the MCP for the system. It shall be possible for the system to monitor the removal and pilferage of any of the detectors. The Panel shall be complete with all internal wiring labels, and duly painted with two coats of red oxide primer and one coat of enamel paint as required. The panel is to be provided with a mimic diagram on a white/red acrylic sheet of suitable size mounted on a M.S. sheet box with suitable grills etc. screen printed and with LED indications for each zone/zonal panel as required.

21
BATTERY & BATTERY CHARGER: 
Adequately rated batteries shall be connected via mains failure relay contact across 24 volts regulated D.C. supply. In normal condition, battery shall be kept on constant trickle charge. Battery can be boost charged by manually operating trickle/boost toggle switch when battery low indication is observed on the control panel. In case of mains failure, battery shall automatically feed full supply load of the entire system consisting of fire alarm and exit signs etc. Battery capacity shall fully meet the requirements of CI.5.2.IS 2189. 


HAND APPLIANCES

22
6.5 Kg CO2
 Fire Extinguisher (ISI Mark)
CO2 type 6.5 Kg. capacity fire extinguisher assembled  out of seamless steel cylinder having Explosive (CCE) Approval and ISI Mark (manufactured to IS:2878) complete with ISI marked wheel type valve, one mtr length high pressure wire braided discharge hose with horn, mounted on two wheeled rubber tyre trolley and handle. The cylinder shall be fully charged with
CO2 Gas. All other components, design and performance, anticorrosive treatment shall be as per
IS: 2878 latest. In addition to markings stipulated  in IS:2878 (latest) the following permanent
punching to be provided:
(i)               Manufacturer's name.
(ii)             Year of manufacturing.
(iii)           Manufacturer’s serial number.
(iv)           Purchase Order No. and date.
(v)             Inspector Stamp.

23
4.5 Kg CO2
 Fire Extinguisher (ISI Mark)
CO2 type 4.5 Kg. capacity fire extinguisher assembled  out of seamless steel cylinder having Explosive (CCE) Approval and ISI Mark (manufactured to IS:2878) complete with ISI marked wheel type valve, one mtr length high pressure wire braided discharge hose with horn, wall mounting bracket and carrying handle. The cylinder shall be fully charged with CO2 Gas. All other components, design and performance, anticorrosive treatment shall be as per IS: 2878 latest. In addition to markings stipulated in IS:2878 (latest) the following permanent punching to be provided:
(i)               Manufacturer's name.
(ii)             Year of manufacturing.
(iii)            Manufacturer’s serial number.
(iv)           Purchase Order No. and date.
(v)             Inspector Stamp.

24
4 kg/6kg ABC type
 Fire Extinguisher (ISI Mark)
ABC type capacity fire extinguisher assembled  out of seamless steel cylinder having Explosive (CCE) Approval and ISI Mark (manufactured to IS:2878) complete with ISI marked wheel type valve, one mtr length high pressure wire braided discharge hose with horn, wall mounting bracket and carrying handle. The cylinder shall be charged with dry chemical of class ABC. All other components, design and performance, anticorrosive treatment shall be as per IS: 2878 latest. In addition to markings stipulated in IS:2878 (latest) the following permanent punching to be provided:
(i)               Manufacturer's name.
(ii)             Year of manufacturing.
(iii)            Manufacturer’s serial number.
(iv)           Purchase Order No. and date.
Inspector Stamp.


FIRE PUMP AND ELECTRIC MOTOR:

25
JOKEY PUMP:
Pump with 900 LPM, 7.5kw/10hp, 2900 rpm motor and base plate etc. 35 mtrs head,  electrically driven (Hydrant and Sprinkler) pump running having overall efficiency of 76% at duty point. The Pump shall have cast iron casing, bronze impeller and sleeves and SS 410 shaft.

Totally enclosed fan cooled motor suitable to operate at 415 ± 5%, 3 phase, 50 c/s ±  3% A.C. supply with combined voltage variation of 5% having class ‘B’ insulation suitable for an ambient temperature 400 C
The above Pump and Motor shall be coupled by means of flexible couplings and mounted on a common base plate. The pumps shall be capable of operating on a positive suction head.






1.4 LIST OF APPROVED MAKES

Following is the list of approved makes for this project:
        
  1. Pumps                                     : KIRLOSKER / MATHER&PLATT 
      
  1. Electric Motor                      : KIRLOSKER / CROMPTON / ABB
  
  1. M.S. Pipe                                : TATA/JINDAL HISSAR / SURYA   
      
  1. Butterfly Valve                     : SANT/C & R / KSB / BEST
   
  1. Non Return Valve                   : C & R / ADVANCE   
           
  1. Fire Brigade inlet collection    : SAFE GUARD / NEWAGE / SWATHI /RONAK
      
  1. Copper Armoured  cable         : V-GAURD / POLYCAB    
      
  1. Hose Rubber Reel                   : JYOTI / MARUTI / BEST 
      
  1. Hose Pipe                                : NEW AGE / CRC / PRIYANKA  
 
  1. Branch Pipe                             : PRIYANKA / NEWAGE / ARITANT / SWATHI / WINCO
      
  1. Hooter/M.C.P./ F.A. Panel     : AGNI /ASE / SAFE ZONE / RAVEL 
      
  1. Fire Hydrant Landing Valve  : NEWAGE / ARITANT / SWATHI/WINCO
          
  1.  Anti-corrosive coating for pipes : PYPKOT E (4 mm)    
      
  1. MCCB                                    : L&T/ SIEMENS    
          
15.  Protective Relays                    : GEC, ALSTHOM / ABB    
      
16.  Cable Glands                          : COMMEX / GRIPWEL  / BEST  
      
17.  Paint                                        : ASIAN / NEROLAC    
      
18.  Contactor                                : SIEMENS    
      
19.  Timer                                       : BCH/ Siemens / L&T / CARMVEL    
  
20.  Switch Fuse Unit                    : SIEMENS    
      
21.  Bimetal Overload Relay         : SIEMENS    
          
  1. Indicating Lamps & Start/Stop Push Button : SIEMENS    
      
  1. Selector Switch                       : L&T / SIEMENS         

  1.  A.R. Circuit Breaker              : Siemens / L&T / CARMVEL    

  1. Fire Extinguisher                    :SAFE GUARD / FIRE STONE / VINTEX  
    
  1. Hose Box                                :  Fabricated from 16 swg M.S. Sheet
      
  1. Multipurpose Smoke Heat Detector        :APPOLO / SYSTEM SENSOR     
    
  1. Sprinkler                              :  TYCO / BEST / H.D. / FIRE STONE 
    
  1. Exit sign                               :  GLOW LIGHT / AUTO GLOW.
-------------------------------------------------------------------------------------------------------------
SPECIAL NOTES
 All tenderers shall note that the battery limits for the scope are start from all individual locations to control panel as by the directions of departmental engineers. Any other items required within the battery limits to make the system complete shall be deemed to have been included in the offer. JNTU Kakainada shall not be liable to pay any charges in addition to those agreed to at the time of placement of the order. 
1)      Tenderers are requested to visit the site and acquaint themselves of the site conditions before quoting.
2)      Prices shall include for all tools and tackles as may be required for installation testing and commissioning.
3)      Prices quoted shall be inclusive of all applicable taxes, duties, freight up to site, insurance etc.
4)      Test reports for all equipment shall be furnished.



Signature of Tenderer/Agency with Seal                                            Chief Engineer
                                                                                                      JNTUK, Kakinada.


(COVER-B)
FINANCIAL BID
SCHEDULE-A

NAME OF WORK: SUPPLY & INSTALLATION OF FIRE FIGHTING SYSTEM FOR THE MODERN INDOOR STADIUM OF 15 M HEIGHT AT JNTUK

Sl. No.
Description
Unit
Rate (Rs.)
Qty.
Amount
(Rs.)
A
FIRE HYDRANT SYSTEM




1
Supplying, Laying and jointing in position ‘B’ class M.S. Pipes (E.R.W. Quality) confirming to IS 1239 with welded / flanged joints included cutting the pipes to correct length, providing and welding M.S. flanges. Providing epoxy coating to welded surface testing to 15 kgs/cm2 pressure, including painting the pipes with bituminous paint and wrapping the pipes with plastic film tape all complete including all excavations in any type of soil, refilling the trenches after testing disposing of surplus material dewatering etc. with necessary civil masonry, scaffolding, and other  charges complete all as per directions for the following diameters make: TATA





a)                100 mm dia  ( 4”)
Rmt

120


b)                80 mm dia ( 3”)
Rmt

30


c)                50 mm dia (2’’)
Rmt

25


d)                25 mm dia (2’’)
Rmt

25



2
Supplying & Fixing fire hydrants as per IS 5290, consisting of 63 mm dia, SS single outlet flanged oblique type hydrant valve with instantaneous female plunger type coupling, chained PVC blank cap including making flanged joints by providing necessary nuts, bolts, gaskets ( 6 mm thick neoprene ) all complete as suitable for 80 mm dia stand post with necessary civil masonry and other charges complete
Nos.

6

3
The hose reel set consists of reel, hose guide, fixing bracket, hose tubing, globe valve, stop and nozzle. This shall conform to IS: 834-1969. The hose tube shall be 12 mm dia and 30m long. The nozzle and globe valve shall be 20mm dia. The Fixing bracket shall be of swinging type with necessary civil masonry and other charges complete
Nos.

6

4
Supplying & installing in position 2 lengths of 15 mtr long and 63 mm dia, controlled, RRL lined canvass delivery hose along with male & female couplings, branch pipes and nozzles in a metal box with lockable glass doors and applying one coat of dichromate primer paint and 2 coats of enamel paint in post office red and fixing the same at ground level at suitable location so as to be easily seen and accessible etc. complete Size750mm x 600mm with necessary civil masonry and other  charges complete
Nos.



2




5
Supplying & installing in position one lengths of 15 mtr long and 63 mm dia, controlled, RRL lined canvass delivery hose along with male & female couplings, branch pipes and nozzles in a metal box with lockable glass doors and applying one coat of dichromate primer paint and 2 coats of enamel paint in post office red and fixing the same at ground level at suitable location so as to be easily seen and accessible etc. complete. Size750mm x 600mm with necessary civil masonry, other charges complete


Nos.



3

6
Supply & Fixing of Fixed Fire bridge inlet connection fabricated from 150 mm M.S. Pipe with 2 nos 63 mm dia G.M. male hydrant connection including providing and fixing with 150 mm dia Butterfly valve, non return valve etc. for the wet riser, etc. complete with necessary civil masonry and etc complete
      No.


1



7
Supply and installation of sprinkler system covers the requirement of selection, design, installation, testing, commissioning of automatic sprinkler system, for fixing sprinkler heads, 15mm. dia. M.S. Socket is to be welded to range pipes at the locations as per drawings. If sprinkler head is to be provided away from range pipe, As required M.S. pipe nipple of suitable size to  be used to extend the sprinkler head and socket is welded at desired location. Teflon tape shall be on threaded portion. The sprinkler heads shall be properly tightened in the socket. When all sprinkler heads are installed, pressure is built up in the system by pressurization pump slowly and in case no leak is found, desired pressure is developed and maintained with necessary civil masonry, scaffolding and other charges complete
SELECTION OF ORIFICE SIZE:
In moderate hazard applications, sprinklers of orifice size 15mm shall be used.
Main Stop Valve:-Only one main stop valve shall be provided immediately after main alarm valve at a location which is readily accessible.
Flushing Valve: - If the water used for sprinkler is not portable, flushing valves shall be provided at the end of a distribution pipe. The valve size shall be same as distribution pipe. Valve outlet shall be fitted with a SS plug and extended to not more than 3 meter. Above floor.
Sprinkler Spacing, Arrangement and Location: - Sprinkler heads may be installed on ceiling. For selection of number of sprinkler and their location as per your drawing.
(1)             Maximum Area Coverage per Sprinkler, Ceiling Sprinkler - 12 mtr.sq.
(2)             Maximum Distance between Sprinklers, Ceiling Sprinkler - 3 mtrs. to 4.6mtrs.





For ground floor inside rooms as well as gymnasium hall inside:





a)                1 inch dia
Rmt.

100


b)                ½ inch dia
Rmt

50


c)                Pendent type sprinkler heads
Nos.

25


For Badminton court hall inside hall :





a)                2 inch dia
Rmt

120


b)                1 inch dia
Rmt

80


c)                ½ inch dia
Rmt

20


d)                Conceal type Pendent type sprinkler heads
Nos.

20

8
Supplying & Fixing 9 litres capacity and 2 no of buckets with initial sand fill including painting providing necessary brackets /clamps. proper supports as required including providing and fixing stands fabricated out of M.S. section suitable for sand buckets etc, with necessary civil masonry and other charges etc complete
 Nos.



4

9
Supplying & Fixing portable fire extinguishers suitable for wall mounting including fixing the same with necessary brackets / clamps / anchor bolts drilling holes making good the same painting the surface as required as per direction of the Engineer-in-charge, with necessary masonry, and other charges complete





6.5  kg capacity- ( Co2 type Extinguishers)
Nos.

4


4.5 kg capacity- ( Co2 type Extinguishers)
Nos.

8

10
Supplying & Fixing portable fire extinguishers (ABC Type) suitable for wall mounting include fixing the same with necessary brackets / clamps / anchor bolts drilling holes making good the same painting the surface as required, with necessary civil masonry and other charges complete





4 kg capacity-
Nos.

6


9 kg capacity
Nos.

4

11
Supplying & Fixing in position cast iron butterfly valve (AUDCO) standard pattern (Horizontal / Vertical ) including necessary flanged joints by providing necessary nuts, bolts gaskets, etc. all complete of the following diameters with necessary civil masonry and other charges complete





a)                100 mm dia
Nos.

2


b)                80 mm dia
Nos.

2

12
Supplying & Fixing heavy approved quality cast iron Water type non return valves including making joints etc all complete for the following diameters with necessary civil masonry and other charges complete





Supplying & Fixing foot valve with strainer





a)                100 mm dia
Nos.

2


b)                80 mm dia
Nos.

1

13
Providing reflector printed indicators on exit and emergency exit points in the stadium with necessary masonry, and other charges complete





a)                Self illuminated Autoglow (Both Side Arrow).


2


b)                Self illuminated Autoglow (One Side Arrow)


6


c)                Self illuminated with Autoglow letter plate.


6

14
MAIN  PUMP:





Supply , Erection & commissioning of  Fixing horizontal mono block centrifugal Booster pump having cast iron casing, bronze Impeller EN 8 shaft driven by 10 HP, 2900 rpm Motor capacity 900 LPM at 35 meters head from all causes, pump to be on auto control, with necessary civil masonry and other charges complete
No

1


Supplying & Fixing pressure gauge, glycerin Filled  with isolation
valve
Nos

2


Main Electrical Panel





Supplying & commissioning of suitable Fire pump panel indicating all necessary items with necessary civil masonry and other charges complete
Set

1








Total Amount for 'A' (Rs.)



xxxxx/-


Sl. No.
Description
Unit
Rate (Rs.)
Qty.
Amount
(Rs.)
B
FIRE ALARM & DETECTION SYSTEM




1
Supplying , installing , commissioning & testing   of Conventional microprocessor  Fire Alarm &  Detection Control Panel – 6  Zone
No

1

2
Supplying , installation & Testing of  Manual call  points Make:
Nos

10

3
Supplying , installation & Testing of Electronic  Hooter Make:
Nos

6

4
Supplying , installation & testing of  Multi Sensor Smoke Detector
Nos

55

6
Supplying, Laying & Testing of Armould Cable – 2 C x 1.5 sq.mm with saddles, screws, PVC pipes & its accessories.
Mtr

1000


Total Amount for 'B' (Rs.)



xxxxx/-







Total Amount for Fire Fighting ('A'+'B') (Rs.)



xxxxx/-


Signature of the Tenderer
 Complete address, Office Seal with Date

11 comments:

  1. Fire dousers are convenient gadgets which avert a fire to spread.מערכות גילוי אש מחיר

    ReplyDelete
  2. Please give some advice on how to achieve this kind of posts. רכזת גילוי אש מחיר

    ReplyDelete
  3. I want to thank the author for publishing this great read. I love your effort for putting in this blog. Want to buy roxtec cable glands then, excelautomationinc.com is the best option to buy from.

    ReplyDelete
  4. Hi to every single one, it’s truly a good for me to visit this web page, I love your content, they are very nice and it includes helpful Information. Check out our website 321 Stainless Steel Sheet for more Great steel & metals related info! I am truly pleased to read this website posts which carries lots of helpful data, thanks for providing these kinds of statistics.

    ReplyDelete
  5. In this post, all information and suggestions are helpful for us. Keep sharing more Post like this. A193 B7 For more information relevant things please visit Regal Sales Corporation.

    ReplyDelete
  6. Keep sharing these types of information, that All suggestions in your blog is helpful for us. If anyone search related best services stainless steel pipe suppliers then must visit Oshwin Overseas.

    ReplyDelete
  7. Wonderful blog, Which help us to understand information easily and fast. Keep sharing more info on this ss fasteners manufacturers in india Visit nickelalloysonline to more relevant services.

    ReplyDelete
  8. Your fire alarm system is intended to notice fire in two main ways: burn and heat. It must also have the competence of physical pull, in case a fire is experiential before burn or heat spreads the devices of the system. Security & protection systems are triggered when drive in the sprayer system is noticed, representative that the sprayers are replying to a fire.fire detection

    ReplyDelete
  9. Mystic Star - Casino in Japan
    Welcome to the Mystic Star Online Casino. fun88 vin Play at a top-notch casino with ラッキーニッキー over 5000 slots and jackpots for all ages! Join us today to play! ミスティーノ

    ReplyDelete
  10. Portable Fire Pump, Fire Nozzle, Floating Fire Pump, High Pressure Pump, Water Mist Fire Pump, Factory OEM Support. best portable fire pumps

    ReplyDelete

Powered by Blogger.